Loading...
HomeMy WebLinkAboutContract Documents & Specifications for Augusta Golf Course Improvements Augusta Richmond GA DOCUMENTNAME: Con+rac+ J)ocurnenrs i SpeCl.pICa+ibn S fov Au.~uSm Clalf C.OW5e.. :CY'npvovcments DOCUMENT TYPE: C.O n +-Va cts YEAR: ) [1t1<{ BOX NUMBER: S FILE NUMBER: 1 3 '14 <( NUMBER OF PAGES: ? + I I I I I I I I I I I I I d~~/ C:ontract Documents &- Specifications for Augusta 60lf Course Improvements (Irrigation System) .lIl.. - -....;.... Prepared for: Augusta Richmond County Board of Commissioners t.arry r. Sconyers, Mayor Lee N. Beard, Mayor Pro Tempore freddie L. l1andy, District 2 Stephen r. Shepard, District 3 ~oses Todd, District 4 l1enry Brigham, District 5 J.B. Powell, District 6 Jerry Brigham, District 7 Ulmer Bridges, District 8 William tI. ~ays, III, District 9 William B. Kuhlke, Jr., District 10 -- Prepared By: James (I. Swift I- Associates Consulting rngineers 1 206 Interstate Parkway Augusta, fiA 30909 June 1998 ii I I I I I I I I I I I I I I ADVERTISEMENT FOR BIDS SEALED BIDS for the construction of the Augusta Golf Course Improvemelds (Irrigation System) at Augusta, Georgia, including together with appurtenances, hereinafter referred to by project name as AUGUSTA GOLF COURSE IMPROVEMENTS (Irrigation System) Bid Item # 98-135 will be received by AUGUSTA-RICHMOND COUNTY hereinafter referred to as the OWNER, at the office of the Purchasing Director, Room 60s, Municipal Building until 11 :00 a.m. on the 30th day of June, 1998. at which time all bids will be publicly opened and read in the presence of those interested. All work shall be in accordance with the contract documents of James G. Swift &: Associates, hereinafter referred to as the Engineer. Copies of the Contract Documents may be examined during regular business hours at the office James G. Swift & Associates, 1206 Interstate Parkway, Augusta, Georgia 30909; at the office of Augusta- Richmond Purchasing Dept, Room 602 Municipal Building, 530 Greene Street, Augusta, GA 30911; and at the following locations: The F. W. Dodge Division Plan Room' Augusta" Georgia Augusta Builders Exchange Augusta, Georgia CSRA Business League Augusta, Georgia Copies may be obtained at the office of James G. Swift & Associates upon payment of Fifty Dollars ($50.00) for each set. (Non-refundable). Bids shall be addressed to Augusta-Richmond County Commission, c/o Geri A. Sarns. Purchasing Director, Municipal Building, Augusta, Georgia 30911, marking the envelope "Bid for Augusta Golf Course Improvements (Irrigation System), Bid Item #98-135". Bids shall be completed ana submitted as described in the Information for Bidders section of the Contract Documents. A 10% Bid Guarantee, 100% Performance Bond, and a 100% Labor and Material Payment Bond will be required. It is the wish of the Owner that minority businesses be given the opportunity to bid on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding 'Jr to increase the cost of the work. The Owner supports a healthy free market system that seeks to includ.e responsible businesses and provide ample opportunity for business growth and development. I No bid may be withdrawn for a period of Sixty (60) days after the date and time set for the receipt of bids. . . The Owner reserves the right to waive any informalities in bidding and to reject any or all bids. Geri A. Sams, Purchasing Director Advertised in Augusta Chronicle: June 5, 9, 15, and 23, 1998 Advertisl;:d in Augusta Focus: June 11, 1998 AD V -1 I I I I I I I I I I I I I I INFORMATION FOR BIDDERS The base bid for this contract shall consist of the installation of the irrigation water delivery system as described in these specifications and as illustrated on the irrigation drawings. The base bid shall include, but not be limited to, the provision of materials, labor and equipment to accomplish the installation of heads, valves, pipe, fittings, pump station(s), controllers and central controller package. The base bid price of the irrigation system shall include everything required for a fully operational system as described on the plans and in the following specifications, less those items specifically excluded and excluding the alternate bid item additions and/or deductions. Bids will be received by Augusta-Richmond County, (hereinafter called the "Owner"), at the office of the Purchasing Director until 11 :00 a.m. on June 30, 1998, and then at said office publicly opened and read aloud. Each bid must be submitted in a sealed envelope, addressed to Augusta-Richmond County at the Municipal Building, Augusta, Georgia 30911. Each sealed envelope containing a bid must be plainly marked on the outside as Bid for Augusta Golf Course Improvements (Irrigation System), Bid Item #98-135 and the envelope should bear on the ou~:ide the name of the bidder, his address and his license number, if applicable. Ifforwarded by mail., the sealed envelope containing the bid must be enclosed in another envelope addressed to Augusta-Richmond County, c/o Geri A. Sams, Purchasing Director, Room 602 - Municipal Building, 530 Greene Street, Augusta, Georgia 30911. All bids must be made on the required bid form. All blank spaces for bid prices must be: filled in, in ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. The-Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within sixty (60) days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the bidder. . . Bidders must satisfy themselves of the accuracy of the estimated quantities in the Bid Sch~dule by examination of the site and a review of the drawings and specifications including addenda. After bids have been submitted, the bidder shall not assert that there was a misunder- standing concerning the quantities of work or of the nature of the work to be done. - The Contract Documents contain provisions required for the construction of the project. Information obtained from an officer, agent, or employee of the Owner or any other person :;hall not affect the risks or obligations assumed by the Contractor or relieve him from fulfilling any of the conditions of the Contract. Each bid 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 renlrn the bonds of all except the three lowest responsible bidders. When the Agreement is IFB-l I I I I I I I I I I I I I I I executed the bonds of the remaining unsuccessful bidders will be returned. The bid bond of the succes1iful bidder will be retained until the payment 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. A performance bond and a payment bond, each in the amount of 100 percent of the contract price, with a corporate surety approved by the Owner, will be required for the faithful performance of the Contract. Attorneys-in-fact who sign bid bonds or payment bonds and perfonnance bonds must file with each bond a certified and effective dated copy of their power of attorney. The party to whom the contract is awarded will be required to execute the Agreement and obtain the performance bond and payment bond within ten calendar days from the date wben Notice of Award is delivered to the bidder. The Notice of Award shall be accompanied by the necessary Agreement and bond forms. In case of failure of the bidder to execute the Agreement, the Owner may at his option, consider the bidder in default, in which case, the bid bond accompanying the proposal shall become the property of the Owner. The Owner within ten days of receipt of acceptable Performance Bond, Payment Bond and Agreement signed by the party to whom the Agreement was awarded, shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the bidder may, by written notice, withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. The notice to proceed shall be issued within ten days of the execution of the Agreement by the Owner. Should there be reasons why the notice to proceed cannot be issued within ~:uch period, the time may be extended by mutual agreement between the Owner and the Contractor. If the notice to proceed has not been issued within the ten day period or within the period mutually agreed upon, the Contractor may terminate the Agreement without further liability on the part of either party. The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to rejec:: any bid if the evidence submitted by or investigation of such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Agreement and complet,~ the work contemplated therein. A conditional or qualified bid will not be accepted. A ward will be made as a whole to one bidder. I All applicable laws, ordinances and rules and regulations of all authorities having jurisdiction over the construction of the project shall apply to the contract throughout. . - Each bidder is responsible for inspecting the site and for reading and being thoroughly familiar with the Contract Documents. The failure or omission of any bidder to do any of the foregoing shall in no way relieve any bidder from any obligation in respect to his bid. . - IFB-2 - I I I I I I I I I I I I I I I I The low bidder must supply the names and addresses of major material suppliers and subcontractors when requested to do so by the Owner. Inspection trips for prospective bidders will be conducted by the Owner if requested in writing by the bidder. Such request shall be directed to the Engineer by the bidder. The bidder agrees to abide by the requirements under Executive Order No. 11246, as amended, including specifically the provisions of the Equal Opportunity clause set forth in the Supplemental General Conditions. The engineer is James G. Swift & Associates. All bidders are encouraged to utilize, to the maximum extent possible, local labor forces and suppliers of materials which have residences, offices or places of business within Augusta- Richmond County, Georgia. While Augusta-Richmond County encourages the utilization of local laborers and supplies on a purely voluntary basis on local public works projects, nothing contained herein shall impose any legal or contractual obligation for any bidder to do so. - . I IFB-3 . I I I I I I I I I I I I PROPOSAL FOR AUGUSTA GOLF COURSE IMPROVEMENTS (Irrigation System) Augusta-Richmond County Municipal Building Au~sta, Georgia 30911 Gentlemen: The undersigned as bidder, herein referred to as singular and masculine, declares as follows: 1. The only parties interested in the proposal as principals are named herein; 2. He has carefully examined and fully understands the Contract Documents, including the drawings and technical specifications; 3. He understands that information relative to existing structures and underground utilities as furnished to him on the drawings, Contract Documents or .by the Engineer, carries no guarantee expressed or implied as to its completeness or accuracy and he has made due allowances therefor; 4. He has made a personal examination of the site of the proposed work and has satisfied himself as to the actual conditions and requirements of the work; 5. He agrees to hold the Owner harmless for accidents or damage to property; 6. He will comply with all State and Federal Regulations pertaining to but not limited to asbestos containing material removal and disposal; Regulations regarding disposal of all debris; OSHA Requirements. 7. He will complete work in a timely manner. - I 8. He will maintain the site as reasonably clean as possible by not allowing debris to accumulate before making trips to his disposal site. Debris must be hauled on a regular basis [0 avoid excessive accumulation. Materials sold for salvage shall not be retained on site. 9. He will not burn any materials on site without written approvals from proper authorities. 10. He will furnish the Owner with a detailed schedule of demolition and removal including disposal sites, names of all subcontractors, State and local license information. and hereby proposes and agrees that, if the Proposal is accepted, he will contract with Augusta-Richmond County 1:0 furnish all machinery, tools, apparatus and other means of construction and to do all work and furnish all materials called for in accordance with the requirements of the Engineer and the true intent of the Contract Documents and that he will take in payment for each item of work, thereof, the unit or lump sum pric:e applicable to that item as stated in the schedule. (Note: Bidders must bid on each item.) P-l I I I I I I I I I I I I I I I I I - I I SCHEDULE OF PRICES A.UGUSTA GOLF COURSE IMPROVEMENTS Irrh:mtion System SUMMARY OF COSTS: Toro Sprinklers & Quick Couplers OSMAC Radio-Controlled Communication Wire & A<:cessories PVC Pipe Isolation/ Air Relief Valves & Accessories Swing Joints PVC Gasketed Fittings Harco Ductile Iron Fittings Sprinkler Head & Controller Accessories Flowtronex PSI Pump Station PRICE $52.970.00 $49.975.00 $23.968.00 $128.140.00 $11.359.00 $11.535.00 $13.317.00 $16.746.00 $1.110.00 $125.880.00 $435.000.00 Lump Sum Total Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsiblity of the Contractor to check all items of construction since this is a LUMP SUM BID. Any work shown on plans but not included in the above items shall be considered incidental work and therefore should be accounted for by the Contractor in the above items. There will be no separate pay item for work not specified above. The Contractor agrees that, if his bid is accepted, he will complete all work for the LUMP SUM amount as stated. (Unit prices will be utilized for any alterations to bid.) ImJ!atioTl,.. sv.$.&1J_constry,~l;.,tj..on shal( inctqlle..Jll!1-lJ,Q,t .be~limted (0 jhe ~l.Qllow..in1!~ --~!i:t':' ;".."i--,(: ...C"_.::...,.I;;.;,..~.- ~ ; '~~'-' ..n;:'~'~.~~A. ,.~:~".'r~'.;s. t' .~..~mr~~ ..,;.-:,.>.~.~' -.'. ' .~ Eo :~.' .~~' ~.'-.l'~-'-=FIlE:"""~.ie''!~'.~. .f ...~~- :",~rf;~._'+.7 .',...~ < ,:.,.;';. ,::~,J,.,.:!~:t:. . " ,,-. .",,~,....j;...~ ., ~'R""IDSP' , - . s. em~ ~@[@R RS ..," .1,"_- .,,-.~.-.... -,. ~.~.r.'~ s;. .\'t ,~- ~ ., ...,,,,:! ... l' ' , <J: .. ..... -!" t ~ -:/ '" ~'.., .' - 't':l-_- J:.t....::;...;......'t.....~..:..~<f. ....~ ~..,.."( ....-" -. -. , . - "",', y - .....,-,--- '~'-"-'.~'''''' - {'e'''f' ..':fd. .,~.~.l..-. .",.CAe"-.'"" . ._". J'- ""a:~'~.~- - .", ~~..~>.. ,.....~.._.),_\..- ':'.J~"'" c I ",,,,- ....{'~ J ".[W:"fIf-;,'{ ~~~ b ~~~ I..q'. ~.~ .....'. . . '''''-"'';-..1': - "'1;r>~ "'*"'~""''''' ~'.ql; /.-, ro, '-" I'~ . ,. ""of.,', "...\. 1! .,.' ......" ., "'ESERIETI0 .,', e; '.: ~'-r";'n<~""'~J'. !~ '~.&:li.tmrn:Dm . @Eit': ~. ~,';:"~'I.bn' .:. ~'5 271 89 25 19 2 2 754-.06-58 734-,06-34 765.06-65 474-00 466-01 477-02 FULL CIRCLE SPRINKLER FULL CIRCLE SPRINKLER ADJ ARC SPRINKLER 1" OUICK COUPLING VALVE 1" OUICK COUPLING KEY 1" HOSE SWIVEL ELBOW $134.00 $130.00 $146.00 . $64.00 $67.00 $43.00 SUBTOTAL: $36.314.00 $11.570.00 $3.650.00 $1.216.00 $134.00 $86.00 $52.970.00 "-"'::':>:~;':';'...;,":t.~t~~:-'~;~-:".. ~ ,..' r.f-'."~~\:-'-"~' _:.~...,'-t::-t- 'f.""" ..........-:...-,.r,',fJ.7.~~-1.~'i..'-: -':~-'..,,-"", .....,~.l...~7.:~'~~ ~~T1t~~i:~:f~c~~+1!~~!~f~~~~~~:&~~~t:~.~~.~:..: .~;.~0i~:~~ 1 SP-Ol-I-OI OSMAC CENTRAL WI STANDARD COMPUTER $22.716.00 $22.716.00 2 GP3S0 MOTOROLA GP350 RADIO W/KEYPAD $1.012.00 $2.024.00 4 NAE806IA ANTENNA INTERFACE PCB $40.00 $160.00 4 TDE,77lOA RDR ANTENNA $150.00 $600.00 6 D32..36-I6 32 STATION PLASTIC SATELLITE - 24 VOLT SURGl $3.430.00 $20.580.00 1 D4().J6-I6 40 STATION PLASTIC SATELLITE - 24 VOLT SURGl $3.895.00 $3.895.00 SUBTOTAL: $49.975.00 P-2 I I I I I I I I I I I I I I NOTE: THE COST OF THE CENTRAL INCLUDES: WINr:OWS 95 SITE PRO CENTRAL SOFTWARE MOTOROLA PEOPLEFINDER NSN COMPlITER ( 200 Mhz Pentium. 32 Me!! RAM. 2.2 Gi!! Hard Drive. CD ROM. 33.6 Modem) PRINTER AND ACCESSORIES (Hewlett Packard 600 C orinter. mouse. etc.) ONE-YEAR NATIONAL SUPPORT NEIWORK (NSN) SUBSCR.IP110N lWO-DAY TRAINING IN ABILENE TEXAS - "TEXAS lWO-STEP" (TRANSPORTATION NOT INCLUDED) MOTOROLA SITE SURVEY OPTIMIZATION (TWO DAYS MAXIMUM) - 1 1 21 99 5 5 13 14 32 800 400 10 -:t:". :'~4':'::'~.~'::,j:~:.a.:...'.t"' .,.-~.:. '~~..I~'.I,~ ,.....:t .:_" ~R_'-:"~;"'IL~~;~;:~..~~.,. -". ~.~ ~..: ;~"r.:: .,:~~ ~J'<:~r:/.:tdJ:~:~:=::~;::-.?'::~~.:j~.:,,~.;~.t'~~~~~'!-~~~r:-:~! ." : .... ,. Of. .~'...~..F"*A\(tC~ ~~"(Q) "<1 0 ~.... -. ,.,. ,'. ' .'., -, r....<.,..1...~.;t..~. ",... .,..... ,...,~~..<!;',."'!~. .~.. ., ~: .:.,: ~:~ :.;~ i !.\~~ ~".~~7;..; '~7:~,:; .~!i~~,:t~: ~~:, { >::. :-','. ~. ~: ~ : .~.::.: .i~ ~ .~ '";, :~~::(.~-~~{ .:.: I.~~~.~~:r.~~~~2:2i~~~~~':l.~.t;~ ~. J~'''t"..7.." j~~.r::'N"f..-'..,,_.;...... ",.-,c' ~"'\'''':'?-' - . --. .'. .., ",'r. .IU~'."I".'*;l~.,~r.",,,~~-,,,,l': D I"~~"'~";' , r... . ...IIiJ"'~1.01,oQD;..<']IIIU)~'r.. '.... ''''''. .. O'f.' _~~. t, ... ,'. "",I, ~.;J:4: ...c.~.,;;. ...... ~~ ~..:;I r.f.;.'J'~....".,._" 8-BLACK #8 A WG BLACK - 2.500' 8-GREEN #8 A WG GREEN - 2.500' 12..BLUE #12 BLUE WIRE - 2.500' - 24 VOLT COMMON 14-.RED #14 RED WIRE - 2.500' - 24 VOLT LEAD 12.,wHITE #12 WHITE - 2500' 110 VOLT NEUTRAL 12..BLACK #12 BLACK - 2500' 110 VOLT HOT 8-BARE #8 BARE COPPER - 1000' 850-00 MARKER FOR GROUND ROD NTl-161G CADWELD ONE SHOT 3M.DBY-BUl.J24 VOLT SPLICE - YELLOW 3M..DBR-BUU24 VOLT SPLICE - RED 3M-3570 RESIN UNIPACK - 110 VOLT $462.00 $462.00 $195.00 $130.00 $195.00 $195.00 $180.00 $6.00 $15.00 $1. 00 $1. 00 $2.50 SUBTOTAL: $462.00 $462.00 $4.095.00 $12.870.00 $975.00 $975.00 $2.340.00 $84.00 $480.00 $800. 00 $400.00 $25.00 $23.968.00 ,>,..;''i\:ii..f.~;.:.::.":''::.~:;';.'" . . _.' ." .,~...~_..:,-,:,:",-....'f<:';':iJ~..;;;::"''':;- """,.,;,,,*,...,~ . ,":. ;.<r:;~lJSOEAarreNI.1UR:R]iJTf.TFIlV~ ~ :~:~'.:-:-~;:;_~*\." "~t~"";:::~~'~~' ":~ -"-..~..-- 'v,,- - ..n"e..:~~~~"~' ~~~'-1b.;~-~"f'.".. .t.. {6)mvt:,';",'P~R.T{#.2"::IDESCRre11eNiiif..;.,,--:<':.. T .-'~~';')-- i.' . 5 CI-]OO 3" CAST IRON GATE VALVE 10 CI-400 4" CAST IRON GATE VALVE 3 CI-600 6" CAST IRON GATE VALVE 3 TIl3-200 2" GATE VALVE - DOMESTIC BRASS 19 TIl3-300 3" GATE VALVE - DOMESTIC BRASS 4 ARV-l00 1" BERMAD SERIES 4405 AIR RELIEF VALVE 60 VBClO CARSON 10" BOX WITH LID 4 VBJ CARSON JUMBO VALVE BOX 1 OPER-WR 5' OPERATING WRENCH I . - 16300 14960 6360 3540 540 '~~TnW';i.~.. ,c, ~~I ",";nc'Oe..- ...:s'._ ~ ':',- .~~~;,: $41.565.00 $43.384.00 $21.306.00 $17.700.00 . $4.185.00 $128.140.00 P2002G P3002G P4002G P6002G P8002G 'j'r!i;,......;;. '. . ~J';~ ;t+..>..---.. :d' If.'lt''E!C'sonTE1.'-':.',,:;,.. .. . .,: -,~.~~ ~ -"'~-";:.~:~"'_':"'." ". .-', ..,.,~J't,.... ...-. .y:~~..r~_._."'t;-r~_ -~- .. . C::PRlCEf':~~~~;:''';TO.TAL -='~.:J $234.00 $272.00 $364.00 $75.00 $157.00 $100.00 $41.00 $61. 00 $65.00 SUBTOTAL: $1.170.00 $2.720.00 $1.092,00 $225.00 $2.983.00 $400. 00 $2.460.00 $244.00 $65.00 $11.359.00 p-3 I I I I I I I I I I I I I I I I I - . - - .: .:. ~::~5~;fJ1~~Uili~~tl~ '.: .. :. .' :.'" ':.7:,~ :~~.,'~:~' ,': ':";"' '::~;?'~~':~;~:~~~'~i~~~~~;~~~~,~~~:~:<:~:'.:c~~iJ~\~~&j il,',':. . '-:-;-r/~e.I";~D'A!I''';;''":'. '.. " . '. . :-:.,-,:: ..... '.: .ji';;.....-,-,lr.1."'.,-.-;;;;;;.i.;'~. "'."""."I'''o..-r;-;lr'~l!;-:;.:' ,\, . . 1"1"'11.: ,Q' r" IJJJ~r . - . ~ - \..'.t\lr .,.,"'lv.JU'.".. ,';"...,.. ;\;J!JL~\j"r_'3.. 89 DUI-0I0 1 X 12 DURA UNIBODY SWING JOINT 271 OUI-015 1-1/2 X 12 DURA UNIBOOY SWING JOINT 19 OUl-OI0-0Ct X 12 OCV SWING JOINT W/BRASS NIPPLE 19 DL-OlO 1" LOCKING DISC 10 TEF- T APE-:TEFLON TAPE - 3/4 X 520 $21.00 $32.00 $33.00 $13.00 $12.00 SUBTOTAL: $1.869.00 $8.672.00 $627.00 $247.00 $120.00 $11.535.00 - . ,.. _.;'.."~ -.,' " I. ;:";",:,~~_~",.,."""".,:;",,,.,~,.;c:1:.' ,. ..... 'i"i\v~ Y.il O\1fffSfD\ ffITl1~-rtii::.~....... .. /'. . .,.:, : ...:. :,i,,~~~:~)ji~'f:..~1~:.;' ,..=.;.:~:-:.c"',~$j~ "i . .- -.. "';.. .!...!"'\~_~. ~J =...,...:......:::. _,........ _.._"';\r~"'" "M...( - I.' ," .. :.. '~l::'f\~:;~~:ji'~t'";- . ,./].: -. t'~-F'~'; ~ ':-,;'" . 'i'-1",,,' ,'.'~...~~.:D~~'" :" '. " ".;.:':" :;:':"';,;. '.' .'I-lJ~;i,-;-:t,;,.I~~...;.:::..~:.,.,:..t7:1r~ \\:';;.1.;. .' f:'. IUj~1.tA;;:<4Ilii'U;J...U)~, .' ,-:' 1\. "I '1:.I~4lL:li.f. ' . "".,.}. '\UJ!U:7 ~~.-"';. I I I I I I I I I I I I I I 2 1 1 1 2 6 38 36 80632 80634 80832 81030 81032 1887-060 18g9-060 82000 6 X 4 SMALL END BELL REDUCER 6 X 3 SMALL END BELL REDUCER 8 X 6 SMALL END BELL REDUCER 10 X 8 SMALL END BELL REDUCER 10 X 6 SMALL END BELL REDUCER 2 X 6 TOE NIPPLE 3 X 6 TOE NIPPLE 2-1/2 CONNECTING LINK $94.00 $87.00 $116.00 $189.00 $184.00 $9.00 $11.00 $9.00 SUBTOTAL: $188.00 $87.00 $116.00 $189.00 $368.00 $54.00 $418.00 $324.00 $16.746.00 - 2 2 2 1 1 1 12 1 2 2 1 2 1 1 1 99:,-06 DRIVE ASSEMBLY EXTRACTION TOOL 995-07 SNAP RING PLIERS 995-08 730/760 VALVE REMOVAL TOOL 995-09 VALVE REMOVAL TOOL (750. 670. & 780 HEADS) 995-10 V ALVE INSERTION TOOL (750 & 670 SERIES) 995-76 VALVE INSERTION TOOL (730 SERIES) 995-15 SPRINKLER HEAD FLAG KEY 995-82 785/765 ARC ADJUSTMENT TOOL HS-750 AOUA OUICK W1l2" NIPPLE - 750/670 AQ-730 AOUA OUICK W/12" NIPPLE - 730 NLN3491A STATION OUTPUT BOARD 995-83 750 SNAP RING REMOVAL TOOL CCOllOO 1 X 100 HOSE 15301 22" ROLLER BASE 1641-7524 I" IMPACT SPRINKLER - FC/PC $20.00 $25.00 $20.00 $25.00 $62.00 $49.00 $1.75 $8.00 $54.00 $64.00 $248.00 $17.00 $154.00 $85.00 $58.00 SUBTOTAL: $40.00 $50.00 $40.00 $25 . 00 $62.00 $49.00 $21. 00 $8.00 $108.00 $128.00 $248.00 $34.00 $154.00 $85.00 $58.00 $1.110.00 _j1~~wiaiGiNE8JR_sw~;~i5NiKlii;}';~i:1iiSImED:J 1 FLOWTRONEX PSI MODEL FPX-CBCP-600-1-l20 (40 HP) PACKAGED CONVENTIONAL PUMP STATION RATED FOR 600 GPM AT 50 PSI BOOST AT STATION DISCHARGE: 3600 RPM 460/3/60 FV. HORIZONTAL NEMA FACED ODP MOTORS. LUMP SUM $60.356.00 A) I',dudes all pump house piping, fittings, & valves. B) Includes all 10" yard piping, fitting & valves from tie-in at Damascus Road to cJnnection with irrigation system at Driving Range tee box. PUMP HOUSE BUILDING (COMPLETE) LUMP SUM $65.524.00 (Includes all removals, grading & crush stone drive) SUBTOTAL: $125,880.00 STANDARD FEATURES & CONTROLS WILL INCLUDE. BUT NOT BE LIMITED TO: 6" CONTROL VALVE WITH PRESSURE REDUCING CONTROL PILOTS AND LIMIT SWITCH ASSEMBLY STAINLESS STEEL PRESSURE TRANSDUCERS CONflNUOUS WELD AROUND DECK PLATE STEEL GRIT BLAST OF ALL PIPING AND STRUCTURAL MEMBERS UL LISTED NEMA 4 STARTER AND CONTROL PANEL 200 AMP MAIN DISCONNECT FUSED MOTOR PROTECTION RATED FOR 200.000 AIC 8 PI1'i' LOGIC LOW DISCHARGE PRESSURE SHUTDOWN OVER DEMAND SAFETY SHUTDOWN - p.s I I I I I I I I I I I I IDGH PUMP TEMPERATURE SAFETY SHUTDOWN OVERLOAD SHUTDOWN PHASE LOSS. PHASE BALANCE. AND LOW VOLTAGE PROTECTION SL.A.P. U.L. CAREGORY B & C SURGE & UGlITNING ARRESTOR WITH TOTAL POWER DISSIPATION OF 82.500.000 VA MAXIMUM CLAMPING VOLTAGE - 1.500 VOLTS (200A PULSE 8*20 MSEC) LAMP TEST FUNCTION INDIVIDUAL RUN TIME MONITORING FIHSI'-OtIT FAULT INDICfATION ON-SITE STARTOUP SUPERVISION. STATION CALIBRATION AND OPERATOR TRAINING 6" X 10" DISCHARGE DOGLEG 3 KW PUMP STATION HEATER 5 KV A POWER ZONE 52 GAlLON BLADDER TANK 6" BACK-FLOW PREVENTER. #825. PRESSURE REDUCING. NRS. SmP WITH 6" FL X 4" FL REDUCER - . P-6 I I I I I I I I I I I I I I The Contract covering the construction of all work described above will be completed within Sixty (60) cakndar days, for: Four Hundred Thirty-five Thousand & No/l00 Dollars ($435.000.00) subject to reductions, additions and deletions provided herein on the basis of measured quantities of completed work and the prices bid. Bidder further agrees to pay as liquidated damages the sum of $ 300.00 for each consecutive calendar day thereafter as hereinafter provided in Section 15 of the General Conditions. It is understood that the Owner reserves the right to reject any or all proposals or to accept any proposal as deemed to be to the best interest of the Owner. It is also understood that the following addenda as issued during the bid period shall be included as part of the Contract Documents: Addendum Date 1 6/19/98 The undersigned bidder understands and agrees that should the Owner accept this proposal, the bidder will within ten (10) days from the date of notification of acceptance of his proposal, execute the contract and furnish the Owner satisfactory performance and payment bonds in the amount equal to one. hundred percent (100%) of the total base bid sum. Enclosed herewith is a Bid Bond or a Certified Check in the amount of 10 % of bid Dollars ($ ) being not less than ten percent (10 %) of the total base bid sum. ~)hould the bidder fail to execute the Contract and furnish the Performance and Payment Bonds in case this proposal is accepted, the Owner shall have the right to receive the amount of the bid security as liquidated damages. If the security is a Certified Check, it may be cashed by the Owner and the amount received shall become the property of the Owner. If the security is a Bid Bond, the value thereof shall be paid to the Owner by the Surety. The undersigned by submittal of this proposal, agrees that the above stated amount is proper measure of liquidated damages which the Owner will sustain by the failure of the undersigned to execute the Contract and furnish the Performance and Payment Bonds. The successful bidder shall have a current Business License. lbe Owner is an Equal Opportunity Employer. Name & Georgia License Number of Contractor: . I BLAIR CONSTRUCTION. INC. Name of Bidder UC300100 GA Utility Contractor License # !!!! POBox 770 Business Address . Signature & Title of Authoriz~:d Representative . Evans. GA 30809 City and State Date: June 30. 1998 P-7 I I I I I I I I I I I I I I . . THE AMERICAN INSTITUTE OF ARCHITECTS I AlA Document 1\310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, thatwe 13LAIR CONSTRUCTION, INC. lH.r~ull _ 1M addleU oll.pl iiif,j 0/ Conlraclort P.O. BOX 5186 AIJGr.JSTA, GEORGIA 30906 as Prindp.L1r hereinafter caUed the Principal, and AMERICAN CASUALTY COMPANY OF !Herl II\MIt tlUll\UI'Il Uld addleu 01 lepl litl e 0/ Sutely) READING, PENNSYLVANIA a corporation duly organized uDder the laws of the State of PENNSYLVANIA as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta-Richmond County Conunis s ion (Hili ItUllt tull fUme and addreu 01 leralllll. 01 Ownerl as ObligeE:, hereinafter called the Obligee, In the sum of Ten per cen t 0 f amoun t bid Dollars (5 10% of bid ), for the pa.yment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, sucC!S$ors and assigns, Jointly and severally, firmly by these preslmts. WHEREAS, the ?rlncipal has submitted a bid for Augusta Golf Course Improvements (Irrigal: ion Sys tem) (He,.INCIC tulll\Ul'll, addlua and dUCliplion 01 ~roiltCU NOW, THEltEFORE, If the ObUgee smll accept the bid 01 the Prfncl~ and the Principal shill enter into ~ Contrlct with the Obll ~ee In ac:cord~c:c with the termS ot such bid, and stve such, .bond or. bQnds u may be spedfied .In the bidding or Contract Cloc;uments with good and suffldenc surety for the, WthtuJ 'parfo~c:a ot suc:h Contrac:t Vld for the prompt payment ot I~bor and' ~W furnUhod In the pl'OS4cuuon thOROf; or.ln. the want 01 the fa.ilure of tho ?rlndpal to enter suc:h Contract and give sudt bond or bonds, If the Principal sh&lJ ply.to'th. Obllgoe' the dIfference not to exceed the pen~lty hereot betwe,:s1 tho ~ount spedfled In Aid bid and sudtlugaramowic'(or which, tho Obligee rmy In good faith contract with Vlother 1)1lt'f to perio~ the Work covered by wd bid, then this o~lIgatlon 'Sh&ll be null lnd void. othe/Wi$e to remain in full (orce l.:\d cffea. . ' .', . Signed and sealed this day of 19 98 30th June . ' d-4~=-J.4 ?~T'~'~ III (WItness) 1l=!T' ,,Q, T'R l'nN~'T"'RTTr'T"T ('IN TNl' . , (Principal) ~' (Seili) uJA()JJ~ R -vA~-~ (TIcJe) ~5S~ AMERICAN CASUALTY COMPANY - r;;::~/ ~",~:~m' -rs;;r, 1..iT/lie) Attorney-in-F3.ct , 77J ~....... I\. ) V / C ~ -....... ...~ ,\W/mess)) AlA DOCtJ~T A31D . SIC aONC . AlA 1$. FEBSlUMY '970 EO · THE AMWCAN INSTITUTE Of AAOtlitCTS, '735 N.Y. AVE., N.W., WASHINCTON, C. c.; :coo6 1 I~ -, I I I I I I I I I I I I I I . . - American Casualty Company of Readin~" Pennsylvania C'NA~ For AU the Commitments You MaJt~ OtflcesJChicagcl. illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY.IN.FACT Know All Men by these Presents, That AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA. a corporation duly organized and eXisting ur der the laws of the Commonwealth of Pennsylvania. and having its principal office in the City of Chicago. ana State of Illinois. does hereby make. constitute and appoint James D. Thaxton, Theodore J. Marek, Robert A. Johnson, Buck Leigh, Individually of Columbia, South Carol ina its true and lawflJI Attorney.in.Fact with full power and authority hereby conferred to sign. seal and execute in its behalf bonds. undertakings and other obligatory instruments of similar nature - In Unl imited Amounts - and to bind AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA thereby as fully and to the same extent as if such instruments were signed by ::he duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all the acts of said Attorney, purSUelnt to the authority hereby given are hereby ratified and confirmed. . This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company_ "Article VI-Execution of Obligations and Appointment of Attomey.in.Fact Section 2. Appointment of Attorney-in-fac!. The Chairman of the Board of Directors. the President or any Executive. Senior or GrouD Vice Presidl~nt may. from time to time. appoint by written certificates attorneys-in.fact to act in behalf of the Company in the execution of pOlicies .)f insurance. bonds. undertakings and other obligatory instruments of like nature. Such attorneys-in-fac!. subject to the limitations ~;et forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive. Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney-in.fac!." This Power of Attomey is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly callea and held on the 17th day of February, 1993. "Resol'led. that the signature of the President or any Executive. Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws. and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any suCh power ana any such pewer or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executec: and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached. continue to be valid and binding on the Company." In Witness Whereof, AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA has caused these presents to be sig~d by its Group Vice President and its corporate seal to be hereto affixed this Z'3tn day of ,Novemoer . 19 ~ . AMERICAN CASUAL COMP NY OF EADING. PENNSYLVANIA ~~a~ - ~ ,..~"f'.aA"(J :I I. I ~, IUL' I ... ~ 1S7 ~ ~.. . .,. State of Illinois } ss County of C:lok Group Vice President. On this 29th day of November . 19~, before me personally came M.C. Vonnahme, to me known. who. being by me duly sworn, did depose and say: that he resides in the Village of Da~en. Slate of lI~inois~ that he is a Grou) Vice President of AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA. the corporation descnbed '" ana which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was :lO affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. CERTIFICATE . I. John M, Littler. Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA. do certi~ at e Power of Attorney herein above set forth is still in force. and further certify that Section 2 of the Article VI of the By. Laws of the Co pany and the Resolution of the Board of Directors. set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Com pany this -;:: ..- ~ '-- day of .,!," "v""'..:2. , , 9 .~;.. . 8-23142.0 I I I I I I I I I I I I I SECTION NA NOTICE OF A WARD TO: Blair Construction, Inc. POBox 770 Evans GA 30809 PROJECT DESCRIPTION: Augusta Golf Course Improvements (Irrigation System) Bid Item #98-135 The Owner has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of $435,000.00. You have agreed in your Proposal to execute the Agreement and furnish the required Contractor's Performance Bond and Payment Bond within Ten (lQ) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (lID days from the date of this 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. You are required to return an acknowledged copy of this NOTICE OF A WARD to the OWNER. Dated this day of , 1998. BY: . TITLE: ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF A WARD is hereby acknowledged on this _ day of_ ,1998. BY: TITLE: NA-l I I I I I I I I I I I I I I I I I I SECTION A AGREEMENT TillS AGREEMENT, made this ~ day of ~'-~ ' 1998, by and between the Augusta-Richmond County Commission, hereinafter called "Owner" and Blair Construction, Inc., doing business as a corporation hereinafter called "Contractor." WITNESSETH: That for and in consideration of the payments and agreements as hereina:A:er mentioned: 1. The Contractor will commence and complete construction of Augusta Golf Course Improvements (Irrigation System), Bid Item #98-135. 2. 'The Contractor will furnish all material, supplies, tools, equipment, labor and other services necessary- for the construction and completion of the project described herein. ~~-i, . 3. The Contractor will commence the work required by the Contract Documents within Ten (10) calendar days after the date of the Notice to Proceed and will complete within Sixty (60) calendar days, unless the period of completion is extended otherwise by the Contract Documents. .~ :~. 4. The Contractor agrees to perform all the work described in the Contract Documents for the lump sum amount of $435,000.00. 5. The term "Contract Documents" me3!ls and includes the following: Advertisement for Bids Information for Bidders Proposal Bid Bond Notice of Award Agreement P'erformancelPayment Bond Certificate of Owner's Attorney Notice to Proceed Change Order General Conditions Supplemental General Conditions Special Conditions Technical Specifications Drawings Addenda: No. --1-, dated 6/19/98 6. The Owner will pay to the Contractor in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. A llmQrnGE fiGt paid v:eeR due as prs'.'idGd in Artich~ 19 of the GeRe1ll1 ConditioRs shaH biar iJ:Ltere~t at the rate of 1 OO/" PPT mnnth No interest shall be paid on the retainage. ~ A-I - I I I I I I I I I I I I I I 8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 9. Venue. See Below. IN WITNESS WHEREOF, the parties hereto have executed or caused to be execut~:d by their dilly authorized officials, this Agreement in.L (number of copies) each of which shall b(: deemed an original on the date first above written. OWNE '-RICHMOND COUNTY COMl\fiSSION ~-~~~~,." BY: /: - ~M'OJ>~~t}.},~ST: ~ ~ ~ .,,0 0... c' Vb (j3 0.0"" oCooo o~> ~~'0niJp J ~. . .:-:- \~ ~AAA"/" "'~ . .. Vft/Hfb ~. "l~, 'i ~ .... . .. ~ ~:" ~': ~ '- -) ~ ';. ~. ~- :~::} ~ / ("" 1. TITLE: ~(){V ~~ ... P..5T. ... ~: f...E7Ylf:0, D~1f MilJ A e. 1996 .. ,.._ ..............-:' /J ~ . ) '\\'" G€ORG\l'- _--- TITLE: l ~K c-F L&/Im tSS1D1I/ ~\.",,,,,,,....., - CONTRACTOR: BLAIR CONSTRUCTION, INC. BY:JJ..~ OJ.i'.-..f? ,.~(SEAL) lllII ~nt appmtd u ~7(T/1""' omey Det. '8 ~ NAME:: W: Il\'IL~ ~~: n"-e.-tt- (Type or Print) ATTEST: Yn~7rJ~ NAME:/I1-e~le In kvfor . I TITLE: $~ TITLE:. ~,"t'~:....1~+ . . 9. All claims, disputes and other matters in question b~tw~8n the Owner and the Contractor arising out of or relating t.o"the - Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Contractor, by executing this l\greement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. - . = A-2 I, 1 I I I I I I I I I I I I. I I I I I .' THE AMERICAN INSTITUTE OF ARCHITECTS" 159 315 192 ...,... Document ...311 Performance Bond KNOW ALL MEN BY THESE PRESENTS: that Bla'ir Construction, Inc. fH,'t InH'rl 'vll n,m, ,f\d .dd,,,,, 0' 1'1,1 lollt ot COI"\\I'C'Ol, PO Box 770, Evans, Georgia 30809 as Principal, herelnaftl!r called Contractor, and, National Fire Insurance Company of IH'ff 1""'" lvll "1m, .",d .dd"" 0' 1",1 I.tl. 01 ~V"!"l Hartford, CNA Plaza, Chicago, Illinois 60685 as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond Coun ty IHfff I I"\\f' '1 '\.ill I'\'"'f .nd .6<1',,, 0' Ifl,,1 tdlt 01 O.....l"Ifl Commission-Council, 530 Greene St./Municipal Building, Augusta, GA 30911 as Obligee, hereinafter called Owner, in the amount of Four Hundred Thirty-Five Thousand and no/100s---------------------------Dolllrs ($ 435,000.00 ), for the pa~/ment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jOintly and severally, firmly by these presents WHEREAS, Contractor has by written agreement dated IHrr. illlrrl full lI.m.. .ddrrll .lId df>,roPI'OIl of plojrClI 19 , entered into I contrlct with Owner for Augusta Golf Course (Irrigation System) in acc.ordance with Drawings and Specifications prepared by James G. Swift & Associates IHrlt tn~f'l Ivll n.,.,." ,nd .ddlt'" 0' 'r..1 '.11, 0' ",.<~"If'(' 1206 Interstate Parkway, Augusta, GA 30907 which cor tract is by reference made a part hereof, and is hereinafter referred to as the Contract. cis bYJ~ ~_~~~GA resident agent ",.4. DOCUMENT .4.311 . rERfOR.\\^N(E BOND ^NO l^BOR AN{) I\\ATfRI^l P^YMfNT B()~O . AlA ~ I[BRU^R\.l~"O [D .THEAMERIt'-'lNINSTITUTEOfAR(HIl[CT....,.'.'....'. ^\I .....'w W^~HI';t.II)'" t) C II)()()€> 1 I~ I I I I I I I. 1 1 1 I I I. 1 I I I I "., PERFOR/\t\ANLt tiUNU I NOW, ~U"Cl(, THt CONOITI""" 0' THIS 01ilCiAT10...i Inuch th)t, IfContr.etor",h,1l pmmptly Ind"lthfu'lfy p~rform \~id Contr.C, Ihen \hl~ obllg.llcl' ,i'lolll be null ,nd vOid QI"r'''''c'' IhJ' ,~~.'~ ~ 1,.'1 'n'rl' ."0 ~/.{~~, The Surety hereby waIves notIce of any .ller.llon or ex\el'\~ion of lime m.de by tke Owner. When~er Conlrlctor ,h,II be. .nd decl,red by Owner :0 Or If', del. JII under Ihe Conlr.CI, Ike Owne' h.vlng performed o ""ner' I oblig.lioM Ihereunder, the Surely mh' prompll~ rrm.dy ll'1e de(ault, or ~l'I.11 promptly '1 Complete the Conl,.cl in .ccord.nce wllh ill terml .nd condlllon I, or J) Obllln I bid or bid, for complelln.' the Cont,.cl in .ccord,nce with Il~ term~ .nd condilion~, .nd upon de. termin.lion by SurelY 01 Ike lowesl responsible bidder, or, il the Owner elecH, upon determin.tlon by the OWI'\fI .nd Ir"le SUlely jointly of the lowesl responsible bidder, .rr.n:~e (01 . conll.C! belween such bidde' .nd Owner, .nd mike .y.il,ble .\ Worl:. progre~lel (even thovgh the Ie skould. be . del.ull 01 . ~Uccelllon 01 . II"*' and' Mlled this ~~?~.I- (Wi/nI'J.I) . . 'JJ1i A-"\d . ~....t - ~ IF " ... (Mllnl'>>) ./ . . def,ults ,under Ihe co~tr.ct or conthC'h of completion .'I,nged undel Ih'l P".l~I.Dk\ luKiclcn! r'JI'dl In ;JJ', I\..~ cost of completion ItH the b.lince of the contrH I priCe'. but nol tXCttdinR, Inc1udinl{ nlher cn\l\ .nd ddm,4gr\ , 0 I "" h I (h I he) u I e I., m. y b r I,. b I (' h ~ ' e u 1". de' I "r ; - ') - - \el 'orin I" l~t' (Ir,t 1)4'Jlo:./Jph ",,.,C'ol T,,~ Ip/r'f'I b.IJ""~', 01 Ihf <onl,;(1 p'l\.r J\ u\td .n thl\ PJ,.g'4='~ \7"1.... m~~n the tot~1 ~mou"l p4y~bl~ by OW",., 10 (01'1".(10' u"d~, Ihe ConlrHI ."d ,"y Jm~"dm~"" Ih..'~ln. I,,, thc ~(Tlounl propcrly p"d by Owncr 10 (O"lloIClOI, Any luil u"der ,nil bo"d mUll b~ '''''lluled b~lo'" the e'P"'\IOn of IwO III ve.!\ 110m Ih.. dile 01" f,n.I-DHmenl under Ihe (onl'4(1 (.11\ due NO IIghl of Hllon \h.11 Hcrve on Ih,\ bnnd Ih~ ule of .ny Dt'\on n' (O'PO"I'O" Olhr' Owne' ",m..d he'~I'" n' Ih~ hr'" ~I~(U'()'I 1',1011 0' IUCCE'I\O'1 01 Ihe Owner I() 01 '0' I h,~. . - r dC....-'... ~ dlY of 19 Blair Construction, Inc. \ 1f'//f1\'flJ/I u1A~((,~. : Ir, rl re.s.d~ ~ ~. ~,-.... .,...-' " F'i r'e .Ynsur..ance Company of l.~IIf1'II'1 \~~I, National \ Hartford 8~ I Lt~J.. Buck Leigh . . II /111'1 At tQ,rney- i n- Fa,<;: t "'" OOCUI~f"'T .,,, . I'fU()R~ANCf enND AND \A!()I AND ~A1(R1AI PAYMINT 8()l-W . , ! l .: Iw .'\ i:" "1,':; l:) . . '""I ( ...........l.. 1\."'" ,......) 1 11 U II ,~, .... ~ ;~ t.. lit C 1!", ".. \ .... ... . "...~.. _ I : ,". :., ^ I ^ -fII ":'~ "/;~(,.: .,..; ~~. .~- , ~:.. ;,~ .~ I .' I THE AMERICAN INSTITUTE OF ARCHITECTS , I . I 1 AlA Document A311 I Labor and Material Payment Bond 1 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PER'OR"'IANCE 80ND IN fAVOR Of THE OWNER CONDITIONED ON THE fULL AND fAITHfUL PERfORMANCE Of THE CONTRACT I KNOvV ALL MEN BY THESE PRESENTS: that Blair Construction, Inc. I IHetc InHrI full n.mt .n<.J uJdtr~~ or 1('14l Idle 01 (nr,lIHtof. PO Box 770, Evans, Georgia 30809 1 as Principal, hereinafter called Principal, and, National Fire Insurance Company of IHf,e l"HtI full rume .nd ,.dd'fH 0/ Iq;.1 Idle 01 ~"""t~/' Hartford, CNA Plaza, Chicago, Illinois 60685 I as Suret'f, hereinafter called Surety, are held and fj'rmly bound unto Augusta-Richmond County (H't' in.c"l full n.mC .,\d .ddt,u 0' Ifl.1 1111, 01 OWl"\r'l Commislsion-Council, 530 Greene St./Municipal Building, Augusta, GA 30911 1 as Obligee. hereinafter called Owner, for the use and benefit of claimants ilS hereinbelow ddined. in the I amount of Four Hundred Thirty-Five Thousand and no/100s (H." 'n'.'1 . ,um .quII 10 .1 I...t one.h.1I 01 Ihe con"HI p,ice) Do Ila rs ($ 435 , 000 . 00 ). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrator$. successo,.s and assigns, jointly and severally, firmly by these presents, I. WHEREAS, I Principal has by written agreement dated 19 (H." Il\lt't 'ulI I\ame, add'e" ~nd ducrlption or projlCll Augusta Golf Course (Irrigation System) , entered into a contract with Owner (or I in accordance with Drawings and Specifications prepared by James G. Swi f t & Assoc i a tes IHcre 'nlcrt full n.me .nd ldd,ell 01 Iqll Ii de of ^/ch'ltc:, 1206 Interstate Parkway, Augusta, GA 30907 1 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract I AlA DOCUMENT A3ll . PERfORMANCE BOND "NO lABOR AND MAT(RIAI PAY,'Y\ENT BONO. A'A I!l) HBRUARY 1970 EO.. THE "....\ERICAN INSTITUTE Of ..\~CHI [LeTS, I) JJ NY AV( , ,.. W, WA)HltiC rON, D C lO0(jb ., > I WARNING: Unlloenaed photocopying vlolltM U.S. copyr1ght leww Ind II lublect 10 I~II proeecutlon. I 'j LABOR AND MATERIAL PAYMENT BOND I, NOW. T1\(l(I()Il(, THr CONOITION Of THIS O.l.IC^TION is su<:h ,h~l. If PI\nclp~' sh~11 promplly m~ke r~yment 10 ~II , 1 ~ I m H\I \ ~ 1 "e I e 11'\ ~ II e r d.eI in e d. lor ~ II I ~ b 0 I and m .11 C' I ,;11 u \ I'd 0 I r n Ion J b I y r e qUI red f I'll U \ e I n I h e 0 e " 0 "r J n C C' 0 ( ,', I' Conl/H'I. II1;n thll oblig~llon Ih~11 be void; olherwlle iI IhJl1 Icmalnln lull (olce Jnd eHecl, lubJecl. howeYC'I, 10 the 101, 10winA con, i lionl: " I I " A cl~im~nl II d,nMd a~ on, ~avln& a dlrecl con. IIHt .....llh .he PI,ncip~1 or with ~ SubconlrJClor of Ihe Prlnei,HI lur I~uor. m~leri~l. or both. uled or reJlonJb'ly leQu;lec.! 101 u\e in Ihe p"form~n'e of Ih. ConllJeI. I~bol ~nd mll~'liJI b.inll eonwued 10 include IhJI pJrl or wJltl, SII. (lowel, lighl, hUI, oil. RHoline, lel~rhone Itlyice f.J1 lenlJI 01 cquirmenl direClly appliCJble 10 Ihe ConlrH!. ' I I I 2, Tht ~bove nolmecJ Princip~1 and SUrtly hert-hy 1()lnlly Jrld .e"erJlly J~ree wilh Ihe Ownl'r IhJI ey~ry ,1~;mJnl J\ herein dclined, who hJS nOI been rJici in Ivll belole h(' ex()i/~lion of J period or nin~ly (C/OI c1~y\ .,II~1 Ihe WJI(' on which Ihe IUI of II/ch c1.,im,'''I'; worl: 01 IJbor .....JI done or ptrfnlmed. 01 m~ll'riJII wrr(' fl,lll'\ilhed by luch claimJnl, m~y IUe' on Ih;1 bond lor Il'a Ult of luch (l~jmJnl. P,MtCUle Ih. luir 10 finJI j 1.1 d s'm. n I (0' 11.1 (h ~ U m ()r I \I m I H m ~ 'I' b t i u I II Y due ,I~im~nl, Jnd h.we exC','ulion Ihtleon.:'The Owner \iI~11 nOI be liJble fOI the p~ymenl of ~ny COlli or cxrenlC'1 01 ~ny such luil. I I I ). Nn luil 01 DCllon shJII be commenced hercundl'l by J~y cl~imJnl: ~l Unl,u cl)ilT\~nl, olh.r Ih)n un. h~ving ~ direcl conllHI w;I'\ Ihe ",in,i()~I. IhJI/ h)ve giyen wlillel'\ nOlice 10 JlIy Iwo 01 Ihe (CJllowins: Ihe f'Ii/'lCip~l. Ihe Own". 01 IIle 5ulely Jboye nJf'\\en. within /'Iinely 1901 d~y\ ~(Ier lurh el~imJnl did or perfOlmed Ihe I~\I o( Ihe wOII: 01 I~hnl. 01 IUlnilhed Ihe 1~11 o( the m~l('r;JII ( 0 I W hie h \;, i d c II i mil m J de. I t ~ Ii n g wi 1 II I u b \ I ~ n I i J I I I I Siantd ~nd ~o~led lh'is day of I I (~~ tI,?~ fWIII'll'U) /I/~ I - . ~AA#~/7~ ~ lfi~-' / /twu I "culacy fhe ~mount cl~imeci ~nd the n)mc of the pHly 10 whom Ihe m~l~ri~l\ w('l(' 1\II,.,;\hed U' (01 whe"'" Ihe work or I~bol .....JI don\" 01 (lerlormcn Such no\'(~ Ih~1I be Irl\'ed by m~'\ln~ Ihe I.,me by '\'b'll~red m;" 01 C e I I i Ii e d m. il, po \ I ~ S e (ll (' ('l J ,d. '" ; 1'1 C 1'1', e lop e l d. dlelled 10 Ihe PrinclpJI. OWl'lel or SUICI'( ;1 Jny pllce where In oUice il le~vIJ"y mJl/'IlJl/'Iecl 101 Ihe II.,...., Hlion 01 bUlinell. 01 lelyed i/'l ~ny mJn/'l~r In ""h,cn les~1 process m.y be served in Ihe Illlle In which the ~rorts.id pro;ecl is lowed. IJvt Ih~t such wviCt need nOI be m~de by J public ol(,(('r b) ^(Iel Ihe, expirJllon 01 nnl' (1) Y(')I I"rluwlng :"e d~lC' on which PrinC'(lJI Ct'.II\'d WOI~ on 1,1'<.1 (onlllC' II ue,n\: underliond. howeY\"I, Ih;1 II Jny 1,'I\,IJllon ~"". budicd in Ihil bond i\ fl,u",b'l('d ny ~/'IY I."... (onlroll,- b Ihc (on\\lII(\;on hereol \\1\" l,m.I~llnl'l 1/1..11 '~(' r1ee.""tC: lob e ~ m t n u (' tI 10 J I ,ob (' l' I II' " I I ('\ I h ~ m..','" u m (l e I ' 0 ::: of limilJlion permill~(i uy IUI" I".... c) 0 1 h C ( I h,) n in J ) I ,) I e ((ll" I () ( ( 0 m p ~ I"" I 'U II \ d, (\1 0'-' In Jnd. (01 Ihe counly 01 Olhl:l polillol IullO,YIIlon 01 lhe 11~le in which Ihe PIOleel. 01 ~ny pJr\ Ihcll~O(, il $iIU~led. or In lhe Unil.d StJICI Diwicl Coull rOI Ihe dillriCI in which Ihe Project, or ~ny p~II iI,erco(. is lit, u~led. ~nd no\ .llewhere. The JmOU/'l1 of Ihi\ n('\I\tI IIIJII be 'cclu(('d by lC:' \011\<.' extent o( ~"Y p.)ym('r'\1 1)/ 0.,)'("""'('1\\1, j.\.}(lc I" ~.,.,,;c.-:; I~ilh herrul\del. inclu',lye 01 Ih(' DJ'("'('''' I), )v'('1 i :,' mech;/'Ilel' lienl which mJ'( b(' (,led 01 '('(O'C J8"c'.' I~id improyement, whelher or not clJim lor Ii'll' ImO.~r' of such lien be prele/'lted under ~,.,d IgJII\" ,h,\ oo",C '9 Blair Construction, Inc. ~ 1f'I;n(;(l~~1 l.w--t OJA~~ {( .. vA .f__A I ^ - ~~~. ~ IS..I.I " '~ r ,~~.... .,; v.-.. , '- ~ ..... National Fire Hartford Insurance Comoanv ( $url'/'(/ of ISfll1 SL'~ I ~~ Buck Leigl) "; ',.- (TI,It./ Attor:ney-in-Fact ,....$ ~ -;.- .'>. .~ - - ~ ..;" .,~, ' "1.1. DOCU>'H~rT ,1,)11 . l'rl/rORMMoIcr OON(') ANO (A/I()II ANI) I.'A1(VIAI I'AYM(NT ~r)NO ' ^'" ~ ";' i(U~v"n'~I\III)"l"("M(RIC^NIN\TITuT(U(^KlHllICl~.IIIIN'( "vi Nv...~n\"'N(,II).. I) C I"""', '!' - - - I I POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (hemin collectively called "the CCC Surety Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constiMe and appoint James D. Th:roon, Theodore J. Marek, Buck Leigh, G. A. Weathersby, Individually I I I of Columbia, South Carolina their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - I and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power I)f Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals t) be hereto affixed on this 7th day of May 1998 I I I I CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD A;;;:tJ6:l;'G, PENNSYLVAN~ Marvin J. Cashion Group Vice President State of Illinois, c.ounty of Cook, ss: On this 7th day of May 1998 ,before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CAS UAL TY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. I I I I I /Jf~9 ~ My Commission Expires March 6, 2000 Mary Jo Abel Notary Public CERTIFICATE I, Mary A. Ri.:>ikawskisMary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this day of I I I I - (Rev. 1 0/1197) CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA ~a~ Mary A. RibikawskisMary A. Ribikawskis Assistant Secretary I Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: I This Power of Attorney is rnade and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article IX-Execution of Documents Section 3. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, frorn time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney-in-fact." I I This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signatUre of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company: I I I ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article VJ--Execution of Obligations and Appointment of Attorney-in-Fact Section 2. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney-in-fact" I I I This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. I "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company: I I ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Cornpany. I "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney-in-Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney-in-Fact." I I This Power of Attorney is signed and sealed by facsimile under and by the authority of the fOllowing Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." I I I I I I I I I I I I I I I I CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned . the authorized and acting legal representative of Augusta-Richmond County do hereby certify as follows: I have examined the attached Contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been dwy executed by the proper parties thereto acting through their dwy authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions and provisions thereof. DATE: I COA-l I I I I I I I I I I I I I I SECTION NP NOTICE TO PROCEED TO: Blair Construction. Inc. POBox 770 Evans. GA 30809 DATE: PROJECT: Augusta Golf Course Improvements (Irrigation System) Bid Item #98-135 You are hereby notified to commence work in accordance with the Agreement dated , 1998, within Ten (10) calendar days following this date, the date first written above, and YOll are to complete the work within Sixty (60) calendar days.. BY: TITLE: ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged and th~: same is hereby accepted on this day of ,1998. . - - BY: . . TITLE: I - II NP-l I I I I I I I I I I I I I GC-O 1. GC-02. GC-03. GC-04. GC-05. GC-06. GC-07. GC-08. GC-09.. GC-I0.. GC-I L GC-12.. GC-13. GC-14. GC-15. GC-16. GC-17. GC-18. GC-19. GC-20. GC-21. GC-22. GC-23. GC-24. GC-25. GC-26. GC-27. GC-28. GC-29. GC-30. GC-31. GC-32. GC-33. GC-34. GC-35. GC-36. - - GENERAL CONDITIONS Index to Articles of General Conditions Section Paees Definitions Additional Instruction and Detail Drawings Schedules, Reports and Records Drawings and Specifications Shop Drawings Materials, Services and Facilities Inspection and Testing Substitutions Patents Surveys, Permits and Regulations Protection of Work, Property and Person Supervision by Contractor Chang~s in the Work Changes in Contract Price Time for Completion and Liquidated Damages Correction of Work Subsurface Conditions Suspension of Work, Termination and Delay Payments to Contractor Acceptance of Final Payment as Release Insurance Contract Security Assignments Indemnification Separate Contracts Subcontracting Engineer's Authority Land and Rights-of-Way Guarantee Taxes Work Adjacent to Railway or Other Property Order and Discipline Waming Devices and Signs Special Restrictions As-Built Drawings Contractor Not to Hire Employees of the Owner 1-2 3 3 3-4 4 4-5 5-6 6 6 6-7 7 7 8 8 8-9 9 9-10 1 0-11 11-12 12 13-14 14 15 15 15-16 16 16 17 17 17 17 17-18 18 18 18 18 I I I I I I I I I I I I I I I I GC-Ol. DEFINITIONS: 1.1 Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof. 1.2 ADDENDA: Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, Drawings and Specifications, by addition, deletion, clarifications or corrections. 1.3 BID: The offer or proposal of the Bidder submitted on the prescribed form setting forth th(~ prices for the work to be performed. 1.4 BIDDER: Any person, firm or corporation submitting a bid for the work. 1.5 BONDS: Bid, Performance and Payment Bonds and other instruments of security furnished by the Contractor and his Surety in accordance with the Contract Documents. 1.6 CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or revision in the work within the general scope of the Contract Documents or authorizing an adjustment in the contract price or contract time. 1.7 CONTRACT DOCUMENTS: The contract including Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Agreement, Payment Bond, Performance Bond, Notice of A ward, Notice to Proceed, Change Order, Drawings, Specifications and Addenda. 1.8 CONTRACT PRICE: The total monies payable to the Contractor under the terms and conditions of the Contract Documents. 1.9 CONTRACT TIME: The number of calendar days stated m the Contract Documents for the completion of the work. 1.9.1 LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed i~O completion of all the work. 1.10 CONTRACTOR: The person, firm or corporation with whom the Owner has executed the Agreement. 1.11 D RA WINGS: The part of the contract Documents which show the characteristics and scope of the work to be performed and which have been prepared or approved by the Engineer. 1.12 ENGINEER: The person, firm or corporation named as such in the Contract Documents. - - 1.13 FIELD ORDER: A written order effecting a change in the work not involving an adjustment in the contract price or an extension of the contract time issued by the Engineer to the Contractor during construction. GC-l 1.14 NOTICE OF AWARD: The written notice of the acceptance of the Bid from the Owner to the successful Bidder. 1.15 NOTICE TO PROCEED: Written communication issued by the Owner to the Contractor authorizing him to proceed with the work and establishing the date of commencement of the work. 1.16, OWNER: A public or quasi-public body or authority, corporation, association, partnership or individual for whom the work is to be performed. 1.17 PROJECT: The undertaking to be performed as provided in the Contract Documents. 1.18 RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the Owner who is assigned to the project site or any part thereof. 1.19 SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or Distributor, which illustrate how specific portions of the work shall be fabricated or installed. 1.20 SPECIFICATIONS: A part of the contract Documents consisting of written descriptions of a technical nature of materials, equipment, construction systems, standards and workmanship. 1.21 SUBCONTRACTOR: An individual, firm or corporation having a direct contract with the Contractor or any other Subcontractor for the performance of a part of the work at the site. 1.22 SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the construction of the project or a specified.part can be utilized for the purposes for which it is intended. 1.23 SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to the General Conditions of a specific nature generally aimed at the specific contract of which it is a part. 1.24 SUPPLIERS: Any person, supplier or organization who supplies materials or equipment for the work, including that fabricated to a special design, but who does not perform labor at the site. 1.25 WORK: All labor necessary to produce the construction required by the Contract Documents and all materials and equipment incorporated or to be incorporated in the project. 1.26 WRITTEN NOTICE: Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address or delivered in person to said party or his authorized representative on the work. GC-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I - GC-02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS: 2.1 The Contractor may be furnished additional instructions and detail drawings, by the Enginet:r, as necessary to carry out the work required by the Contract Documents. 2.2 The additional drawings and instruction thus supplied will become a part of the Contract Documents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. GC-03. SCHEDULES, REPORTS AND RECORDS: 3.1 The Contractor shall submit to the Owner such schedule of quantities and costs, progresH schedules, payrolls, reports, estimates, records and other data s the Owner may request concerning work performed or to be performed. 3.2 Prior to the first partial payments estimate, the Contractor shall submit schedules showing the order in which he proposes to carry on the work, including dates at which he will start the various parts of the work, estimated date of completion of each part and as applicable: 3.2.1 the dates at which special detail citawings will be required; and 3.2.2 respective dates for submission of shop drawings, the beginning of manufacture, the testing and the installation of materials, supplies and equipment. 3.3 The Contractor shall also submit a schedule of payments that he anticipates he will earn during the course of the work. GC-04. DRAWINGS AND SPECIFICATIONS: 4.1 The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acc:eptable manner, ready for use, occupancy or operation by ~e Owner. 4.2 In case of conflict between the drawings and specifications, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. 4.3 Any discrepancies found between the drawings and specifications and site conditions or any in:onsistencies or ambiguities in the drawings or specifications shall be immediately reported to the Engineer, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after his discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. . II 4.4 All work that may be called for in the specifications and not shown on the drawings, or shown and not called for in the specifications, shall be executed and furnished by the Contractor as if described in both these ways and should any work or material be required which is not detailed GC-3 - in the specifications or drawings, either directly or indirectly, but which is nevertheless necessary for the proper carrying out of the intent thereof, the Contractor is to understand the same to be implied and required and shall perform all such work and furnish any such material as fully as if they were particularly delineated or described. 4.5 It is understood and agreed that the Contractor, by careful examination, has satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and 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 under this contract. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of this contract, shall affect or modify any of the terms or obligations therein contained. GC-05. SHOP DRAWINGS: 5.1 The Contractor shall provide shop drawings as may be necessary for the prosecution of the work as required by the Contract Documents. The engineer shall promptly review all shop drawings. The Engineer's approval of any shop drawings shall not release the Contractor from responsibility for deviations from the Contract Documents. The approval of any shop drawings which .substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. 5.2 When submitted for the Engineer's review, shop drawings shall bear the Contractor's certification that he has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. 5.3 Portions of the work that require a shop drawing or sample submission shall not begin until ~e shop drawing or submission has been approved by the Engineer. A copy of each approved shop drawing and each approved sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. GC-06. MATERIALS, SERVICES AND FACILITIES: 6.1 It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipments, water, light, power, transportation, supervision, temporary construction of any nature and all other services and facilities of any nature whatsoever necessary to execute, complete and deliver the work within the specified time. 6.2 Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the work. Stored materials and equipment to be incorporated in the work shall be located so as to facilitate prompt inspection. 6.3 Manufactured articles, mateiials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. GC-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 6.4 Materials, supplies or equipment to be incorporated into the work and purchased by the Contractor or the Subcontractor will be subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. GC-07" INSPECTION AND TESTING: 7.1 All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards. 7.2 The Contractor shall provide, at his expense, the necessary testing and inspection services required by the Contract Docwnents, unless otherwise provided. 7.3 The Owner shall provide all other inspection and testing services required by the Contract Documents. 7.4 If the Contract Docwnents, laws, ordinances, rules, regulations or orders of any authority having jurisdiction require any work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the Engineer timely notice or readiness. The Contractor will then furnish the Engineer the required certificates of inspection, testing or approvaL 7.5 Neither observation by the Engineer nor inspections, tests or approvals by persons other th,an the Contractor shall relieve the Contractor from his obligations to perform the work in accordal1ce with the requirements of the Contract Documents. 7.6 The Engineer and his representatives will at all times have access to the work. In addition, authorized representatives and agents of any participating Federal or State Agency shall be permitted_ to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the work and also for any inspection or testing thereof. 7.7 If any work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor's expense. 7.8 If any work has been covered which the Engineer has not specifically requested to observe prior to its being covered or if the Engineer considers it necessary or advisable that covered work be inspected or tested by others, the Contractor at the Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the work in question, furnishing all necessary labor, materials, tools and equipment. If it is fOWlld that such work is defective, the Contractor will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such work is not found to be defective, the Contractor will be allowed an increase in the contract price or an exteIJlsion of the contract time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate change order shall be issued. GC-5 7.9 The Contractor shall give the Engineer 24 hours notice of starting any new work. No work shall be done or materials used without suitable supervision and inspection by the Engineer. The Contractor shall furnish the Engineer with necessary samples of material for testing purposes. GC-08. SUBSTITUTIONS: 8.1 When a material, article or piece of equipment is identified on the drawings or specifications by reference to brand name or catalogue nwnber, the performance or other salient requirements and that other products of equal capacities, quality and fimction shall be considered. The Contractor may recommend the substitution of a material, article or piece of equipment of equal substance and function for those referred to in the Contract Docwnents by reference to brand name or catalogue nwnber and if, in the opinion of the Engineer, such material, article or piece of equipment is of equal substance and function to that specified, the Engineer may approve its substitution and use by the Contractor. Any cost differential shall be deducted from the contract price and the contract Docwnents shall be appropriately modified by change order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. GC-09. PATENTS: 9.1 The Contractor shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and save the Owner harmless from loss on account thereof except that the Owner shall be responsible for any such loss when a particular process, design or the product of a manufacturer or manufacturers is specified, but if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the Engineer. GC-IO. - SURVEYS, PERMITS AND REGULATIONS: 10.1 The Owner shall furnish all land surveys and establish all base lines for locating the principal component parts of the work together with a suitable nwnber of bench marks adjacent to the work as shown in the Contract Docwnents. From the information provided by the Owner, unless otherwise specified in the Contract Docwnents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. 10.2 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 of disturbance. 10.3 Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. 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 GC-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 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 Section 13, Changes in the Work. GC-ll. PROTECTION OF WORK, PROPERTY AND PERSON: 11.1 The Contractor will be responsible for initiating, maintaining and supervising all safety p:recautions and programs in connection with the work. He will take all necessary precautions for the !;afety of and will provide the necessary protection to prevent damage, injury or loss to all emploYI~es on the work and others persons who may be affected thereby, all the work and all materialls or equipment to be incorporated therein, whether in storage on or off the site or other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, StruCturl~S and utilities not designated for removal, relocation or replacement in the course of constru(:tion. 11.2 The Contractor will comply with all applicable laws, ordinances, rules, regulations and ordl~r of any public body having jurisdiction. He will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protection. He will notify owners of adjacent utilities when prosecution of the work may affect them. The Contractor will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them are liable, except damage or loss attributable to the fault of the Contract Documents or to the acts or omissions of the Owner or the Engineer or anyone employed by eithe:r of them or anyone for whose acts either of them may be liable and not attributable, directly or indirt:ctly, in whole or in part, to the fault of negligence of the Contractor. 11.3 In emergencies affecting the safety of persons or the work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or Owner, shall act to prevent threatened damage, injury or loss. He will give the Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby and a Change Order shall be issued covering the changes and deviations involved. 11.4 The work WIder this Contract in ever respect shall be at the risk of the Contractor WItil finished and accepted, except to damage or injury caused directly by the Owner's agents or employ- ees. GC-12. SUPERVISION BY CONTRACTOR: 12.1 The Contractor will supervise and direct the work. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The Contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor's representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the work. GC-7 GC-13. CHANGES IN THE WORK: 13.1 The Owner may at any time as the need arises, order changes within the scope of the work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents or in the time required for performance of the work, and equitable adjustment shall be authorized by Change Order. 13.2 The Engineer, also, may at any time, by issuing a field order, make changes in the details of the work. The Contractor shall proceed with the performance of any changes in the work so ordered by the Engineer unless the contractor believes that such field order entitles him to a change in the contract price or time or both, in which event he shall give the Engineer written notice thereof within ten (10) days after the receipt of the ordered change and the Contractor shall not execute such changes pending the receipt of an executed change order or further instruction from the Owner. GC-14. CHANGES IN CONTRACT PRICE: 14.1 The contract price may be changed only by a change order. The value of any work covered by a change order or of any claim for increase or decrease in the contract price shall be determined by one or more of the following methods in the order of precedence listed below: (a) Unit prices previously approved. (b) An agreed lump sum. (c) The actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but no to exceed fifteen (15) percent of the actual cost of the work to cover the cost of general overhead and profit. GC-15. TIME FOR COMPLETION AND LIQUIDATED DAMAGES: 15.1 The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on the date specified in the Notice to Proceed. 15.2 The Contractor will proceed with the work at such rate of progress to insure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner, that the contract time for completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work. 15.3 If the Contractor shall fail to complete the work within the contract time or extension of time granted by the Owner, then the Contractor will pay to the Owner the amount for liquidated damages as specified in the bid for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. GC-8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 15.4 The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 15.4.1 To any preference, priority or allocation order duly issued by the Owner. 15.4.2 To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather; and 15.4.3 To any delays of Subcontractors occasioned by any of the causes specified in Paragraphs 15.4.1 and 15.4.2 of this Article. GC-16. CORRECTION OF WORK: 16.1 The Contractor shall promptly remove from the premises all work rejected by the Engineer for failure to comply with the Contract Docwnents, whether incorporated in the construction or not and the Contractor shall promptly replace and re-execute the work in accordance with th~: Contract Docwnents and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. 16.2 All removal and replacement work shall be done at the Contractor's expense. if the Contractor does not take action to remove such rejected work within ten (10) days after receipt of written notice, the Owner may remove such work and store the materials at the expense of the Contrac"tor. 16.3 Any omissions or failure on the part of the Engineer to disapprove or reject anY work or material shall not be construed to be an acceptance of any defective work or material. The Contracmr shall remove, at his own expense and shall rebuild and replace same without extra change and in dl~fau1t thereof the same may be done by the Owner at the Contractor's expense or in case the Engineer shall not consider the defect of sufficient importance to require the contractor to rebuild or replace any imperfect work or material, he shall have power and is hereby authorized to make an equitabk~ deduction from the stipulated price. GC-17. SUBSURFACE CONDITIONS: 17.1 The Contractor shall promptly and before such conditions are disturbed, except in the event of an emergency, notify the Owner by written notice of: 17.1.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Docwnents. 17.1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Docwnents. . - GC-9 17.2 The Owner shall promptly investigate the conditions and if he fmds that such conditions do so materially differ an cause an increase or decrease in the cost of, or in the time required, for performance of the work, an equitable adjustment shall be made and the Contract Documents shall be modified by a Change Order. Any claim of the Contractor for adjustment hereWlder shall not be allowed unless he has given the required written notice; provided that the Owner may, ifhe determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. GC-18. SUSPENSION OF WORK, TERMINATION AND DELAY: 18.1 The Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the Contractor, by written notice to the Contractor. The Engineer shall fix the date on which work shall be resumed. The Contractor will resume that work on the date so fixed. The Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to any suspension. 18.2.1 If the Contractor is adjudged bankrupt or insolvent, or if he makes a general assignment for the benefit of his creditors; or if a trustee or receiver is appointed for the Contractor or for any of his property; or ifhe files a petition to take advantage of any debtor's act to reorganize under the bankruptcy or applicable laws; or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment; or ifhe repeatedly fails to make prompt payments to Subcontractors or for labor, materials or equipment; or if he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the work; or if he disregards the authority of the Engineer; or if, in the opinion of the Engineer, the Contractor fails to make satisfactory progress in prosecuting the work; or if he otherwise violates any provision of the Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and his Surety a minimum often (10) days from delivery ofa written notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the work by whatever method he may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment Wltil the work is finished. If the Wlpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such Wlpaid balance, the Contractor will pay the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. 18.2.2 The Contractor must obtain permission from the Engineer before any equipment can be removed from the job site. In the event such equipment is removed without the Engineer's approval, the job will be terminated Wltil such time as the equipment is returned to the project and any time and money lost by the Contractor as a result of moving the equipment shall be absorbed by the Contractor. 18.3 Where the Contractor's services have been so terminated by the Owner, said termination shall not affect any right of the Owner against the Contractor then existing or which may GC-lO I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I thereaft,er accrue. Any retention or payment of monies by the Owner due the Contractor will not release ithe Contractor from compliance with the Contract Documents. 18.4 After ten (10) days from delivery of a written notice to the Contractor and the Enginee:r, the Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Contract. In such case, the Contractor shall be paid for all work executed and any expense sustained plus reasonable profit. 18.5 If, through no act or fault of the Contractor, the work is suspended for a period of more th:m ninety (90) days by the Owner or under an order of court or other public authority, or the Engineer fails to act on any request for payment within thirty (30) days after it is submitted, or the Owner jails to pay the Contractor substantially the sum approved by the Engineer within thirty (30) days of its approval and presentation, then the contractor may after ten (10) days from delivery of a written notice to the Owner and the Engineer, terminate the Contract and recover from the Owner paymem for all work executed and all expenses sustained. In addition, and in lieu of terminating the Contract, if the Engineer has failed to act on a request for payment, or if the Owner has failed to make any payment as aforesaid, the Contractor may, upon ten (10) days notice to the Owner and the Engineer, stop the work until he has been paid all amounts then due, in which event and upon resumption of the work, Change Orders shall be issued for adjusting the contract price or extending the contract time or both to compensate for the costs and delays attributable to the stoppage of the work. 18.6 If the performance of all or any portion of the work is suspended, delayed, or interrupl:ed as a result of a failure of the Owner or the Engineer to act within the time specified in the Contract Documents, or if no time is specified, within reasonable time, an adjustment in the contract price or an extension of the contract time, or both, shall be made by Change Order to compen~;ate the Contractor for the costs and delays necessarily caused by the failure of the Owner or Enginleer. GC-19. PAYMENTS TO CONTRACTOR: 19.1 Between the first (Ist) and fifth (5th) of each month, the Contractor will submit to the Engutleer a partial payment estimate filled out and signed by the Contractor on an' approved form covering: the work performed during the period covered.-by the partial payment estimate and - supported by such data as the Engineer may reasonably require. This estimate shall include only quantities in place and at the unit prices set forth in the bid schedule. The Engineer will, within ten days after receipt of each partial payment estimate, either indicate in writing his approval of payment and presl~nt the partial payment estimate to the Owner, or return the partial payment estimate to the Contractor indicating in writing his reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate. The Owner will, within ten days of presentation to him of an approved partial payment estimate, pay the Contractor a progress payment on the basis of the approved partial payment estimate. The Owner shall retain ten percent (10%) of the amount of each payment until final completion and acceptance of all work covered by the Contract Documents. The Owner at any time, however, after fifty percent (50%) of the work has been completed, ifhe fmds that satisfactory progress is being made, shall reduce wtainage to five percent (5%) on the current and remaining estimates. On completion and GC-ll acceptance of a part of the work on which the price is stated separately in the Contract Documents, payment may be made in full, including retained percentages, less authorized deductions. 19.2 The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site. 19.3 All work covered by partial payment shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Owner to require the fulfillment of all terms of the Contract Documents. 19.4 Upon completion and acceptance of the work, the Engineer shall issue a certificate attached to the fmal payment request that the work has been accepted by him Wlder the conditions of the Contract Documents. The entire balance found to be due the Contractor, including the retained percentages, but except such sums as may be lawfully retained by the Owner or the Owner's agents harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools and all supplies, incurred in the furtherance of the performance of the work. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the Contractor fails to do so, the Owner many, after having notified the Contractor, either pay Wlpaid bills or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims Wltil satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor, his Surety, or any third party. In paying any Wlpaid bills of the Contractor, any payment so made by the Owner shall be considered as a payment made Wlder the Contract Documents by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payments made in good faith. << 19 5 If tbp Oumer fails to make piym~Rt 30 days after afJflrGyal by tHe EagiA.eer, iB ::Iciciitlon to other remeciie~ ::Iv::Iil::lhlp. to thp. rnc.tra<.'tor, there llhall be added te each s1:leh playm.ent, intP.TP.<::t M thp. ml'lYlnmm legal rite cgmmeR~iA.g eA. the first eay aiter said ptl)'ftlent is due 8:fta Qontinning lIntil thp. pl'lyment is recei~'ed by the C0IRraeter. GC-20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE: 20.1 The acceptance by the Contractor of filial payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor other than claims in stated amoWlts as may be specifically excepted by the Contractor for all things done for furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of this work. Any payment, however, fmal or otherwise, shall not release the Contractor or his Sureties from any obligations Wlder the Contract Documents or the Performance Bond and Payment Bonds. GC-12 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I GC-21. INSURANCE: 21.1 The Contractor shall purchase and maintain during the life of this Contract such insuranl:e as will protect him from claims set forth below which may arise out of or result from the Contrac:tor's execution of the work, whether such execution by himself or by any Subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. 21.1.1 Claims under Workman's Compensation, disability benefit and other similar employ'~e benefit acts, 21.1.2 Claims for damages because of bodily injury, occupational sickness or disease or death of his employees, 21.1.3 Claims for damages because of bodily injury, sickness or disease or death of any person other than his employees, 21.1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor or (2) by any other person; and 21.1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 21.2 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the work. These Certificates shall contain a provision that coverages afforded under the policies will not be canceled unless at least fifteen (15) days prior written notice has been given to the Owner. 21.3 The Contractor shall procure and maintain, at his own expense, during the life of the Contract, liability insurance as hereinafter specified. 21.3.1 Contractor's General Public Liability and Property Damage Insurance including vehicle Goverage issued to the Contractor and protecting him from all claims for personal injury, 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 himself 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 $200,000 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 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 $100,000 for all property damage sustained by anyone person in anyone accident; and a limit ofliability of not less than $200,000 for any such damage sustained by two or more persons in anyone accident. GC-13 21.3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended Coverage insurance upon the Project to the full insurable value thereof for the benefit of the Owner, the Contractor and Subcontractor as their interest may appear. This provision shall in no way release the Contractor or Contractor's Surety from obligations under the Contract Documents to fully complete the Project. 21.4 The Contractor shall procure and maintain, at his own expense, during the life of the Contract, in accordance with the provisions of the laws of the state in which the work is performed, Workman'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 Workman's Compensation Insurance, including occupational disease provision for all the latter's employees unless such employees are covered by the protection afforded by the Contractor. Incase any class of employees engaged in hazardous work under this Contract at the site of the Project is not protected under Workman'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. 21.5 The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for work to be performed. Unless specifically authorized by the Owner, the amount of such insurance shall not be less than the losses due to dire, 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. The policy shall name as the insured the Contractor, the Engineer and the Owner. GC-22. CONTRACTSECUEUTY: 22.1 The Contractor shall, within ten (10) days after the receipt of the Notice of Award, furnish the Owner with a Performance Bond and a Payment Bond in penal sums equal to the amount of the contract price, conditioned upon the perfornlance by the Contractor of all undertakings, covenants, terms, conditions and agreements of the Contract Documents and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the state in which the work is to be performed and named on the current list of "surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these bonds shall be borne by the Contractor. If at any time a Surety on any such Bond is declared a bankrupt or loses its right to do business in the state in which the work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within ten (10) days after notice from the Owner to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the O\\ner. The premiums on such bond shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new Surety or Sureties shall have furnished an acceptable bond to the Owner. GC-14 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I GC-23. ASSIGNMENTS: 23.1 Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or his right, title or interest therein, or his obligations thereunder, without written consent of the other party. GC-24. INDEMNIFICATION: 24.1 The Contractor will indemnify and hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting form the performance of the work, provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the Contractor and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 24.2 In any and all claims against the Owner or the Engineer or any of their agents or employees, by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of the, or anyone for whose acts any of them may be liable, the indemnification obligatlon shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under Workman's Compensation acts, disability benefit acts or other employee benefits acts. 24.3 The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer or his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs or specifications. GC-25. SEPARATE CONTRACTS: - 25.1 The Owner reserves the right to let other contracts in connection with this Project. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with thc::irs. If the proper execution or results of any part of the Contractor's work depends upon the work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. I I I I I 25.2 The Owner may perform additional work related to the Project by himself or he may let other contracts containing provision similar to these. The Contractor will afford the other Contractors who are parties to such contracts (or the Owner, ifhe is performing the additional work himsel~), reasonable opportunity for the introduction and storage of materials and equipment and the execution of work and shall properly connect and coordinate his work with theirs. 25.3 If the performance of additional work by other Contractors or the Owner is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the GC-15 performance of such additional work by the Owner or others involves him in additional expense or entitles him to an extension of the contract time, he may make a claim therefore as provided in Sections GC-14 and GC-15. GC-26. SUBCONTRACTING: 26.1 The Contractor may utilize the services of specialty Subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty Subcontractors. 26.2 The Contractor shall not award work to Subcontractor(s), in excess of fifty (50%) percent of the Contract Price, without prior written approval of the Owner. 26.3 The contractor shall be fully responsible to the Owner for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. 26.4 The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind Subcontractors to the Contractor by the terms of the contract Documents insofar as applicable to the work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise .over the Contractor under any provision of the Contract Documents. 26.5 Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the Owner. GC-27 ENGINEERS AUTHORITY: 27.1 The Engineer shall act as the Owner's representative during the construction pet:iod. He shall decide questions which may arise as to quality and acceptability of materials furnished and work performed. He shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the work is proceeding in accordance with the Contract Documents. 27.2 The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship and execution of the work. Inspections may be made at the factory or fabrication plant of the source of material supply. 27.3 The Engineer will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety. 27.4 The Engineer shall promptly make decisions relative to interpretation of the Contract Documents. GC-16 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I GC-28. LAND AND RIGHTS-OF-WAY: 28.1 Prior to issuance of Notice to Proceed, the Owner shall obtain all land and rights-of- way ne,cessary for carrying out and for the completion of the work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed. 28.2 The Owner shall provide to the Contractor information which delineates and describes the lands owned and rights-of-way acquired. 28.3 The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. GC-29. GUARANTEE: 29.1 The Contractor shall guarantee all materials and equipment furnished and work perfomled for a period of one (1) year from the date of substantial completion. The Contractor warrants and guarantees for a period of one (1) year from the date of substantial completion of the system 1hat the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects. including the repairs of any damage to other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments or other work that may be necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period. GC-30. TAXES: 30.1 The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. GC-31. WORK ADJACENT TO RAIL WAY OR OTHER PROPERTY: 31.1 Whenever the work embraced in this Contract is near the tracks, structures or buildings of the Owner or of other railways, persons or property, the work shall be so conducted as not to interfere with the movement of trains or other operations of the railway, or, if in any case such interference be necessary, the Contractor shall not proceed until he has first obtained specific authority and directions therefore from the proper designated officer of the Owner and has the approval of the Engineer. GC-32. ORDER AND DISCIPLINE: 32.1 The Contractor shall at all times enforce strict discipline and good order among his employees and any employee of the Contractor who shall appear to be incompetent, disorderly or intemperate or in any other way disqualified for or unfaithful to the work entrusted to him, shall be GC-17 discharged immediately on the request of the Engineer and he shall not again be employed on the work without the Engineer's written consent. GC-33. WARNING DEVICES AND SIGNS: 33.1 The Contractor shall furnish, erect, paint and maintain warning devices when construction is on or near public streets for the protection of vehicular and pedestrian traffic. Such devices will be in accordance with the Georgia Manual on Uniform Traffic Control Devices for Street and Highways, July, 1962, "Traffic Control for Highway Construction and Maintenance Operations", Section ill-I thru ill-75. 33.2 On a 20" X 30" sign, mounted on a solid post, 8 feet above the ground, indicating the name and night phone number of the Contractor in 4" letters, shall be erected at each end of the project throughout the construction and maintenance periods. The Contractor may remove the sign following the maintenance period. GC-34. SPECIAL RESTRICTIONS: 34.1 No work shall be allowed after the hours of darkness or on Saturday or Sunday without the permission of the Owner. GC-35. AS-BUlL T DRAWINGS: 35.1 The Contractor shall furnish to the Engineer three (3) sets of marked up drawings for an "As-Built" record showing all deviations from the Contract Drawings. The marked up sets shall include actual dimensions from permanent markers accurately locating all underground piping. GC-36. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER: .36.1 The Contractor shall not employ or hire any of the employees of the Owner. GC-18 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I - SECTION SGC-O SUPPLEMENTAL GENERAL CONDITIONS SGC-Ol. DRAWINGS: The Owner will furnish to the Contractor, free of charge, all copies of 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 comprise the plans for the Contract: The Contract Drawings are listed under Special Condition SC-02., LIST OF DRAWINGS:. Note: SGC-O:Z. FIELD OFFICE FACILITIES: The Contractor shall provide, at a point convenient to the work, suitable office facilities for housing records, plans and contract documents. A telephone shall be provided at the Contra(:tor's office for expediting the work and be made available for the use of the Engineer. . A complete and up-to-date set of the plans and specifications shall be available at the field office at all times that the work is in progress. SGC-03. RIGHTS-OF-WAY: The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all land and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said work, th.e Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be extended to compensate for the time lost by such delay; such determination to be set forth in writing and approved by the Owner. . - SGC-04,. ESTIMATE OF QUANTITIES: . The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except a.s herein otherwise specifically limited to increase or diminish them as may be deemed. reasonably necessary or desirable by the Owner to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. - . . I . SGC-l - SGC-05. EXISTING STRUCTURES AND UTILITIES: The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the Contractor before starting work. The Contractor shall be held responsible for any damage to and for maintenance and protection of existing utilities and structures. SGC-06. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any of the lump sum items shown in the proposal. These estimates as approved will serve as the basis for estimating of payments due on all progress estimates. SGC-07. PRIOR USE BY OWNER: Prior to completion of the work, the Owner may take over the operation and/or use of the incompleted project or portions thereof. Such prior use of the 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. SGC-08. 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. SGC-09. MAINTENANCE OF TRAFFIC: In any work within the public right-of-way, the Contractor shall provide adequate warning and protection for pedestrian and vehicular traffic from any hazard arising out of the Contractor's operations and will be held responsible for any damage caused by negligence on his part or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes, sidewalks and driveways will be kept open and clear at all times except as provided below. The Contractor shall not block traffic on any street more than 30 minutes or without written permission from such agency. Before leaving the work each night, it shall be placed in such condition as to cause the least possible hazard therefrom. Should the Contractor fail to comply with the provisions of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and/or passageways or clear the pavement and deduct the cost thereof from sums due to the Contractor. SGC-IO. MAINTENANCE OF ACCESS: The Contractor will be required to maintain access to business establishments during all time they are open for business, to churches, schools and other institutions during the time they SCG- 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I are op(:n and to all residential and other occupied buildings or facilities at all times. Bridges across open trenches and work areas will be required to provide vehicular and pedestrian access. Bridges with handrail protection will be required for crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The Contractor shall, however, plan and pursue his operations so as to minimize the time that direct entran(:e is blocked. SGC-ll. EROSION CONTROL AND RESTORATION OF PROPERTY: 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 constIUction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition. SGC-12. BYPASSING SEWAGE: The Contractor will be required to schedule and coordinate construction sequences and to use temporary construction and other approved methods which will minimize the bypassing of sewage during construction of the sewer facilities. The diversion of sewerage to open ditches or streaIrui will not be permitted. SGC-13. SAFETY AND HEAL TH REGULATIONS: The Contractor shall comply with the Department of Labor S~ety and Health Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31- 596) an.d under Section 107 of the Contract Work Hours and Safety Standards Act (pL91-54). SGC-14. PRE-CONSTRUCTION CONFERENCE: A pre-construction conference shall be held at an acceptable time to the Owner and the Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements of the Contract Documents. SCG- 3 I I I I I I I I I I I I I I I I I I I SECI'ION SC-O SPECIAL CONDITIONS SC-Ol.. SCOPE: The project referred to in the Agreement shall consist of the construction of Augusta Golf Course Improvements, hereinafter referred to by project name asAugusta Golf Cours~! Improvements. SC-02. LIST OF DRA WINGS: The following drawings, prepared by James G. Swift & Associates comprise the plans for the project: SHl~ET NO. t 2 3 4 5 6 TITLE Cover Sheet Irrigation Plan Irrigation Plan Pumping Facility Site Plan Pumping Facility Plans and Details Pumping Facility Elevations and Details SC-03. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material into the stream beds of water courses adjacent to the project. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in confonnance with printed instructions. SC-04. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. SC-05. PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct blue line prints together with a like number of complete bound specifications for construction purposes. Additional sets of plans and/or specifications will be furnished to the Contractor at the cost of wproduction upon his written request. SC-l I I I I I I I I I I I I I I I I I I I SC-06.. RECORD DRAWINGS: The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction. Satisfactory progress toward the preparation of the record drawings shall be a condition of approval of monthly payment estimates. At the comple:tion of construction, prior to submitting: his estimate for final payment. and as a condition for payment thereof. three copies of the record drawings, satisfactorily completed, will be transmitted to the Engineer. SC-07. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, etc, are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. SC-08. SALVAGE MATERIAL: All grates, railroad ties, cobblestones, granite curbing, manhole frames and covers, will remain the property of the Owner and will be stockpiled at , in the manner directed by the Engineer. SC-09. REFERENCED SPECIFICATIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part of these specifications as if the entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. SC-lO. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, Edition of1978. The Contractor shall give prior written notification to and shall obtain the approval of the Augusta-Richmond County Fire and Police Department of any street closures. SC-l1. CONSTRUCTION ORDER AND SCHEDULE: 1. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the general guidelines specified for maintenance and protection of highway and pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified below: A.) SEQUENCING OF IRRIGATION SYSTEM INSTALLATION Following the tapping of the 12" water main on Damascus Road, by the Augusta-RichmondUtilities Dept., the contractor shall install the pumping station followed by the irrigation piping and appurtenances in the following order: SC-2 I I I I I I I I I I I I I I I I I I I 1. 15th fairway, tee, and green 2. Driving range 3. Practice putting green 4. 18th fairway, tee, and green 5. 17th fairway, tee, and green 6. 16th fairway, tee, and green 7. 2nd fairway, tee, and green 8. 3rd fairway, tee, and green 9. 4th fairway, tee, and green 10. 14th fairway, tee, and green 11. 13th fairway, tee, and green The contractor shall progressively energize the new irrigation system, as necessary, to provide water to newly constructed fairways and greens and the existing course. The contractor shall coordinate the closing of the existing irrigation system as the new system is installed. Once the contractor has completed the installation of the new irrigation system on the above listed fairways, he shall proceed with installation of the new system on the remaining nine holes. The contractor shall progressively energize the new system on the remaining holes to insure continuous irrigation of the course. The contractor shall coordinate the system installation with the course superintendent to insure adequate irrigation of course throughout the construction period. 2. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: A. Breakdown of contract price into units of cost for each item required to complete the total work; this break- down will be the basis for judging the percentage complete at any time. B. A statement of the order of procedure to be followed that will result in the required protection and comple- tion of the work within the contract time. C. A bar chart showing the percentage of each item schedules against time and so scheduled that Contrac- tor's order of construction is clearly shown. SC-3 I I I I I I I I I I I I I I I I I I I 3. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked to show the work completed at the date of the payment requested. SC-12. INSPECTION AND TESTING OF WORK: The Owner shall provide sufficient competent engineering personnel for the technical observation and testing of the work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. Inspectors shall have the power to stop work on account of a workman's incompe- tency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accord,mce with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for any other purpose requiring discharge of their duties for which service no additional allowance shall be: made. The inspector shall, at all times, have full permission to take samples of the materials that mayor may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. If the specifications, the Engineer's instructions, laws, ordinances, or any public authori1y require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Enginel:r, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and whl~re practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of re-examination and replacement. If such work is not ill. accordance with the Contract Documents, the Contractor shall pay such cost. SC-4 I I I I I I I I I I I I I I I I I I I SECTION 1 1.01 1.02 1.03 1.04 SECTION 2 2.01 2.02 2.03 2.04 2.05 2.06 2.07 2.08 2.09 2.10 2.11 SECTION 3 3.01 3.02 3.03 .3.04 3.05 SECTION 4 4.01 4.02 4.03 4.04 4.05 4.06 4.07 4.08 4.09 4.10 4.11 4.12 4.13 4.14 4.15 Table of Contents SCOPE AND DIRECTION Purpose Scope of Work Definition of Intent of Documents Schedule of Work - Time of Completion RESPONSillILITIES OF CONTRACTOR Contractor's Understanding Materials and Workmanship Ordinances, Regulations, Codes, Permits & Inspections Project Supervision Wage Laws, Taxes, Insurance, and Safety Laws Examination and Verification of Drawing & Job Site Performance and Labor and Material Bond Guarantees Equipment, Tools, and Labor "As-Built" Record Drawing Training of Maintenance Personnel SITE MAINTENANCE, MATERIAL STORAGE AND CLEAN UP Protection of Work and Property Lands for Material Storage Handling of Materials Cleaning Premises Contractor's Office MATERIALS AND INST ALLA TION Inspection of Work in Progress Staking of Sprinkler Locations Sprinkler Heads Risers and Swing Joint Nipples 115 V AC Electric Power Wiring 24 V AC Control Lines Primary Surge Protection Equipment (120 V AC) Secondary Surge Protection and Isolation (24 V AC) Grounding Portion of Surge Protection Communications Control Equipment PVC Pipe and Fittings Golf Course Condition after All Excavation, Trenching, Pulling or Boring Excavation, Trenching and Boring Installation of System Main I I I I I I I I I I I I I 4.16 4.17 4.18 4.19 4.20 4.21 4.22 4.23 4.24 4.25 4.26 4.27 4.28 4.29 4.30 SECTION 5 5.01 5.02 5.03 5.04 5.05 SECTION 6 1 2 3 4- .5 '7 13 :W 22 25 28 34 == - . Installation of Lateral Lines Sleeving Beneath Paved Areas Pipe Crossings of Roadways Pipe Crossing at Streams Valves Valve Boxes, Drains, etc. Quick Coupling Valves and Keys Air Release Valves Manually Operated Globe or Gate Valves Green Isolation Isolation Valves Control Valves Pressure Reducing Valves Check Valves Mounted in Irrigation Piping Winterization Provisions TESTING AND ACCEPTANCE OF SYSTEM Testing System Balancing and Adjustment Notice of Completion Final Inspection with Owner's Representative Acceptance of the System FLOTRONEX PSI, Inc. LPS STANDARD SPECIFICATIONS Purpose Scope Station Base Pumps Pump Check Valve Piping . Main Control Valve Gauges Lightning Arrestor Motor Starting Equipment Controls High Pump Temperature I I I I I I I I I I I I I I Section 1 Scope And Direction 1. 0 1 Purpose The objective of these product specifications and installation recommendations is to: a. Identify materials of acceptable quality to be installed; and b. Recommend acceptable installation methods. The contractor is expected to provide the owner an assembled and installed sprinkler system which will operate satisfactorily. The fInished system shall efficiently irrigate all intended areas and shall prove satisfactory in all respects. These specifIcations, design details and irrigation designs may be considered, wholly or in part, as part of the fmal contract to perform. 1..02 Scope of Work The work addressed by these documents consists of the provision of labor, material, equipment, and services required for all work described herein. All work herein specifIed on the drawings or in the detail drawings shall be executed in accordance with all governing ordinances, laws and regulations and shall meet all local conditions and any changes and/or additions in work necessary to meet ordinances, laws, regulations and/or conditions will be made without additional expense to the Owner, but such changes shall have the prior written approval of the Owner. 1.03 Definition of Intent of Documents The contract agreement, drawings, and specifIcations constitute the contract documents, along with all modifIcations ratifIed by the parties and thereof incorporated in the documents prior to their execution. i What is called for in one document shall be as binding as if called for by all. The intent of the document is to include, unless otherwise stated, all labor, materials, equipment, tax permits, and transportation for the completion of the work required for a complete irrigation system in a professional and proper manner. - - . - 1.04 Schedule of Work - Time of Completion The cOnlract work shall commence on the date specified by a written notice to proceed issued to the contractor by an Authorized Representative of the owner. Time is of the essence in the performance of the work under the contract to perform. Installation, including testing and adjustment, must be completed within (60) days of the notice to proceed or as otherwise agreed upon by the parties in writing. The owner may, at his or her discretion, issue a Notice of Acceptance at the completion of the project. Said notice will state that the agreements and covenants of the contractor to perform have been fulfilled. Upon completion of the owner's inspection, a list of remaining requirements will be provided to the contractor for expeditious performance. The Notice of Acceptance may be withheld until completion of the remaining outstanding discrepancies, deletions or omissions have been satisfied by the contractor. The contractor warrants that he will employ personnel and means in such a manner that the work will be performed in an efficient and timely manner. In the event of a slow down, work stoppage or strike by the contractor's employees or any employees of his subcontractors, the contractor shall take every reasonable step to prosecute the work without any delays. Time loss due to such slow downs, work stoppages or strikes shall not be considered an excusable delay within the means of this article. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Section 2 Responsibilities of Contractor 2.01 Contractor's Understanding By submitting a bid proposal, it is understood and agreed by the contractor that he has, by careful examination of the site, satisfied himself as to the nature and location of the work, the conformity of the ground, the character, quality, and quantity of materials to be used, the character of the equipment, and facilities incidental to the completion of the work, the general and local conditions, and other matters which may in any way affect the work under this contract. The contract shall not be affected or modified nor shall any of its terms or obligations be affected or modified by verbal agreement or conversation with any officer, agent, or employees of the owner, either before, during, or after the execution of this contract. 2.02 M,aterials and Workmanship Any material specified by name and/or model number in the specifications or in the irrigation drawing or detail drawings shall be deemed to be used for the purpose of identifying the materials and insuring the specific use of that material in the construction of the system. No substitutions will be permitted without prior written approval by the owner's authorized representative and the designe:r or the architect of the system. No substitutions will be considered prior to the contract being signed. All materials used in the system shall be new and without flaws or defects of any type and shall be given the best of their class and kind. All materials shall have a minimum guarantee of one year against material defects or defective workmanship. After the award of the contract and prior to beginning work, the contractor shall submit for appraisa.l six (6) copies of the complete list of materials he proposes to install. Quantities of materials and equipment need not be included. No deviations from the specifications shall be allowed, If substitution of material is desired by the contractor, sufficient descriptive literature and material samples must be furnished to establish the material as an equal substitute. In addition, the contract()r must state his reason for desiring substitute materials. . . All materials and equipment shall be installed in a neat and professional manner following the recomm::ndation of the manufacturers of the materials. ii The Owner's Authorized Representative retains the right to order removal or replacement of any items which. in his opinion, do not present a reasonably neat and skillfully installed appearance. iii In addition, the contractor shall coordinate and cooperate with other trades to enable the work to proceed as rapidly and as efficiently as possible. 2.03 Ordinances, Regulations, Codes, Permits & Inspections A contractor is obligated to follow all regulations,ordinances, and codes governing the type of work he is doing on the job site. Any permits that are needed for the installation or construction of any work included under this contract and which are required by the authorities of the jurisdiction, shall be obtained and paid for by the contractor following those ordinances, regulations, and codes which required the permits. If the authorities of the jurisdiction require inspection at certain times during the installation, the contractor shall arrange for, and be present at, any such inspection. Any additional work or furnishing of materials required due to inspections by the authorities of jurisdiction shall be furnished at no cost to the owner. In the event that the specifications for this project and existing ordinances, regulations, or codes are in conflict, the conflict must be and shall be noted in writing by the contractor to the Owner's Representative, and any necessary changes in work shall follow the previously established procedure for claims for extra compensation. 2.04 Project Supervision The contractor shall provide a competent superintendent and any necessary assistants on the project when work is in progress. The superintendent shall not be changed during the duration of the project without the consent of the Owner's Representative unless the superintendent ceases his status as an employee of the contractor. The superintendent shall represent the contractor in the contractor's absence, and all directions given to him by the Owner's Representative shall be binding as if they were given directly to the contractor. The contractor's superintendent shall supervise the contractor's employees on the job site and be responsible for their actions and conduct on the job site. 2.05 Wage Laws, Taxes, Insurance, & Safety Laws The contractor shall be bound by all existing wage laws, tax laws, insurance laws, and safety laws applicable in the legal jurisdiction in which the site is located. The contractor is held to be an employer in his own right and must provide for his responsibilities as such. In addition, the contractor shall maintain, during the life of this contract, a public liability insurance policy in the amount of not less than $200,000 for injuries, including accidental death, to anyone person and minimum of $500,000 for more than one person injured in on accident. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Property damage shall be for a minimum of $100,000 for one occurrence. All automobiles, trucks, and other vehicles which will be used on public streets or highways by the contractor shall be covered with liability insurance of not less than $200,000 for anyone person and not less than $500,000 for more than one person injured in an accident. The contractor shall also provide and maintain sufficient insurance coverage to cover the cost of all materials and equipment provided by him and stored on the site which shall be used or installed on this project. Said insurance shall provide compensation for loss due to fIre, theft, or vandali:;m. All insurance policies shall have a non-cancellation clause providing for ten (10) days written notice to be given prior to cancellation. The owner shall be shown as co-insured by all insurance policies required under this section. The contractor shall also furnish fIre insurance in the amount necessary to sufficiently protect against any loss or damage in full until the project is accepted by owner. The contractor shall be required to furnish to the owner satisfactory proof of compliance in matters of insurance, taxes and laws. 2.06 Examination and VerifIcation of Drawing & Job Site Prior to submitting a proposal for this project, each bidder has the responsibility to examine the premises and satisfy themselves as to the conditions under which he will be obligated to operate when installing the irrigation system under this contract. All plot dimensions on the irrigation design are approximate. Prior to proceeding with the work, the contractor shall carefully check and verify all dimensions and shall report all variations from those indicated in the irrigation plan to the owner in writing. If changes are to be made, they will be made in accordance with previous provisions. (see section 2.03) Where minor adjusunents to the system layout may be required, as in connections to existing stub outs, or in working around the existing structures, the contractor shall make the required adjusunents at no additional cost to the owner. 2.07 Performance and Labor and Material Bonds See Invitation for Bid for bond requirements if applicable. . !e I 2.08 Guarantees The work included under this contract shall be guaranteed by the contractor against all defects and malfunctions due to faulty workmanship or defective material for a period of one year from the date of fmal Notice of Acceptance by the owner. The contractor shall furnish a certificate of warranty registration and a guarantee to work and materials for a one-year period from date of final acceptance of the system. Final payment for the system shall not be made unless this certificate is presented to the owner. Upon being informed by the owner of any defects or malfunctions, the contractor shall effect all necessary repairs and/or replacements in a reasonably expedient manner at no additional cost to the owner. Any and all discrepancies as a result of incorrect installation procedures shall be corrected at the contractor's expense. Any materials damaged due to faulty installation will become the responsibility of the contractor. The contractor may require a written explanation of the discrepancy fr<?m the owner or some other responsible party . Emergency repairs, when necessary, may be made by the owner without relieving the contractor of his guarantee obligation. The contractor shall be obligated to repair any settling of back-f1lled trenches which may occur during the guarantee period. The contractor is also obligated to restore any and all damaged plantings, paving, or improvements within the year period. If the contractor does not respond to the owner's request for repair work within a period of ten (10) days, the owner may proceed with such necessary repairs and charge the contractor for all expenses incurred in the repair work. - 2.09 Equipment, Tools, and Labor The contractor shall provide and pay for all equipment (power of otherwise), tools, and labor required for the completion of this project. All materials, utilities transportation, and other facilities necessary for the execution and completion of the contract are also the responsibility of the contractor. 2.10 "As-Built" Record Drawing The contractor shall provide and keep up to date a complete set of "as-built" drawings which shall be corrected daily to show changes in sprinkler locations, controller locations, pump locations, piping locations, wire splices and all other deviations from the original irrigation design drawing as provided to him. All isolation valve locations and electrical or hydraulic splice box locations I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I shall be shown with actual measurements to easily located permanent reference points so that these items may be easily located in the field. Upon completion of the work, the contractor shall furnish the owner with a complete set of as- built drawings showing the sprinkler system as installed. The as-built drawings furnished shall display a neat, orderly, readable and professional representation of the installed system and shall be provided on a reproducible media such as mylar film or good quality vellum. This is the resporu ibility of the contractor and shall not be construed to be the responsibility of any other party . Acceptance of the system is based on the furnishing by the contractor of a completed as-built plan which is acceptable to the owner or Owner's Representative. Said as-built plan will include locations of all valves (automatic and manual) and splice boxes with triangulated measurements to each location as well as any deviations from the locations of pipe and heads as represented by the conlract documents. The as-built plan shall be drawn in ink on a good grade of drafting vellum or Mylar film at a scale of I" =200' or I" = 100' and shall indicate the accurate location, type and size of all pipe, valves, heads, controllers and wire splices. Power. and pulse wire runs shall be indicated by dashed and dotted hIles running parallel to the irrigation piping. Measurements relative to the nearest heads shall be recorded for all isolation and air release valves, all quick coupling valves, and all splices other than those associated with valve in head solenoids, remote control valves, or satellite controllers. Control "zone" borders shall be indicated. The ideal base sheet for the irrigation as-built is a accurately scaled aerial photograph, which the owner 5hall provide. If the owner chooses not to provide the aerial view, then the designer's installation plans may be used as a guide. The contractor shall provide reproducible copies of the as-built to the owner and designer upon completion of the work. 2.11 Training of Maintenance Personnel . . Upon completion of the work and acceptance by the owner, the contractor shall be responsible for the training of maintenance personnel and shall furnish copies of all available parts lists, trouble ~;hooting lists, specification sheets, catalog sheets, and operations and maintenance manuals to the owner prior to fmal payment. - The contractor's responsibility of training maintenance personnel in the operation and maintenance of the system shall not be waived due to owner's acceptance of the system. If this responsibility is not fulfilled, the cost of obtaining this training by the Owner shall be shown as a deduction in the fmajl payment. The contractor, at his option, may utilize the services of the irrigation system distributor for specific operation training and troubleshooting. Turf Care Products will program the computer and train maintenance personnel for use of hand-held radios, troubleshooting, and central computer software training. I I I I I I I I I I I I I I I I I I The contractor shall set the initial watering schedules and programming of the automatic controllers in accordance with the specifications or irrigation plan furnished by the owner. Changes in the schedules and programming and instructions on how to make such changes shall be the responsibility of the designer of the system. . - I I I I I I I I I I I I I I Section 3 Site Maintenance, Material Storage and Clean Up 3.01 Pr,otection of Work and Property The contractor shall continuously maintain adequate protection of all his work from damage and shall protect the owner's property from injury or loss arising in connection with work on this contract. The contractor shall take care to avoid coverings, electrical systems, sewers, sidewalks, landscaping, grounds, above ground or underground installations or structures of any kind, and shall be held responsible for any damage that does occur. Damage includes not only mechanical damage but also damage from leaks in the irrigation system being installed by the contractor, whether through negligence or otherwise. The contractor shall adequately protect adjacent property as provided by law and shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by the Public Authority for local conditions. The contractor shall securely cover all openings into the section of the system being installed and components of the system as it is being installed to prevent obstructions in the pipe and the breakage, misuse or disfigurement of the equipment. 3.02 Lands for Material Storage The owner shall provide a specified area in which all material to be used on the project shall be stored when not in use. Provision of this land is for the purpose of keeping the property neat and orderly and in no way waives any requirements of the contractor to protect his equipment and materials from damage by the elements or from theft or vandalism. The contractor has the right to erect l:emporary construction facilities for storage and protection of his materials and equipment on the lands set aside by the owner for materials storage. 3.03 Handling of Materials . - The contractor shall be responsible for correct procedures in loading, stacking, transporting, and handling all materials to be used in the system. The contractor shall avoid rough handling which could affect the useful life of equipment. Pipe shall be handled in accordance with the manufacturer's recommendations on loading, unloading and storage. 3 .04 Cleaning Premises The contractor shall continuously keep the area in which the system is being installed neat and orderly. Disposal of rubbish and waste material resulting from the installation shall be continual. Upon completion of the system, the contractor shall remove from the owner's property, at the contractor's expense, all temporary structures, rubbish, and waste materials resulting from the installati.on of said system. 3.05 Contractor's Office I I I I I I I I I I I I I I I I I The contractor shall be required to set up and maintain a temporary office in a trailer or similar type structure in a location to be determined by the Owner's Representative. This office shall also include a telephone to be used by the contractor during the installation period. . . - = I I I I I I I I I I I I I I Section 4 4.01 Inspection of Work in Progress Materials and Installation The Owner's Authorized Representative, assisted as required by technical specialists, shall be responsible for inspection of the contractor's work while such work is in progress. A Represe:ntative shall bring to the attention of the contractor any work which does not meet the specifications of this contract and the contractor shall correct such work as brought to the contractor's attention. All sprinkler heads shall be of the gear driven variety, as manufactured by The Toro Company. These sprinklers shall be of the pop-up variety with spring retraction. The body of the sprinkler shall be constructed of Cycolac Material. The spririkIer shall be easily serviced from the top of the unit, and shall perform to manufacturer's specifications concerning diameter of throw and gallonage at given pressures. Spacing of heads on this project shall not exceed the manufacturer's maximum recommendations. See irrigation drawing: legend for models of pop-up sprinklers to be used. 4.02 Staking of Sprinkler Locations Staking of sprinkler locations shall be: done by the contractor and approved by the Owner's Represe ntative. Sprinklers added to a hole following its approval by the owner'1; representative and installation of the same will be considered as additional and invoiced by the contractor as such. 4.03 Sprinkler Heads . . - - Sprinkler Spacing Template for 70' and 80' Spacings T!1- When staking 80' square-spaced sprinklers, each person grabs a "knot only". Knot Only ~m'+M'+m'+m'~ Start rm'tm'tm'tm'i All sprinklers shall be installed on swing joints as shown in detailed drawings. The sprinkler shall initially be installed so that the top of the head is at grade level. Backfill around the swing joint and sprinkler shall be free of large rocks, roots, or foreign debris. I I I I I I I I I I I I I I I I I I I . If installation occurs on a course with existing turf, the sprinkler head shall be installed at grade level and the resulting disturbance about the head shall be sodded re-using the previously removed existing sod the same day. 750 Series 730 Series I I I I I I I I I I I I I I 750 SERJES BIDDING SPECIFICATIONS . The full-circle sprinklers shall be a gear-driven rotary type. The sprinkler shall be of a pop-up design with an overall height of 11 ", a body diameter of 3-3/4", a cap diameter of 7-1/2" and a pop-up stroke of2-3/4". The sprinkler shall have a 1-112" NPT or BSP female-threaded inlet. The sprinkler shall be capable of covering 86 feet radius at 80 pounds per square inch pressure with a discharge rate of 47.4 gallons per minute. Water distribution shall be via two nozzles mounted in a 2-114"- diameter plastic nozzle turret. The dual nozzles shall be oriented in opposite directions and elevate 2" above the body when in operation. The sprinkler nozzles shall be of a press-in-type and color- coded for easy identification of radius and gallonage performance capabilities. The electric of the sprinkle:r shall be available with factory-preset, fixed pressure-regulation points in the following pressure: settings: 50 PSI, 65 PSI, 80 PSI and 100 PSI. The internal valve assembly shall be a piston type that vents to atmosphere, providing valve friction loss of less than 5 PSI. The sprinkler shall be designed to provide smooth valve closure in excess of 2 seconds to minimize damage resulting from surges and water hammer. All valve seals shall be constructed of natural rubber. The valve seat seal. shall be constructed of fabric-reinforced natural rubber. The electric and normally closed valve assembly shall incorporate a 1 DO-mesh stainless-steel screen for the control water, preventing entry offoreign materials into the pilot valve assembly. Rotation shall be accomplished by a sealed, oil-filled planetary gear drive. The assembly shall be isolated from the water supply and driven by a variable stator. The drive assembly shall be constructed of plastic and stainless-steel components.' The variable stator shall provide a consistent speed of rotation throughout the entire nozzle range. The body and cap of the sprinkler shall be injection-molded from ABS, a corrosion-proof, impact- resistant, UV -resistant, heavy-duty plastic material. The sprinkler shall have two plastic filter screens: a coarse screen in the body inlet, sized to prevent entry of larger foreign material from entering the body, and a fmer screen threaded into the riser, sized to prevent foreign material from clogging the nozzle. The sprinkler body inlet shall accept a 1-112" NPT or BSP male-threaded fitting. All internal components shall be serviceable from the top of the sprinkler without disturbing the body installation. The riser assembly and the internal valve assembly shall each be retained by _ a single :map ring. The sprinkler shall have a riser/body seal assembly that regulates flushing during pop-up ,md retraction to clear any debris from around the riser, and a heavy-duty, stainless-steel spring to ensure positive retraction. Sprinkler flush rate shall not exceed 5.0 GPM. The sprinkler shall be capable of identifying the use of effluent water on the exposed cap of the sprinkler via a lavender-colored, press-in insert. A patented insert shall also be available for providing numeric values for yardage marking on golf courses using effluent and potable water. The sprinkler cap shall indicate model designation, nozzle number and drive assembly type. The exposed body flange shall display warnings to ensure safe operation.The sprinkler shall be available in four body styles/activation types as follows: Normally Open Valve-In-Head: The integrated hydraulic valve shall be activated remotely by relieving pressure to open and applying pressure to close. The control connection shall be the push-on..type brass fitting with retainer for polyethylene tubing (1/4" O.D. x 118" J.D.). Check-O-Matic: The integrated check valve shall be capable of preventing low-head drainage up to 37' of elevation change (16 PSI). The valve shall be vented to atmosphere via the sprinkler bowl. The vent connection shall be the push-on-type brass fitting with retainer for polyethylene tubing (1/4" O.D. x 1/8" LD.). - Electric V alve- In- Head: The sprinkler shall incorporate an electrical solenoid for activation of the integrated control valve. The solenoid operator shall be suitable for 24 V AC, 50/60 Hz service with an inrush of.47 amperes @ 50 Hz, .40 amperes @ 60 Hz and holding of .32 amperes @ 50 Hz, .235 amperes @ 60 Hz. An On-Off-Auto manual selector switch shall be provided and accessible from the surface with a special key. Pressure regulation shall be preset by the factory and indicated on the external pilot valve cover. Normally Closed Valve-In-Head: The integrated hydraulic valve shall be activated remotely by applying pressure to open and relieving pressure to close. An On-Off-Auto manual selector switch shall be provided and accessible from the surface with a special key. Pressure regulation shall be preset by the factory and indicated on the external pilot valve cover. The control connection shall be the push-on-type fitting with retainer for polyethylene tubing (1/4" O.D. x 1/8" I.D.). The sprinkler shall be developed and manufactured by an ISO 900l-certified facility. The sprinkler shall be a model number_754-06-58 and shall be manufactured by The Toro Company, Irrigation Division, Riverside, California, U.S.A. 730 SERIES SPRINKLERS BIDDING SPECIFICATIONS The full-circle sprinklers shall be a gear-driven rotary type. The sprinkler shall be of a pop-up design with an overall height of 10", a body diameter of 3-1/2", a cap diameter of 6" and a pop-up stroke of 2-3/4" . The sprinkler shall have a 1" NPT or BSP female-threaded inlet. The sprinkler shall be capable of covering 67 feet radius at 80 pounds per square inch pressure with a discharge rate of24.0 gallons per minute. Water distribution shall be via two nozzles mounted in a 2-1/4" -diameter plastic nozzle turret. The dual nozzles shall be oriented in opposite directions and elevate 2" above the body when in operation. The sprinkler nozzles shall be of a press-in-type and color-coded for easy identification of radius and gallonage performance capabilities. The electric and normally closed models of the sprinkler shall be available with factory-preset, fixed pressure-regulation points in the following pressure settings: 50 PSI, 65 PSI, 80 PSI and 100 PSI. The internal valve assembly shall be a piston type that vents to atmosphere, providing valve friction loss of less than 5 PSI. The sprinkler shall be designed to provide smooth valve closure in excess of 2 seconds to minimize damage resulting from surges and water hammer. All valve seals shall be constructed of natural rubber. The valve seat seal shall be constructed of fabric-reinforced natural rubber. The electric and normally closed valve assemblies shall incorporate a I OO-mesh stainless-steel screen for the control water, preventing entry of foreign materials into the pilot valve assembly. Rotation shall be accomplished by a sealed, oil-filled planetary gear drive. The assembly shall be isolated from the water supply and driven by a variable stator. The drive assembly shall be constructed of plastic and stainless-steel components. The variable stator shall provide a consistent speed of rotation throughout the entire nozzle range and shall not require adjustment or replacement if nozzle changes are required. The body and cap of the sprinkler shall be injection-molded from ABS, a corrosion- proof, impact-resistant, UV -resistant, heavy-duty plastic material. The sprinkler shall have two plastic filter screens: a coarse screen in the body inlet, sized to prevent entry of larger foreign material from entering the body, and a fmer screen threaded into the riser, sized to prevent foreign material from clogging the nozzle. The sprinkler body inlet shall accept a I" NPT or BSP male- threaded fitting. All internal components shall be serviceable from the top ofthe sprinkler without disturbing the body installation. The riser assembly and the internal valve assembly shall each be I I I I I I I I I I I I I I I I I I - I I I I I I I I I I I I I I I I I I I retained by a single snap ring. The sprinkler shall have a riserlbody seal assembly that regulates flushing during pop-up and retraction to clear any debris from around the riser, and a heavy-duty, stainles8-steel spring to ensure positive retraction. Sprinkler flush rate shall not exceed 5.0 GPM. The sprinkler shall be capable of identifying the use of effluent water on the exposed cap of the sprinkler via a lavender-colored, press-in insert. A patented insert shall also be available for providing numeric values for yardage marking on golf courses using effluent and potable water. The sprinkler cap shall indicate model designation, nozzle number and drive assembly type. The exposed body flange shall display warnings to ensure safe operation. The sprinkler shall be available in four body styles/activation types as follows: Normally Open Valve-In-Head: The integrated hydraulic valve shall be activated remotely by relieving pressure to open and applying pressure to close. The control connection shall be the push-on-type brass fitting with retainer for polyethylene tubing (1/4" O.D. x 1/8" J.D.). Check-O-Matic: The integrated check valve shall be capable of preventing low-head drainage up to 37' of elevation change (16 PSI). The valve shall be vented to atmosphere via the sprinkler bowl. The vent connection shall be the push-on-type brass fitting with retainer for polyethylene tubing (1/4" O.D. x 1/8" J.D.). Electric Valve-In-Head: The sprinkler shall incorporate an electrical solenoid for activation of the integrated control valve. The solenoid operator shall be suitable for 24 V AC, 50/60 Hz service with an inrush of.4 7 amperes @ 50 Hz, .40 amperes @ 60 Hz and holding of .32 amperes @ 50 Hz, .235 amperes @ 60 Hz. An On-Off-Auto manual selector switch shall be provided and accessible from tht: surface with a special key. Pressure regulation shall be preset by the factory and indicated on the external pilot valve cover. Normally Closed Valve-In-Head: The integrated hydraulic valve shall be activated remotely by applying pressure to open and relieving pressure to close. An On-Off-Auto manual selector switch shall be provided and accessible from the surface with a special key. Pressure regulation shall be preset by the factory and indicated on the external pilot valve cover. The control connection shall be the p'lsh-on-type fitting with retainer for polyethylene tubing (1/4" a.D. x 1/8" J.D.). The sprinkler shall be developed and manufactured by an ISO 9~0 I-certified facility. The sprinkler shall be a model number 734-06- 34 and shall be manufactured by The T oro Company, Irrigation Division, Riverside, California, U.S.A. 760 SERIES BIDDING SPECIFICATIONS: The full- and part-circle sprinklers shall be a gear-driven rotary type. The sprinkler shall be of a pop- up design with an overall height of 1 0", a body diameter 00-112", a cap diameter of 6" and a pop-up stroke of 2-3/4". The sprinkler shall have a 1" NPT or BSP female-threaded inlet. The sprinkler shall be capable of covering 72 feet radius at 80 pounds per square inch pressure with a discharge rate of25.6 gallons per minute. Water distribution shall be via three nozzles mounted in a 2-114"- diameter plastic nozzle turret. The three nozzles shall be oriented in the same direction and elevate 2" above the body when in operation. The sprinkler nozzles shall be of a thread-in type and color- coded for easy identification of radius and gallonage performance capabilities. The part-circle sprinklers shall be adjustable from the top with the left terminus of the arc as fixed. The sprinkler shall be adjustable during operation and when the unit is not in operation. An arrow on the top of the cap will indicate the nozzle orientation, aiding non-operational arc adjustment and allowing operators to remain distant from the water throw. The arc adjuster shall be protected from debris contamination by a stainless-steel screw and plastic cover. The electric and normally closed models of the sprinkler shall be available with factory-preset, fixed pressure-regulation points in the following pressure settings: 50 PSI, 65 PSI, 80 PSI and 100 PSI. The internal valve assembly shall be a piston type that vents to atmosphere, providing valve -friction loss of less than 5 PSI. The sprinkler shall be designed to provide smooth valve closure in excess of 2 seconds to. minimize damage resulting from surges and water hammer. All valve seals shall be constructed of natural rubber. The valve seat seal shall be constructed of fabric-reinforced natural rubber. The electric and normally closed valve assemblies shall incorporate a I OO-mesh stainless-steel screen for the control water, preventing entry of foreign materials into the pilot valve assembly. Rotation shall be accomplished by a water-lubricated, compound-cluster gear drive with a bifurcated gear plate and driven by a variable stator. The drive assembly shall be constructed of plastic and stainless-steel components. The variable stator shall provide a consistent speed of rotation throughout the entire nozzle range and shall not require adjustment or replacement if nozzle changes are required. The body and cap of the sprinkler shall be injection-molded from ABS, a corrosion-proof, impact- resistant, UV -resistant, heavy-duty plastic material. The sprinkler shall have two plastic filter screens: a coarse screen in the body inlet, sized to prevent entry of larger foreign material from entering the body, and a fmer screen threaded into the riser, sized to prevent foreign material from clogging the nozzle. The sprinkler body inlet shall accept a 1" NPT or BSP male-threaded fitting. All internal components shall be serviceable from the top of the sprinkler without disturbing the body installation. The riser assembly and the internal valve assembly shall each be retained by a single snap ring. The sprinkler shall have a riserlbody seal assembly that regulates flushing during pop-up and retraction to clear any debris from around the riser, and a heavy-duty, stainless-steel spring to ensure positive retraction. Sprinkler flush rate shall not exceed 5.0 GPM. The sprinkler shall be capable of identifying the use of effluent water on the exposed cap of the sprinkler via a lavender-colored, press-in insert. A patented insert shall also be available for providing numeric values for yardage marking on golf courses using eftluent and potable water. The sprinkler cap shall indicate model designation, nozzle number and drive assembly type. The exposed body flange shall display warnings to ensure safe operation. The sprinkler shall be available in four body styles/activation types as follows: Normally Open Valve-In-Head: The integrated hydraulic valve shall be activated remotely by relieving pressure to open and applying pressure to close. The control connection shall be the I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I pUSh-oIl.-type brass fitting with retainer for polyethylene tubing (1/4" O.D. x 1/8" J.D.). Check-O-Matic: The integrated check valve shall be capable of preventing low-head drainag\~ up to 37' of elevation change (16 PSn. The valve shall be vented to atmosphere via the sprinkle:r bowl. The vent connection shall be the push-on-type brass fitting with retainer for polyethylene tubing (1/4" O.D. x 1/8" J.D.). :Electric Valve-In-Head: The sprinkler shall incorporate an electrical solenoid for activation of the integrated control valve. The solenoid operator shall be suitable for 24 V AC, 50/60 Hz service with an inrush of.4 7 amperes @ 50 Hz, .40 amperes @ 60 Hz and holding of .32 amperes @ 50 Hz, .235 amperes @ 60 Hz. An On-Off-Auto manual selector switch shall be provided and accessible from the surface with a special key. Pressure regulation shall be preset by the factory and indicated on the external pilot valve cover. Normally Closed Valve-In-Head: The integrated hydraulic valve shall be activated remotely by applying pressure to open and relieving pressure to close. An On-Off-Auto manual selector switch shall be provided and accessible from the surface with a special key. Pressure regulation shall be preset by the factory and indicated on the external pilot valve cover. The control connection shall be the push-on-type fitting with retainer for polyethylene tubing (1/4" O.D. x 1/8" LD.).The sprinkler shall be developed and manufactured by an ISO 900 I-certified facility. The sprinkler shall be a modelniunber 765-06-65 and shall be manufactured by The Toro Company, Irrigation Division, Riverside, California, U.S.A. All wiring shall have a copper conductor with 600 V AC rated polyethylene (PE) or polyvinyl chloride (PVC) UF rated insulation. All 115 V AC electric power wiring shall be installed in accordance with applicable electric installation codes. 115 V AC service to controllers shall consist of one black wire, one white wire, and one ground wire. The ground wire may be sized #8 bare. All wiring shall be buried to a depth of at least 18" (minimum) and to the depth of the pipe when new pipe is installed. Wire splices shall be kept to an absolute minimum number. Concentrations of wire splices shall be placed in a splice or valve box, Carson #910-12 box or approved equal. All wiring splices shall be made watertight using approved methods involving the use of epoxy-resin waterproofmg materials (3M-3570 or 3M-4A). 4.04 Risers and Swing Joint Nipples All risers and nipples, unless otherwise indicated on the plans or in the specifications. Said swing joints shall be Dura Double O-ring swing joints, or equal. All swing joints for sprinkler heads shall be so constructed. Threaded joints on swing joints shall be made up with a maximum of two layers of teflon thread sealing tape and tightened lightly to "fmger tight" and then tightened two more complete turns only. All swing joints for the mounting of quick coupling valves shall be constructed with galvanized nipples and elbows. 4.05 115 V AC Electric Power Wiring 1-1/2" x 3" TOE Nipple to head Lifetime Lubricated Swing Joint Slip x Swing ~o~ ~ ". ",,,.' I 8 ~20 1-1/2" x 3" TOE Nipple to service saddle OT tee NOTE: All wiring to be installed shall be sized and located as indicated on the wiring plans and/or described in the drawing notes and specifications. All 115 V AC wiring must be run into the controller cabinet and "Dry-Spliced", then run to the next controller. "Teeing" off the main power line and branching to the controller is not permissable. I I I I I I I I- I I I I I I I I I I I All electric control cable shall be of size as shown 'Dn the drawings and/or specified and shall be installed in the piping trenches whenever possible. Pipe trench shall be partially backfIlled to provide three (3) to four (4) inch.es of cover over the pipe before wire is installed. Wire shall then be placed in the trench to one side of the pipe. Wire shall be "snaked." into the trench as loose as possible and with as much slack as possible to allow for expansion and contraction of the wire. I I I I I I I I I I I I I I I I I I I All 115 V AC power wiring shall be bundled, taped al: minimum intervals of approximately 10' and laid in the trench to the left side of the pipeline: as one faces the golf green from the respective tee of the golf hole. Inside Valve Box 115 VAC Wire Splice Power wire spliced in trench 3D" perpendicular to pipe trench. Note on as-built. Expansi.on joints in the wire may be provided at 200 foot intervals by making 5 to 6 turns of the wire around a piece of 1/2 inch pipe (then remove the pipe). Where it is necessary to run wire in a separate trench, the wire shall have a minimum cover of 12 inches. All splices on the #8 A WG bare wire shall be made with an 8 or 9 foot ground rod and Cadweld connector. A minimum of eighteen inches (18") of wire for an expansion loop will be allowed at each sprinkler head for contraction of wire or tightening of wire due to backfilling of trenches. At no p:lace in the entire network will the wire be tight; it must be "snaked" into the trenches to provide expansion. All wire connections at remote control valves, either direct buried or in control boxes, and all wire splices shall be left with sufficient "slack" so that in case of repair the valve bonnet or splice may be brought to the surface without disconnecting the wires. 4.06 24 V AC Control Lines Control wiring for the 24 V .A. C. remote control irrigation valves shall be single strand copper wire widl UF polyethylene insulation rated for a minimum of 300 V.A.C.. All control wiring shall have a soft drawn single strand copper conductor of the gauge specified below. Valve common wires shall be #12 A WG and/or #10 A WG with white insulation, while "hot" wires to. the valves shall be #14 A WG with red insulation. These color assignments shall be adhered to unless otherwise specified. See Notes & Legends for specific requirements. Valve wiring shall be bundled, taped at minimum intervals of approximately 10' and laid in the trench to the right side of the pipeline as one faces the golf green from the respective tee of the golf hole. Surge protection shall be installed on primary (120 V AC) power lines at each satellite controller. Primary- surge protection shall consist of: surge protector (#9-4666), 1 amp fuse (#1-7088) and fuse holder (#360-0345). Each surge protector shall be connected to at least one 5/8" diameter by 8' long copper clad grounding electrode driven in the soil to its full depth. Electrodes shall be placed no closer than two (2) feet to any controller cabinet and no closer then two (2) feet to any control or power wiring. The ground rods shall be located in a consistent manner throughout the installation in respect to controller positions and shall be noted on the as-built plans. Splices shall be made using wire nuts and epoxy-resin waterproofmg kits. Kits shall be 3M DBY Direct Burial Splice, 3M part number 054007-09053. Each kit contains 2 splices. If more than 3 #14 or 2 #12 wires are to be spliced together, then DBR kits shall be used. Wire splices shall be kept to an absolute minimum. Where major concentrations of splices are necessary said splices shall be placed in a #910-12 Carson valve box installed below grade. Splices at valve locations shall be made inside of the valve box. All splice locations shall be noted on the as built plan. 4.07 Primary Surge Protection Equipment (120V AC) n ~:~: ci I' ~ ~ ~ DBY & DBR I....llatlon Iurructlons Typical Grounding Rod Installation Cad weld Connector Cover .i ,,; .I~. ,t'.. ~'.~ 5/B" Diameter B it. ~ ;~ Copper Clad Rod K '9" ~ust Have 10 Ohms "I ... or Less Resistance ~. to Ground ~; When it is necessary for the grounding circuit to pass through the controller cabinet wall two (2) number L-70 copper grounding lugs and a brass bolt shall have an accessible screening device, and shall be employed as noted in the detail drawings. The ground wire passing between the controller and the ground rod shall be buried a minimum of ten inches while the top of the rod I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I itself and Cadweld connector shall be covered with a four (4) inch PVC sleeve and accompanying Toro #850-00 cover (lid to be installed at grade level). (See Section 5.09 for further earth ground requirements. ) 4.08 Secondary Surge Protection and Isolation (24V AC) Secondary surge protection is recommended on all systems using electric valve in head sprinklers (-06-). Hydraulic-controlled valve-in-head sprinkler systems do not require additional secondary surge p:rotection. Secondary surge protection varies by the control :;;ystem specified. Network 8000, LTC and Osmac provide as standard secondary surge protection. Additional surge isolation is required to minimize potential lightning damage. The relay used to isolate the sprinklers from ground is as shown on the Osmac detail. Connection is principally the same for Network 8000 and LTC with the following difference: Insetad of connecting terminal: #1 to an empty station, it shall be connectl~d to the pump start terminal. VT -II electric systems require secondary surge protection, Toro part number TPDC 991-03 at each sat,ellite. 4.09 Grounding Portion of Surge Protection It is the responsibility of the contractor to provide surge protection for all electrical equipment installed by them in relation to the irrigation contract. Said protection shall include but not necessarily be limited to the kems described in the following paragraphs . The contractor shall place a good grounding electrode at each point on the #8 A WG bare wire segment where the 1000' spool runs out and at each satellite location. This grounding electrode shall Osmac Secondary Surge Protection c- c_ T"""",",_ Fva~.Gd- - I .mp(cx I.' &nip) P\I.. 5-.. PUI ('24V) 00-.110 bla., O~-=! ~-- --------. TO~~ (j) l :<D : ~ ' yo.,.~. I T.'....t. I : , . , : L.. ...... _.. ... _ _"" NOlI": U.. 114 or 116 AWG .u-and~ I!I.UlomoUve--l~ wt.r., IdllLDUty neUon with "g XXX 6001 YY where XXX i. aete.1Ute , cmd YY l. srtaUon ,. Ground Grid System o /1000' max between rods rCadWe1d Connector (at the very minimum) be copper clad steel with a minimum diameter of 5/8" and a minimum length of eight (8) feet. If soil conditions, such as ledge rock, prevent eight driven electrodes, one or more copper plates, 1/8" thick x 12" x 18" may be used in lieu of the grounding electrode described above. The grounding electrode used should have a reading of no more than 10 ohms resistance to the ground in which it is driven or placed. This grounding system at the controller shall be connected by Cadweld connector to the #8 bare wire running throughout the primary wiring system. Resistance to the grounding electrode shall be measured by using a MEGGER direct reading Earth Resistance Testing instrument as manufactured by James G. Biddle Co. of Plymouth Meeting, Pennsylvania or a similar type measuring instrument. NOTE: o - 5 ohms 5 - 10 ohms Above 10 ohms Excellent Grounding Protection Good Grounding Protection Resistance is considered as poor ground and steps must be taken to improve th~ grounding conditions. If additional grounding is necessary, the following method shall be used: In addition to the cooper clad grounding electrode or copper grounding plate described above, the contractor shall install a #6 gauge solid conductor noninsulated copper wire 150 feet outward from the controller group or a distance necessary for adequate grounding protection. Minimum burial depth should be at least to (10) inches and maximum burial depth shall be twelve (12) inches. Said grounding wire system shall be installed in an area watered by the irrigation system thereby providing moisture so as to ensure a good grounding contact. This uninsulated wiring shall be installed in an open trench which shall be back filled in such a manner as to ensure the largest possible wire surface to soil contact area. The trench in which this grounding system is installed shall be positioned in such a manner as to provide a maximal distance between the installed grounding system and any and all controller power and communication wiring as well as field control wiring. Ifvibratory "plowing-in" or "pulling- in" of the wire is to be used in the installation (ci}. Hydraulic Sy!lt.ems Route discharlle tube into ground rod cup. \E,:":~~2::", n wire extending into \) irrigated area ~~ For additional grounding, if necessary. ~. Typical Satellite Grounding < 10 ohms resistance to ground I I I I I 'I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I of this wire the pull blade shall be no wider than 1/4" so as to insure good contact between the soil and the bare copper conductor. The preferred method of installation shall be in an open trench line backfilled with loose soil after installation of the wire and compacted to assure a good ground:lng contact. NOTE:: Upon completion of the before mentioned installation and testing the contractor shall be relieved of further responsibility in regards to obtaining a better grounding system. Wire integrity testing shall be performed by Turf Care Products. Ground readings will be taken to determine if furthl~r grounding is necessary. Power wire will also be measured to ensure conductivity is as specified by the wire manufacturer (within allowable tolerances). This test will show, minimally, the integrity of any power wire splices. The owner shall then be responsible for any further modifications to the grounding system necessary to meet the grounding specifications. 4.10 Communications Network 8000/Network LTC Communication Cable Installation shall be as shown in the detail. Communication cable shall be installed in a loop with no in-ground ~;plices. Cable shall be IUn in a conduit or 2" PVC sleeve where it crosses roads, bridges or cart paths. At no time shall it be in the s.ame conduit as 120V AC or 24V AC wrrmg. Communication cable :ihall be Paige P7162D :i hie 1 d e d I;ommunication cable. This cable is #16 A WG shielded 2- conductor with drain. . Toro Communication Cable Valve Wire9~ O .:::. },lain Une - o o I+-- \. Min. ----I ~MOdem EOfll'd adem g x Plug Wiring Diagram Yellow Connect Drain Wire Network 8000 and LTC communication cable shall not be connected to modems until the central is on-line. I I Comm. Cable Communication Cable Plug Osmac Radio Communication Devices The contractor's responsibility for Osmac communication wiring is limited to antennas. The contractor shall install the base antenna and mast where directed by the Owner's Representative. If the chosen location is temporary during construction, the contractor shall not be required to move it to a permanent site. The owner will be responsible for moving the antenna, if necessary, following the initial installation. VT -II Pulse Wire VT-II pulse wire shall be sized as shown on the irrigation drawing. A separate neutral wire must be run with the pulse wire. This separate neutral must be connected to the "neutral" at the VT-II central. Wire shall be copper conductor with 600 V.A.C. rated polyethylene (FE) or polyvinyl chloride (PVC) UF rated insulation, colored yellow. Pulse wire shall not be spliced in the field unless indicated on the plan. All splices should be inside the satellites. 4.11 Control Equipment Automatic central and satellite controllers shall be as indicated on the irrigation drawing. All automatic valves and controllers shall be installed following the recommendations of the manufacturer of said equipment and, more specifically, in accordance with the detail drawings accompanying this contract specification. The location of all controllers shall be approved by the Owner's Representative before the actual installation of said controllers. 4.12 PVC Pipe and Fittings All plastic pipe from sizes 2-1/2" through 12" shall be PR200 Nonplasticized rigid PVC pipe with integral bell and rubber ring gasket unless otherwise specified. PVC pipe shall be supplied in 20' standard lengths and shall be as manufactured by Certain-teed Products Corporation of Valley Forge, Pennsylvania, or approved equal. All trench excavation will be compacted with a tamper to insure no settlement of the trench line in the future. Contractor will be responsible for restoration of all settlement for a period of one year from acceptance. 3" Typ. Positioning stokes 3/~' steel rebor or 3/~' gal. iron pipe (lyp.) L",:', " . , All wire and tubing ore to be bundled and routed obove thn.Jst block costing .Ill. 90. Flhow Th'1Jst block (typ.) Gale Volve-----'- Main Line Isolation Gale Valve ~ Concrete Thrust Block Detail I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Fittings for integral bell with rubber ring gasket pipe shall be of the gasket type and shall be nonplasticized PVC, asbestos cement with brass tapped outlet inserts, or ductile iron. PVC fittings shall be rated for 200 PSI (ASTMD-3139) and shall be as manufactured by Harco Corportation or approved equal. Ductile iron fittings shall be as manufactured by the Harco Corporation. All pipe fittings size 4" and greater shall be ductile iron. All fittings 3" and under shall be Schedule 40 PVC ring type unless specified otherwise on the irrigation drawing. Solvent weld pipe may be allowed under some circumstances. Refer to the irrigation drawing notes & legends for additional information. 4.13 Golf Course Condition after All Excavation, Trenching, Pulling or Boring The contractor shall take the necessary steps to make sure the golf course turf is in the same condition as when the c~nstruction started. The contractor is responsible for removing and replacing sod properly and, where necessary, rolling trench lines or pull lines, tamping any area in need of tamping and applying top dress material if necessary to level and re-establish the turf to its oilginal elevation. All areas mentioned shall conform to the aforementioned specifications for the duration of the guarantee period. 4.14 EX1cavation, Trenching, and Boring All excavation shall be unclassified and shall include all materials encountered except materials which cannot be excavated by normally employed mechanical means. Such exceptions shall be brought to the attention of the Owner's Representative and an adjustment in price shall be agreed upon before excavation of these areas proceeds. Such price adjustments and agreement shall include responsibility for the disposal of the unsuitable materials removed from the trench and the acquiring of additional backfill materials. For the purposes of these specifications "normally employed mechanical" means shall include the use of all power equipment normally used in the construction of golf course irrigation systems, including chain trenchers with small backhoe units and backhoe units equipped with buckets up to and including 24" wide and suitable mechanical tamper. Equipment beyond this, including blasting equipment, jack hammers, larger backhoes (than that described above), backhoe type machine,s equipped with jack hammer units, or the like shall be considered as being beyond "normalj\y employed mechanical means". . The minimum depth of cover over piping 6" and larger shall be twenty (20) inches. The minimum depth of cover over piping 4" and smaller shall be fifteen (15) inches. I The contractor shall exercise reasonable care to avoid causing damage to any and all underground utilities nr structures. The owner shall advise the contractor of any underground utilities or . structures of which he is aware. Utility locating services shall be called upon to pinpoint locations of any underground utilities on the site of the project. It shall be the responsibility of both parties to assure that this procedure is carried out. The Owner's Representative shall approve compaction of all trench lines. (see section 5.13) Recommended method of compaction is with a mechanical tamper such as the Vermeer TC-4, Case TC420, Case TC820 tampers or similar. 4.15 Installation of System Main Installation of the system main shall be in accordance with the manufacturer's instructions and (if feasible) shall proceed from the point of connection of supply for the system pumping station, reservoir, or existing line. Concrete thrust blocks shall be installed at any directional change in the pipeline in accordance with the pipe manufacturer's recommendations and commonly accepted pipeline construction practices. 4.16 Installation of Lateral Lines All lateral lines (up to 2-112") shall be gasketted PVC Class 200 pipe. Lateral pipes and fittings shall be installed in accordance with the manufacturer's recommendations, including the snaking-in of PVC pipe to prevent excessive strain when contracting in cold weather. All lateral lines shall be thoroughly flushed prior to the installation of any automatic valves or sprinkler heads . 4.17 Sleeving Beneath Pav.ed Areas Sleeving for pipe and wire under paved areas, when called for, shall be provided and installed by the contractor. This sleeving shall be of the type and size noted on the irrigation plans or in the drawing notes and shall be at the very least PR200 PVC pipe of sufficient size to easily pass the "bell" of the pipe to be sleeved and any necessary control wiring. 4.18 Pipe Crossings of Roadways When the irrigation piping must be installed /Coa--r- 1. """"-'"'<:.-. ~ _.ll-f-q+1.. '_~rl_ -'\ ~.f A.... \I.. :1".,........ .... , \ "-- Coa _ .._~, ...., -pllne _/ In_UoIn Yea I./;zwI p.nt .. ~ 1"fC'__.I...~ .-~ 11_ .... :l!'" (mil' I ~ .. ~ s.......n. aooo ~~ .cWiu-al "-""' IIII' _.lclItlorl~bl. a...~0I'6111:l~jouu.- HoW: 1lI.o.lm1/#l.~u:"o.il~~ ota.cull:.rollpql4.tJtW'\U\"jofl LaIl.allaUol:ll!lu.tl!Ue\~~codotA'llr,U.,-~lo ~~I~.,.(taJlb.t)olJ\U Road Crossing with Ductile Iron Piping I I I I I I I I I I I I I I I I I I I I I I I I I I -I I I I I I I I I across a paved road other than the Owner's private road, the contractor shall contact and obtain the necessary permission of the agency or persons having jurisdiction. The contractor shall install piping, sleeving, and wire sleeving across the area in accordance with the governing agency's guidelines. At the very least a PR200 PVC sleeve of sufficient size to pass the mainline pipe and wire shall be installed. In lieu of the above, ductile iron piping (Class 50) with accompanying ductile iron mechanical joint sleeves (with transition gaskets as needed) may be installed as the pipeline and an accompanying PR200 PVC 2" wire sleeve may be used to sleeve wiring. Any method employed, however, must satisfy the governing agency's requirements. The contractor shall pay for all costs incurred including permits and road surface replacement or repair if pavement is removed or damaged by his operations. At cros~;ings of the owner's private road, the contractor shall install the irrigation pipe and a PVC PR 160 wire sleeve at the very least. Requirements above and beyond this shall be as specified on the irrigation plans. 4.19 Pipe Crossing at Streams Bridge crossings will be made using Yelomine pipe. Transition from PVC to Yelomine will be made with Certa-Lok by solvent weld couplings. Pipe crossings at streams, creeks, and wide ditches shall be made with Class 50 or 51 ductile iron piping fitted with ductile iron mechanical joint sleeves and transition gaskets as needed. The assembly shall be firmly supported at each end and thrust blocked so as to prevent any movement of the pipe. Two wire sleeves of sufficient size (2" minimum) consisting of aluminum conduit shall be provided and individually supported or securely strapped to the ductile iron piping for support. See plan detail for additional requirements, if any or different material. See Notes & Legends for-other options concerning stream crossings. A drain valve must be provided for all bridge crossings. 4.20 Valves 4.21 Va:tve Boxes, Drains, etc. All valvl~ boxes, drain boxes, or any other miscellaneous marker or access box shall be installed so the top of said structure is at finished grade. Valve boxes at the greens shall be Carson 10" round, 1/910-12. Fairway valve boxes shall be Carson 10" circular, #910-12. I . . . - 4.22 Quick Coupling Valves and Keys Quick coupling valves and keys shall be as manufactured by The Toro Company and shall be of brass construction and single lug, one piece design. 1" quick coupling valves shall be model number 474-00 while quick coupling keys shall be model number 464-02. 1-1/2 " quick coupling valves shall be model number 476-00 while quick coupling keys shall be model number 466-01. Valves and keys shall be sized as noted on the irrigation drawing. Three (3) quick coupling keys and three (3) hose swivel elbow assemblies shall be provided with the system. All quick coupling valves shall be mounted on galvanized swing joints or as indicated on the irrigation drawing. 4.23 Air Release Valves I I I I I I I I I I I I I I I I I I I Q.lo caqU.. _1_ .."...... II. -... ., I....... 1"".... '-.1__.'" .u.l ~ .1... rill_ nlppl. to t.. 1~11" ..hili .---.1.. ...1. DI 45.. .- ZS. r~ --'Ioal. C I... 151 g.I_.I.... -'-I pi.. ROTI: r"'l~ u.:r..u _11", u.pe UI ... u... 011 all ~ rU.tlng.. 12"' '.... 1Iipp'e :r I_ "'ppl. rue S-Vlc. t_ (gf X at K ,In) Quick Coupling Valve on Galvanized Swing Joint Air Release Valves shall be as manufactured by Bermad Manufacturing Corporation. These valves shall have a 1" N.P.T. male inlet. Air release valves shall be installed at or hear any high inflection points in long runs (300' or greater) or piping without sprinkler head outlets and/or at the locations indicated on the irrigation plan. The valves shall be mounted on a one inch (1 ") I.P.S. schedule 80 PVC double elbow swing joint. A one inch (1 ") 200 PSI WaG brass gate valve followed by a one inch (1 If) I.P .S. wye strainer with a 40 mesh stainless steel filtering element (not shown) shall precede the installation of the air release valve. A 200 PSI rated ball valve shall be installed on the blow off port of the wye strainer to allow for flushing of the filtering element. This assembly shall be installed in a 12" by 18" jumbo valve box with lid mounted at grade level to allow for access and maintenance operations. Air Relief Valve and Box m ~. ~I !IJ 0 ~ ~?t.. ~ ~~. D.n 0 ~ lW ,...._,....,......t~r,'r::.. ~... .. .......,,:...,...':.,...;,c.. ~~i.J{ff.~~~~&~1M\~~~tit~~~fJ@It%)iPi;1~ft~!~)> 0" 1 I" Bermbd Air Relea.se Valve 2 I" FlPT Couplina 3 I" Cat.e Valve 4 I "x3" Sell. 80 PYC Nipple 5 I" FIPTxI" FIPT gO Elbow 8 Una Sl-Z:e )l' I" Service Tee or Sll.ddlll. and Nipple to FIt Condition I I I I I I I I I I I 4.24 Manually Operated Globe or Gate Valves Any manually operated valve used for other than isolation purposes, whether those purposes be manual control, manual drainage, or manual venting shall be of globe type construction fitted with a resilient seat washer and rated for a minimum of 200 PSI. All globe valves shall be of brass constru<;tion and provided with female I.P.S. threaded inlets. All valves installed for isolation purposes shall be of gate type construction allowing a full diameter opening through the valve when in the full open position. All manually operated valves shall be line size unless otherwise noted. All valves 2" or smaller shall be of brass construction, USA mffiufactured (domestic), threaded, and rated for 200 PSI WOG. Gate valves 2 1/2" and larger shall be, unless otherwise noted, constructed of cast iron fitted with rubber ring "stab-type" gasket. Valves shall be as manufactured by the Waterous Corporation and shall be with iron body and sha:ll have bronze mounted double disc type internals with "o-ring" type gaskets for PVC pipe. All valves shall be made accessible with Carson valve box #910-12 with cover and 6" or 8" PVC access sleeve. 4.25 Green Isolation Greens shall be piped and isolated as shown or as noted on the irrigation drawing. Unless otherwi~ie specified, isolation valve shall be line sized. 4.26 Isolation Valves -- - --...... -.----. ~'=-::=:?='1:..~':P;' - I I I I I I I I Proposed isolation valves shall be sized to line siz,~ as shown on the plan. unless otherwise noted. Isolation valves shall be thrust hlocked as shown in the detail drawing:;. --- -_._...-.~- =:r=: :.":"=.':..:':"'_.._ =:.:z :::::...::-:.=--:...,.. l.olalloD Valvn And QCV A.a..unbly al Groen. Electric and hydraulic control valve shall be Toro 216 series brass valves. See plan for size, control type and pressure regulation (if applicable) . c.:'::.~.::~~ _._ r_ .....-~. 4.27 Control Valves Isolation Valve Access Box Assembly All check valves mounted in the irrigation piping runs shall be of the "silent" or wafer type. Check valves shall be as manufactured by Val-Matic (400 series) or approved equal. Check valves shall be "sandwiched" between the flanges of two epoxy coated steel gasketted bell by 150 Ib, ANSI bolt pattern steel flange adapters as manufactured by the Pierce Corporation of Eugene, Oregon or approved equal. The contractor shall install 1-112" I. P. S. thread manually operated globe-type brass drain valves at all low points in the system piping where water might otherwise be trapped when the irrigation system is winterized. All drain outlets shall discharge into a 1-112" PR160 (minimum) solvent weld PVC drain line which shall exit at grade level (flush) at a lower elevation than the invert of the installed drain valve. Slope of the drainage line shall be a minimum of 6" fall in a run of 1 00 I. Each drain pipe outlet shall be located at a point off the fairway area. At the owner's option only, a four cubic foot gravel sump (filled with 3/4" clean gravel covered with at least three layers of 3 mil plastic sheeting and 12" of soil) may be installed in lieu of a drain line off the fairway to daylight. 4.28 Pressure Reducing Valves Pressure reducing valves shall be as manufactured by Clayton Hytrol installed in a vault as shown. Valve shall be Clayton #90-01AB sized as indicated. Downstream pressure regulation setting is shown on the plan, if applicable. 4.29 Check Valves Mounted m Irrigation Piping 4.30 Winterization Provisions W'.-IIUI"'__ --- ~""q, NO'I'I;l..m___ ..."""'-~. IMUlI.""" ~.......-. ~..,....... ........-.. ~,..-.-. -..- _ -- ...-..........III..nl 4............... _.~_.... I........... - -- ...- - -....... --. II.....".......", ......--... - ~......~ --...... -.,........---... -----.............. "-- .-M"""" c.,..-c-- - --- ... toa-al. "-f.. --- '-.........--. ,......... - .0"............... - 90' Section-Pressure Reducing Valve & Concreto Vault _.-1...,..-......... ----.-.. "-- ~.-- -.',-..- .......-..". .... /IIOR: T....-...... -.. e. =-.=.. .....__ -.;. Ii ...... /" . -- - "*-......... -.-... ..-..... c......, - ""'-. .......10" .I" ... .... Section-Pressure Reducing Valve & Concreto Vilul! All piping at creek crossings and ditches shall be fitted with an 1-112" F.P.T. x line size tap coupling (service tee) immediately preceding the transition point for PVC to ductile ironing piping. The 1-1/2" outlet on this tee shall be fitted with a manually operated 1-1/2" I.P.S. globe- type brass drain valve via a schedule 80 PVC swing joint connection constructed. The drain valve shall be accessed by a PVC sleeve and Toro 850-00 valve cap. The drain assembly outlet shall I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I discharge into a 1-112" PR160 (minimum) solvent weld PVC drain line which shall exit into the adjacem creek or ditch. Slope of the drainage line shall be a minimum of 6" fall in a run of 100'. The irrigation system piping may be winterized by first blowing the system clear of water using compre:;sed air (30 CFM or greater at 80 to 100 PSI maximum) admitted into the piping at a quick coupling valve located at a higher elevation on the system piping and then activating individual heads, h.igher heads first, then proceeding successively towards lower elevations. Proceed through all heads twice and then open all drain valves if the system is so equipped. OSMAC CENTRAL CONTROLLER - BIDDING SPECIFICATIONS The central controller shall utilize a personal computer-based, user-friendly irrigation control and management program. The central controller shall utilize a desktop paging encoder for central-to-satellite communications. The paging encoder shall include a built-inRF, frequency-modulated transceiver to provide local area coverage for paging control and two-way communications. The paging encoder shall contain provisions for controlling an external, higher power radio frequency base station to provide wide area coverage for paging, control signalling, and two-way communications, and shall contain a built-in paging and radio/telephone interconnect capability to provide: 1) remote paging from a DTMF portable radio, 2) remote control signalling from a DTMF portable radio to activate or deactivate controller stations, 3) the ability to receive telephone calls at the portable radio, 4) the ability to receive manual control system commands through touch-tone telephone and 5) the ability to dial out (make phone calls from the portable radio) through single-line telephone systems. The central controller shall be capable of controlling up to 255 satellites with up to 48 stations I~ach for a total of 12,240 stations. The central controller shall permit true random access of all stations in the system and allow programs to be constructed with any combination of stations regardless of wiring sequence or controller designation. The central controller shall allow the user to select unit types for flow, volume and evapotranspiration. If a unit type is changed after programming, all affected data shall be converted automatically. The central controller shall support unlimited distinct program types that may be used in the definition of satellite stations. Each program shall be scheduled independently in a 14-day calendar mode. Each program shall have one or more start times within one or more program master sequence lists. Each program shall be capable of being disabled independently (set into OFF mode). The central controller shall contain a built-in astronomical clock which will automatically calculate sunrise and sunset based on longitude, latitude and date as well as provide this information to the user as a guide for starting or stopping programs in relation to sunrise or sunset. The central controller shall have the ability to calculate actual station time based on user input of total time required, operational ET, manual adjustment factors, number of starts and number of repeat cycles. The central controller shall have the ability to manually adjust (percentage increase/decrease) by station, satellite, program, site-code factor and/or for the entire system. The system adjustment factor may be input via actual percentage or operational ET. The system can be adjusted automatically with the use of an optional Toro-specified weather station. The central controller shall have the ability to connect to a Toro-specified weather station. The weather station will measure and store temperature, relative humidity, wind speed and direction, and solar radiation for use in calculation of evapotranspiration. The central shall have the ability to allow the automatic adjustment of watering times based on the calculation of ET. The central controller shall employ advanced hydraulic management allowing the user to specify hydraulic system design (sources, mainlines, branches and flow zones) and the hydraulic limitations of each entity. The central controller shall manage system flow by automatically generating the appropriate station start and run times based on program priority and hydraulic limit set for each source, main line, branch and flow zone. The central controller shall be capable of drawing a graph of calculated system flow. The graph will calculate and display the maximum instantaneous flow as well as the total volume displayed in the graph. Maximum flow and volume shall be displayed in user-selected units. Graphs may be displayed for a flow source, or for all or selected programs assigned to a source. The central controller shall have the ability to automatically start programs for all satellites within the system or for an individual OSMAC satellite. Manual programs may be started in normal or syringe mode. The central controller shall have the ability to start a multi-manual cycle in an OSMAC satellite, running up to six stations simultaneously with a run time of up to 59 minutes. The central controller shall have the ability to independently suspend (hold) the automatic operation of an individual OSMAC station, program or the entire system. The hold duration shall be programmable from one to seven days or may be permanent. The central controller shall allow the user to send standard page transmissions to paging receivers with the range of the central paging station. The central controller (paging encoder) shall be capable of monitoring up to four dual dry- contact external sensors such as rain gauges and wind speed sensors. Upon detection of a contact closure, the central controller (paging encoder) shall automatically send a predefined alphanumeric message or control signal. I I I I I I I I I I I IdI I I I I I I I I I I I I I I I I I I I I I I The system can be eligible for a dedicated support program provided by the manufacturer which includes extended warranties, 24-hour component replacement, toll-free help-line support, remote diagnostics and no-charge upgrades. The central controller, model number SP-Ol-l-Ol, shall be supplied by The Toro Company, Irrigation Division, Riverside, California, USA. OSMAC FIELD SATELLITE CONTROLLER: The field satellite controller shall be capable of controlling up to 48 independent stations, expandable in groups of eight by using up to six modular eight-station output circuit cards. Pedestal models shall be housed in a locking, weatherproof, pedestal-type enclosure constructed of heavy-gauge steel or stainless steel with corrosion-resistant finish inside and out. Access to all wiring connections is through a locking access door. Radio receiver components shall be contained within a- non-metallic protective enclosure that is large enough to accommodate an optional whip antenna. Four bolts shall secur~ the pedestal to the concrete pad. The controller shall operate with an input voltage of 115/230 V AC (ft 10%), 50/60 Hz. The controller shall be capable of delivering 0.6 amperes (holding) at 24 V AC per station. Each station shall have built-in surge protection. The controller shall be capable of operating simultaneous stations for a total secondary output current of 3.0 amperes (holding) at 24 V AC. The controller shall contain a radio frequency receiver and decoder capable of receiving and decoding standard digital paging signals (Golay Sequential Code, no return to zero, FSK modulation) . The controller shall have the means to decode the numeric message received into various actions to activate, deactivate, enable or disable numerous combinations of stations either simultaneously or sequentially. The controller shall only act upon a command upon proper receipt of its paging address. The controller shall have two paging addresses, the first being an individual address set by the user, and the second being an all-unit (group call) address set to be the same on all units in the factory but reprogrammable in the field. The controller shall have up to 255 user-selectable individual addresses to choose from, set by an eight-position dipswitch. . - The controllers, model numbers D32-36-16 and D40-36-16 shall be supplied by The Toro Company, Irrigation Division, Riverside, California, USA. . - - - . Section 5 Testing and Acceptance of System 5.01 Testing System Upon completion of the irrigation system, the entire system shall be tested for proper operation. All air will be flushed from the system and all components will be checked for proper operation by the contractor. 5.02 Balancing and Adjustment The contractor shall balance and adjust the various components of the sprinkler system so that the over-all operation of the system is most efficient. This includes a synchronization of the controllers, adjustments to pressure regulators, pressure relief valves, part circle sprinkler heads, and individual station adjustments on the controllers. The contractor has the right to call in the _ System Designer or Owner's Representative to aid in the balancing and adjustment of the system. 5.03 Notice of Completion When the contractor is satisfied that the system is operating properly, that it is balanced and adjusted, that all work and clean-up is completed, he shall issue the Notice of Completion to the Owner's Authorized Representative. The Notice of Completion shall include the request for final inspection with date and time given. (see section 1.04) 5.04 Final Inspection with Owner's Representative The Owner's Representative will respond to the notice of completion by the contractor and shall appear at the given- time for a tour of the project with the purpose of making it the final inspection. Any inconsistencies in regard to the specifications shall be noted by the Owner's Representative and a written copy of corrections shall be give to the contractor. 5.05 Acceptance of the System The owner may accept the system even though the corrections on the fmal inspection have not been made by the contractor. In such a case, there will be deductions for the incomplete or noncorrected work based on the previous provisions set out in these specifications. Such deductions shall be made from the fmal payment. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . FLOWTRONEX PSI IDe LPS Standard Specification Centrifugal Automatic I3c>oot Pumping Station I Augusta Golf Club Augusta, GA 03/23/98 Flowtronex PSI Model No: Design: 600 GPM at 50 PSI Boost PURPOSE 1.0 To provide single source responsibility for warranty, service, and operation of the pumping system. Pumping system shall conform to the following specifications in all respects. 1.1 This pumping system shall boost water from a pressurized supply and automatically deliver the water to the turf irrigation system. 1.1 This pumping system shall lift water from a shallow wet well or sump, and automatically deliver it to the turf irrigation system. . SCOPE 2.0 Pumping system shall be a completely skid mounted unit, built by a single pumping systems manufacturer, with all equipment, controls, valves, and attached hardware a part of the skidded assembly. All pumps, electric motors, hydraulic and electric control equipment, and all equipment pertinent to and included under pumps, motors, and controls shall be furnished by a single pumping systems manufacturer. 2.1 Thl~ pumping systems manufacturer shall supply equipment of his own manufacture and assembly fi)r all equipment listed above, and for all other equipment furnished by him. The manufacture shall supply a complete set of installation drawings, instructions, operating instructions and service manuals. STATION BASE 3.0 A structurally sound fabricated steel base with provisions for proper mounting and support of all equipmt:nt shall be provided. Equipment to be mounted to the structurally sound base shall include but not be limited to: pumps, motors, valves, controls, and all other equipment specified later in the~e specifications. All components shall be mounted in professional, workmanlike manner. 3.2 Tht: mounting pedestal, constructed from 3" angle iron, shall provide a raised portion of the base, and shall be covered with 3/8" thick carbon steel plate on top. Pump shall be mounted on this plate, and plate shall include provisions for mounting and securing pump. 3.3 Pumping system skid assembly shall be cleaned to new metal and a 2 part epoxy primer shall be applied 10 a minimum of2 mils thick. The finish coat shall be a 2 part Industrial Acrylic Enamel applied to a dry thickness of less than 3 mils. PUMPS I I I I 4.0 The pump casing shall be ASTM 48, class 30, cast iron capable of hydrostatic test @ 150% of maximum discharge pressure and have both suction and hub replaceable wear ring. All mating parts shall have a register fit to ensure alignment. 4.1 The impeller shall be enclosed, single piece bronze casting completely machined on all outside surfaces and statically balanced at time of pump assembly. The impeller shall be keyed to the shaft and securely fastened with a vibration resistant lock screw and washer. 4.4 The motor shaft shall be high strength steel protected by a bronze shaft sleeve secured to the shaft to prevent rotation. The maximum allowable no-load shaft run out shall be .002 inches. I I I I I 4.2 The packing box shall contain a mechanical seal for t~e specific application. 4.3 The motor shall be of United States manufacture, close coupled type with rodent screens on all ventilating passages, open dripproof, and non-overloading at any point on the pump head capacity curve. The motor bearings shall be selected to withstand thrust loads and have a minimum life of 5 years continuous operation. 4.5 The impeller shall not contact the suction or hub wear ring under any operating load condition. 5.0 Pump check valves shall be silent check wafer style supplied on pump discharge. Valve bodies shall be cast from grade 35 cast iron or better and shall be free from blow holes, sand holes, and other impurities. lntemals shall be machined bronze disc and stem guide, and shall be aligned to allow proper seating and full closure before flow reversal. Seat shall be Buna-N to p'rovide resilient sealing. I I I 4.6 The pump and motor shall be connected by an ASTM 48, class 30, cast-iron bracket incorporating a full isolating shield with dual flingers to prevent moisture from entering the front motor bearing. Ample access shall be provided for ease of packing adjustment or replacement. PUMP CHECK VALVE I 51 Valves shall be sized to permit full pump capacity to discharge through them without exceeding a pressure drop of 3 psi. PIPING I I I 7.0 A common pump discharge manifold shall be constructed from ASTM A120, ASTM AS3, or API SL steel pipe. Manifolds 6" in diameter or smaller shall be constructed from schedule 40 pipe or heavier, and manifolds 8" and larger shall be constructed from schedule 30 pipe or heavier. 7.1 The manifold shall be sized so that the average velocity does not exceed 4.8 feet per second, and at no point exceeds 9.5 feet per second. MAIN CONTROL VALVE I I I I I I I I I I I I I I I I I . - . - - 13.0 Main control valve shall be single seated, diaphragm operated, pilot controlled, globe valve. It shall be spring loaded and hydraulically operated. Seat ring shall be readily replaceable with no special tools. 13.1 Di:aphragm assembly shall be fully guided, top and bottom. All necessary repairs shall be possible without removing valve from line. Packing glands are not permitted. Disc shall be synthetic lUbber and have a rectangular cross section. 13.2 Valve shall have a flow switch assembly in the form of cam actuated limit switches, capable of determining decreased demand and shall initiate appropriate pump retirement. Valve shall be sized so that no more than eight (8) psi drop shall occur through it at rated station capacity. 13.3 The valve shall be Clayton 100 Hytrol valve as manufactured by CLA- VAL Co. of Newport Beach, California. It shall be equipped with the following accessories to insure proper operation: 13.5 Pressure reducing pilot shall be sensitive to discharge pressure. Pilot shall be direct acting, spring loaded, diaphragm type that operates hydraulically or pneumatically. This pilot shall function to maintain a constant downstream pressure, regardless of demand. 13.7 011 'control valve 3" and smaller, and opening speed control pilot. Pilot shall function to prevent overreaction of small valves and allow rapid closure when necessary. 13.8 Isolation cooks shall be provided on control tubing at the valve inlet, outlet, and bonnet ports. 13.9 Pn~ssure gauges shall be mounted directly to the inlet and outlet valve ports in a manner which allows ease of observation. Gauges shall indicate inlet and outlet pressure of the valve. Gauges shall conform to the gauge specification listed elsewhere in this specification. 13.10 Flow clean type strainers shall be provided to filter out any solids that may be of sufficient size to damage or plug the pilots and other control components. Wye type strainers shall not be accepted. Flow clean strainer shall screw directly in the inlet valve port without any bushing or port extension. GAUGES 20.0 An gauges shall be liquid filled to reduce wear due to vibration. Accuracy shall be within I %. Gaugl~ diameter shall be 3 1/2" minimum. Housing shall be impact resistant plastic and internals shall be stainless steel. Range shall be at least 30% higher than the highest pressure attainable from the pumps at shutoff head conditions. Gauges shall sense control valve inlet and outlet pres~;ures and shall be mounted as described under the main control valve specifications. LIGHTNING ARRESTOR 22.0 All, electrical equipment shall be protected by a secondary lightning arrestor to suppress surges on incoming power. Lightning arrestor shall have a maximum clamping voltage of 1500 VRMS or less, with an unlimited power rating. Response time at ternlinal shall be one (I) microsecond per ten (10) kilovolts. Extreme duty discharge shall be twenty (20) ki loamps on an 8 by CONTROLS I I I I I I I I I 20 microsecond wave shape. Minimum break over voltage shall be 750 VRMS at one (1) kiloamp on an 8 by 20 microsecond waveshape. MOTOR STARTING EQUIPMENT 25.0 Each combination starter specified below shall be V.L. listed by the pump station manufacturer as a completed industrial control device, with V.L. label attached to door of each starter cabinet. 25.1 Definite purpose contactors shall not be permitted. 25.2 Pump motor starters shall be I.E.e. sized combination non-reversing type utilizing a I.E.e. sized horsepower rated contactor and overload relay. Fuses or circuit breaker shall supply short circuit protection to the motor, and shall not be rated at less than the fault current available to the motor. Circuit breakers rated at less than fault current available to the motor shall have current limiting fuses in series, sized so that no range of fault current is left unprotected. NEMA size, overload rating, and maximum fault protection shall be as specified in the attached technical specifications. 28.0 Control panel shall be housed in NEMA 4 enclosure. Panel shall provide timed sequential pump start up, shutdown, and safety feature through its pressure sensing, flow sensing and voltage sensing devices. Running time meters shall display in hours and tenths the total time of each motor. Hour meters shall not be resettable, to insure continuous time monitoring. All indicating light, reset buttons, selector switches, and hour meters shall be mounted in enclosure door. 28.1 Power for the controls shall be provided by a control voltage transformer whose sole purpose use shall be for pumping system control. Transformer shall provide 120 volts, single phase power for pumping system operation. Current limiting fuses shall protect the primary side of the transformer and shall have 200,000 Ale. Control components shall be protected by a time delay secondary fuse with at least 10,000 Ale. All 120 volt signals issuing from the control panel to operate equipment supplied by others shall be fused with a time delay fuse having 10,000 minimum AIC, and a nominal value substantially less than the transformer secondary fuse to prevent its blowing. All devices shall have pilot lamps to indicate when power is available, and to aid in troubleshooting. All 120 volt fuses shall have a pilot lamp in parallel to indicate a blown fuse condition. I I I I 30.1 Panel shall include the following safety, logic, and sequential circuits: I I I I I I 28.2 Control cabinet with controls shall be U.L. listed as a completed assembly by the pumping system manufacturer, with a U.L. label mounted on panel of enclosure. 28.3 All equipment and wiring shall be mounted within enclosure and labeled for proper identification. All adjustments and maintenance shall be able to be done from the front of the controls enclosure. A complete wiring circuit and legend with all terminals, components, and wiring identification shall be provided. All controls shall be assembled from standard industrial electro- mechanical logic components which shall be available off the shelf in any major metropolitan area. I I I I I I I I I I I I I I I I I "'!'" I 30.3 Low discharge pressure safety circuit shall shut down pumping system in the event discharge pressure drops below nonnallevel, indicating a broken main line or overdemand. Indicating light mounted ill enclosure door shall signal low discharge pressure, and shall have a red lens. Pumping system shall not operate until safety has been overridden by placing the override-nonnal switch in the override position. Override shall also allow the pumping system to operate at low pressure for filling lines or transferring water from irrigation reservoir to other locations. 30.5 Phase failure and low voltage safety circuit shall retire the pumping station if it experiences low voltage, phase failure, phase reversal as monitored at line side of motor starter panels. Phase monitor shall have a time delay to allow for transient low voltage during motor starting, to allow maximum motor protection. Phase failure circuit shall have indicating light and manual reset. Automatic reset of the phase protection circuit shall not be pennitted for safety reasons. HIGH PUMP TEMPERATURE 34.1 High pump temperature safety circuit shall continuously monitor pump discharge water temperature, by passing a small amount back to suction. Immediately upon reaching a temperature of 160 degrees Fahrenheit pumps shall be retired, and indicating lamp shall be lighted. Pumps shall not restart and lamp shall not go out until temperature drops and circuit is manually reset. BOLTS 38.0 All bolts used in the assembly of the pumping system shall be cadmium plated to retard corrosIOn. INSTALL\. TION 41.0 Purchaser will be required to provide equipment and personnel at the job site to locate and set station, and connect power and discharge piping for main irrigation line.