HomeMy WebLinkAboutGroundwater Plant 3 Contrsct 3,Plant Facilities
" Augusta Richmond GA
DOCUMENTNAME:GroLUl6 tt:&kr p]{)JJt 3 _
to ()-tr D-CJ '3 I ~ \0-fI-t -f1tcj I i -h eS
DOCUMENT TYPE: LoniYo.c....+
YEAR: J t..-:DO
BOX NUMBER: }, D
FILE NUMBER: ) Lj <6 ) 0
NUMBER OF PAGES: d61
I~
'I
I
I
I
I
I
I
I
I
I
I
I-
I
.I~
I
I.
I'
,
~~f
~f-:--'-'"
I
. .Jy;, II Jfl'l/~
I
ATJGUSrFA,lJl'ILITIES D EP ARTl\1ENT
CTR.OUNDWATER PL~~T 3
CONTF..ACT 3; ?LANT F ACIIJTIES
CONTRA~T-DOCIJMENTS
, -
:-
~ _ ' w
.February 2000
Project 990_5.;03
r
I
PREPAREDBY.' .,' 2' ",E~'L_ 435 TELFAIR ST.
AUGUSTA, GEORGIA
PHoi,a~ (706)724-5627 ~_ ' E N GIN E E R S
Z II,,! MER 1\1, AN, E V A N SAN D LEO PO L D, IN C .
,.;J{Ht=- / 7"
I-
,AUGUSTA UTILITIES DEPARTMENT
I
I
I
I
I
I
'lit
I
I
I
I
I
I
J.;
GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
CONTRACT DOCUMENTS
RECEIVED
MAR 1 5 2000
Wharton..Smlth
J
,
February 2000
,Project 9905-03
PREPARED BY
2EL.
435 TELFAIR ST.
AUGUSTA, GEORGIA
E N G IN E E R S
PHONE (706)724-5627
ZIMMERMAN, EVANS AND LEOPOLD, INC.
,I
I
I
I
I
I
I
I
I
I
I
-I
-I
I
~I
I
I
I
I
I
SECTION IND
INDEX
ADDENDA
rNVrTATIrn~ TO BID
INFORMATION FOR BIDDERS
BID
BID BOND
AGREEMENT
PAYMENT BOND
PERFORMANCE BOND
NOTICE OF AWARD
NOTICE TO PROCEED
CONTRACT CHANGE ORDER
GENERAL CONDITIONS
SUPPLEMENTARY CONDITIONS
TECHNICAL SPECIFICATIONS
SECTION
TI
T2
T3
T4
TS
TSA
T6
T6A
T7-
TB
T9
TIO
Tll
T12
T13
T14
TIS
T16,
T17
TlS
T19
T20
T2I
TITLE
Site Work
Excavation, Filling and Backfilling
Concrete
Masonry
Structural Steel & Miscellaneous Metal
Standing Seam Metal Roof
Plant and Yard Piping
Stainless Steel Piping
Valves and Hydrants
Buildings and Accessories
Painting and Finishing
Chlorination Equipment
Chemical Feed Equipment
Basic Furnishings and Equipment
Chemical Storage Tanks
and Associated Equipment
Pumping Equipment
Plumbing, Heating, Ventilating
and Air Conditioning
Electrical
Instrumentation
Miscellaneous Equipment
Grassing
Asphalt Pavement
Fencing
LIST OF DRAWINGS
1.
2.
3.
4.
S.
6.
7.
B.
COVER SHEET - LOCATION MAP AND DRAWING LIST
SITE PLAN
. . ,
EROSION AND SEDIMENT CONTROL PLAN
GENERAL ARRANGEMENT PLAN
YARD PIPING PLAN
PLAHT PIPING PLAN AND DETAILS
SERVICE BUILDING PLANS, ELEVATIONS AND SCHEDULES
CHErUCAL FEED FACILITY PLANS, ELEVATIONS, AND DETAILS
SER'TICE BUILDING FLOOR AND FOUNDATION PLANS AND DETAILS
---'ZEL ENGINEERS
c== I
IND-I
9905-U3 INO.doc
I
"10.
I
I
I
I
I
I
I
--
I
I
I
I
I
I
"i
I
J
11.
12.
13.
14.
15.
16.
17. .
18.
19.
20.
21.
22.
23.
SERVIC:E: BUILDING ROOF FRAMING PLAN
STRUCTURAL DETAILS-SHEET 1
STRUCTURAL DETAILS-SHEET 2
STRUCTURAL DETAILS-SHEET 3
STANDARD REINFORCING DETAILS
ENLARm:D PLAN: LABORATORY AND OFFICE
CHEMICJ\L FEED PLAN AND DETAILS
PIPING AND INSTRUMENTATION DIAGRAM
PLUMBIi~G, HEATING AND AIR CONDITIONING
ELECTRICAL - SITE PLAN AND AREA LIGHTING
ELECTRICAL - SINGLE LINE, MCC'S, PANELS, SCHEDULES AND DETAILS
ELECTRICAL - PLAN AND DETAILS SERVICE BUILDING
ELECTRICAL - PLAN AND DETAILS CHEMICAL FEED FACILITY
ELECTRICAL - VENTILATION SYSTEM AND MISCELLANEOUS DETAILS
9905-03 DID.doc
IND-2
'ZEL, ENGINEERS,
SECTION IND
INDEX
I
I
'. Z E m435 Telfair Street
Ted W. Ellis. P.E., Chm. of Board. Emeritus ~ . Augusta, Georgia 30901.2494
J. J. Tanke~ley, P.E., Presid~nt E N GIN E E R S
J. R. Armstrong, P.E., Vice.Fresident
Jorge E. Jimenez. P,E.. Secretary
J. T, Eubanks. P,E.. Treasurer
C. D. Drown. P.E.
I
I
I
I
ZIMMERMAN, EVANS AND LEOPOLD, INC.
(706) 724-5627
March 1 7, 2000
AttE~ntion All Plan Holders
Re: Addl~ndum to Contract Documents
I
I
I
I
I
Plan Holders:
Enclosed is Addendum No.1 for the following project:
Augusta Utilities Department
Groundwater Plant 3, Contract 3
Plant Facilities
Please update your contract documents. Please note that bidders are required to acknowledge receipt of
this addendum on the bid form.
Please direct any inquiries to the undersigned.
Sincerely,
ZIMMERMAN, EVANS AND LEOPOLD, INC.
I
~~ E... ~
Kenneth E. Green, P.E.
I
IKEG
I
I
I
I
I
I
<}905~l3 lIT Bidd,,'TS Add I.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDENDUM NO. 1
TO
CONTRACT DOCUMENTS
FOR
GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
CITY OF AUGUSTA, GEORGIA
FEBRUARY 2000
ZIMME~~N, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - March 17, 2000
NOTICE TO BIDDERS: PAGES OF THIS ADDENDUM THAT MODIFY THE BID SECTION SHOULD
BE ADDED TO THE CONTRACT DOCUMENTS WHERE INDICATED AND SUBMITTED WITH THE BID.
THE REMAINING PAGES REFLECT CHANGES TO OTHER SECTIONS OF THE SPECIFICATIONS
AND/OR TO THE DRAWINGS.
SECTION B:tD:
-+ Add: the following pages (page 2-7 of this addendum) to Bid after Page, 84 :
I
I
I
I
I
I
9905-03 t\OO NO.;:.doc
Addendum No. 1 - Page 1
'ZEL, ENGINEERS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D
DATA TO BE SUBMITTED WITH BID
A.
SUPPI,EMENTAL INSTRUCTIONS:
The following instructions supplement the requirements of the Information For
Bidders and provides instructions for completing the schedules which follow.
1. The 3idder shall submit a list of names and addresses of at least three
(3) clients for which the Bidder has constructed similar work of comparable
'size and complexity. Reference Paragraph 5 of Page IFB-2, Information For
Bidders and list of previous projects, Page B-3.
2. The Bidder shall list, in the space provided on Pages B-3 and B-4 C the
maj or subcontractors to be used for construction of the proj ect .
Subcontractors so listed shall be' used for the contract construction unless
their replacement is approved by the Owner.
The Electrical Subcontractor and the Instrumentation Subcontractor must have
had at least five years experience in comparable work. A brief summary of the
qualifications of each shall be included, and they shall also complete the
applicable list of previousproj ects, Paragraphs Band C below, giving the
names and addresses of at least three (3) clients for which they have
constructed similar work of comparable size and complexity.
3. The "Schedule of Equipment Included in Base Bid" which follows as Schedule
D shall be completed to denote the manufacturer of major equipment proposed to
be furnished by the Bidder under the Base Bid. In that schedule, the
manufacturer of , the items of major equipment upon wnich the design is based
are listed as Selection "A" for the several items. Also listed under many of
those i tE:ms are other manufacturers whose equipment or products are deemed
equal in quality and acceptable to be included in the Base Bid. For those
items for which more than one acceptable manufacturer is listed, the Bidder
must indicate which manufacturer of equipment will be provided under the Lump
Sum Base Bid by striking the inapplicable manufacturers. Failure of the
Bidder to strike the inapplicable manufacturers will be interpreted to mean
that Selection "A" will be furnished.
For comparable named equipment the ,furnished items shall fulfill the function
and performance of the item specified and shall be of equal quality; any
modifications requ~red by the furnished equipment to the structure, process,
associated equipment, or pipirig shall be a consideration in the Bid price and
the completed installation of the item by the Contractor, shall incur no
additional cost to the Owner.
In that :,ame schedule, the Bidder' has the opportunity to offer substitute
equipment for consideration by the Owner and the Engineer. Such substitute
equipment must satisfy the following conditions and the Bidder must state the
deduction or increase of contract amount if that substitute is accepted. The
offering ,)f such substitute equipment shall be optional to the Bidder and the
offering 'Jf such substitutions or failure to so offer shall not influence the
determina~ion of the low bidder and the award of the contract. Only the Base
Bid will be considered for the contract award. In the event the Owner, upon
the recon~endation of the Engineer, accepts any substitute equipment for
incorporation into the project, the contract amount of the award will be
adjusted accordingly as a Pre-Award Addendum or by a formal change order.
'ZEL, ENGINEERS
9905-03 ADD NO.I.doc
Addendum No. 1 - Page 2
I
I
I
Consideration of substitute equipment by the Owner and the Engineer will be
subject to the following conditions:
I
a. The substitute equipment shall be of equal quality, function and
performance to the designated Base Bid equipment item.
I
b. When
including
operating
equipment.
requested, the Bidder/Contractor shall submit sufficient data
full descriptive material, specifications, drawings, certified
parameters and efficiencies for the Engineer to evaluate the
I
c. Such equipment shall be suitable for installation in the space allocated
on the co~struction plans without major modifications. Any such modifications
shall be delineated by appropriate drawings submitted with data for
consideration and any cost associated therewith shall have been included in
the substitute offer.
I
I
I
I
I
I
I
I
I
I
I
I
'ZEL.. ENGINEERS
I I
I
9905-0J ADD NO. i. ,doc
Addendum No. 1 - Page 3
LIST OF PREVIOUS PROJECTS FOR ELECTRICAL SUBCONTRACTOR:
1. Project Name:
Client/Owner:
Address:
Completion Date:
C. LIST OF PREVIOUS PROJECTS FOR INSTRUMENTATION/SUB-CONTRACTOR:
1. Project Name:
Client/Owner:
Address:
Completion Date:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B.
Project Name:
Client/Owner:
Address:
Completion Date:
Project Name:
Client/Owner:
Address:
Completion Date:
Project Name:
Client/Owner:
Address:
Completion Date:
Project Name:
Client/Owner:
Address:
Completion Date:
2.
3.
2.
3_
Approx. Contract Amount $
Approx. Contract Amount $
Approx. Contract Amount $
Approx. Contract Amount $
Approx. Contract Amount $
Approx. Contract Amount $
Addendum No. 1 - Page 4
Q905-0J ADD NO. l.doc
'ZEL, ENGINEERS I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D. LIST OF MAJOR SUBCONTRACTORS:
11. Plumbing:
Address:
E. SCH~DULE OF EQUIPMENT INCLUDED IN BASE BID:
Add(+)/Deduct(-)
ITEM Manufacturer Cost for Substitute
1 METAL ROOFING BASE BID (A) MCBI
(B) PETERSEN ALUM.
(C) McELROY
SUBSTITUTE (D)
2 GATE VALVES BASE BID (A) U.S.
SUBSTITUTE (B)
3 BUTTERFLY VALVES BASE BID (A) DeZURIK
(B) PRATT
SUBSTITUTE (C)
4 ELECTHIC CHECK BASE BID (A) OCV
VALVE~; (B) CLA-VAL
SUBSTITUTE (C)
5 CHLORINATION BASE BID (A) W&T
EQUIPNENT (B) BIF
(C) FISCHER&PORTER
SUBSTITUTE (D)
6 CHLORINE SCALE, BASE BID (A) FORCE FLOW
(B) A.H. EMERY
SUBSTITUTE ,(C)
7 CHEMICAL FEED BASE BID (A) PULSAFEEDER
PUMPS (B) ALL DOS
(C) W&T
SUBST,ITUTE (D)
8 CHEMICAL STORAGE BASE BID (A) POLY-PROCESS.
TANKS (B) CORE-B
(C) AUG. F'GLASS
(D) ENG. PROCESS
SUBSTITUTE (E) ,
'ZEL, E'NGINEERS
9905-03 ADD NO, l, doc
Addendum No. 1 - Page 5
I
I
I
I
I
I
I
I
I
I
I
I
I
B
I
I
I
I
I
Add(+)/Deduct(-)
ITEM Manufacturer Cost for Substitute
9 OFFICE BASE BID (A) KEWAUNEE
FURNI:3HINGS (B) VWR
(C) CURTIS-MATH' N
(D) FISHER-HAMILT.
(E) AMER. DESK
SUBSTITUTE (F)
10 KITCH::::N UNIT BASE BID (A), DWYER PRODUCTS
SUBSTITUTE (B)
11 HIGH .3ERVICE BASE BID (A) F'BANKS-MORSE
PUMPS (B) PEERLESS
(C) IDP
(D) GOULDS
(E) PATTERSON
SUBSTITUTE (F)
12 PUMP YlOTORS BASE BID (A) U.S. MOTOR
SUBSTITUTE (B)
13 PLUMBING BASE BID (A) KOHLER
FIXTURES SUBSTITUTE (B)
14 ELECTRIC HEATER BASE BID (A) CHROMALOX
(B) MARKEL
SUBSTITUTE (C)
15 A!CUNITS BASE BID (A) TRANE
SUBSTITUTE (B)
16 POWER BASE BID (A) GREEN HECK
VENTILATORS SUBSTITUTE (B)
17 MOTOR OPERATED BASE BID (A) CONST. SPEC.
LOUVER SUBSTITUTE '(B)
18 WIRE & CABLE BASE BID (A) GENERAL CABLE
(B) OKONITE
(C) ROME
(D) CABLEC
,- SUBSTITUTE (E)
19 MOTOF. CONTOL BASE BID (A) CUTLER-HAMMER
CENTER (B) SQUARE D
(C) GENERAL ELEC.
SUBSTITUTE (D)
'ZEL, ENGINEERS
9905-03 ADD NO, I . doc
Addendum No. 1 - Page 6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
n
o
I
I
I
Add(+)/Deduct(-)
ITEM Manufacturer Cost for Substitute
20 ELECTiUC PANELS BASE BID (A) CUTLER-HAMMER
AND TiThNSFER SUBSTITUTE (B)
SWITCHES
21 LIGHTING BASE BID (A) LITHONIA
FIXTURES SUBSTITUTE (B)
, ,22 TELEPHONE SYSTEM BASE BID (A) SAMSUNG
SUBSTITUTE (B)
-
23 FLOW :::LEMENTS BASE BID (A) PFS
SUBSTITUTE (B)
24 DP TRANSMITTERS BASE BID (A) ROSEMOUNT
(B) PFS
SUBSTITUTE (C)
25 ULTRASONIC LEVEL BASE BID (A) KISTLER-MORSE
MEASUREMENT SUBSTITUTE (B)
26 DATA ACQUISITION BASE BID (A) CONTROL MICRO
SYSTEI"1 SUBSTITUTE (B)
27 HOIST & TROLLEY BASE BID (A) CM
(B) SHAW-BOX
(C) WRIGHT
SUBSTITUTE (D)
28 FESTOON SYSTEM BASE BID (A) DUCT-O-WIRE
SUBSTITUTE (B)
29 FENCING BASE BID (A) CYCLONE FENCE
(B) AMERICAN
(C) ANCHOR POST
SUBSTITUTE (D)
'ZEL, ENGINEERS
9905-03 ADD NO. i.doc
Addendum No. 1 - Page 7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
n
I
I
I
I
SECTION T9 PAINTING AND FINISHING:
COATING SYSTEMS: (Page T9-2 and T9...,.J)
Surface:
-+ Delete:
-+ Add:
Surface:
-+ Delete:
-+ Add:
Exposed Structural Steel
~A<i Coat: IIi Build EpOlwlinc II Serie:) 69 PolYilffiido,:uRine EpOl[Y
2nd Coat: Series 75 Endura-Shield
Steel tanks and machinery (shop primed)
l:)t COilt: Enduril:)hield Serio:) 73 (~liphiltic ~crylic Polyurcthilne
1st Coat: Series 75 Endura-Shield
SECTION T10 CHLORINATION EQUIPMENT:
GENERAL: Standard Products: (Page TIO-l)
-+ Add:
System Service Group'of Georgia, Inc. is an acceptable supplier of
chemical feed systems for this project.
PIPING AND APPURTENANCES: (Page TI0-4)
-+. Add:
All valves and appurtenances which come in contact with treatment
chemicals shall be certified by the manufacturer to be compatible
with the chemical being carried.
SECTION Tll CHEMICAL FEED EQUIPMENT:
GENERAL: Standard Products: (Page Tll-l)
-+ Add:
System Service. Group of Georgia, Inc. is an acceptable supplier of
chemical feed systems for this project.
PIPING AND APPURTENANCES: (Page Tll-5)
-+ Add:
All valves and appurtenances which come in contact with treatment
chemicals shall be certified by the manufacturer to be compatible
with the chemical being carried.
'ZEL, ENGINEERS,
9905-0J i\llD NO. l . doc
Addendum No. 1 - Page 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,I
SECTION T:L3 CHEMICAL STORAGE TANKS AND ASSOCIATED EQUIPMENT:
Chemical
(Page T13--2)
Tank Material
Fitting, Bolting, Gasket
~ Delete:
2g% IIydroEluo:Jilicic ~cid
.Linear HDPE
rvc or PI', IIa:Jtcloy, 'liton
-+ Add:
,24% Hydrofluosilicic Acid
Crosslinked HDPE
PVC or PP, Hasteloy, Viton
Opening, Connections, and Accessories: (Page T13-2)
-+ Modify:
1 - ? 4" screened vent
1 20N 1.0. manway, top mounted, hinged and weighted
SECTION T:l4 PUMPING EQUIPMENT:
Discharge Head:
(Page T14-3)
-+ Modify:
The head design shall allow for easy access to the fficchunic.:11
. seal.
Pump Shaft:
(Page T14-3)
-+ Delete:
The pump GRaft coupling GRilli be iln ildjuGtablc fliloged or :Jpilccr
type to allo',. rcmoval ilnd rcplaccment or repair of the mechanical
:Jcill "./i tRout dioturbing the dri'v'cr.
Strainer:
(Page T14-4)
-+ Modify:
A Rot dip gillTJanizcd stainless steel basket strainer shall be
furnished with the pump. The basket shall have a net inlet area
of not less than four times the suction inlet area to the impeller
section.
DRAWING 4 YARD PIPING PLAN:
Static Mixer Box:
~ Modify:
Label the two valves show "V-2".
DRAWING 16 CHEMICAL FEED PLAN AND. DETAILS:
Section E,16:
-+ Modify:
The text: SCU (SIGNAL CONTnOL CONDITIONING UNIT)
'ZEL, ENGINEERS
990,-03 I\OD NO.l .doc
Addendum No. 1 - Page 9
I
I
I
Section C16:
-+ Modify:
I
The valves below each chemical feed pump are solenoid valves.
Refer to Dwg 17 for details,
-+ Add:
I
Isolation valves (4' rqd.) to the discharge (top) side of each
chemical feed pump.
'Section E16:
I
-+ Modify:
The text: INSUL~TED pOLYHEn CHEMICAL STORAGE TANK
I
Valve Schedule:
-+ Modify:
I
V-2, 16", GV BFV, BYPASS, MJ f, 2" NUT HANDWHEEL, -l- 2, BUlUBD
SEn'IICE
DRAWING 17 PIPING AND INSTRUMENTATION DIAGRAM:
I
-+ Add:
Add the enclosed drawing
I
I
EACH B::DDER SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THEIR BID FORM.
END OF ADDENDUM 1
I
I
I
I
I
I
I
')905-03 ADD NO.1.doc
Addendum No, 1 - Page 10
'ZELc ENGINEERS
I
I
I
I
E E 1f35 Telfair Street
Ted W. Ellis. P.E.. Chm. of.B':>ard, Emeritus '/j '. Augusta, Georgia 30901-2494
J. J. Tankersley, P.E., Presld'mt - E N GIN E E R S
J. R. Armstrong, P.E., Vice-President
ZIMMERMAN, EVANS AND LEOPOLD, INC.
(706) 724-5627
I
March 21, 2000
I
AttE~ntion All Plan Holders
I
I
I
Re: Addendum to Contract Documents
Plan Holders:
Enclosed.is Addendum No.2 for the following project:
Augusta Utilities Department
Groundwater Plant 3, Contract 3
Plant Facilities
I
Jorge E. Jimenez, P.E_, Secretary
J. T. Eubanks, P.E., Treasurer
C. D. Drown. P.E.
Please update your contract documents. Please note that bidders are required to acknowledge receipt of
this addendum on the bid fonn.
I
Please direct any inquiries to the undersigned,
I
I
Sincerely,
ZIMMERMAN, EVANS AND LEOPOLD, INC.
~~E~
Kenneth E. Green, P.E.
I
/KEG
I
I
I
I
I
I
9905.{)3 Ilr Bidders Add 2.doc
I
I
I
I
I
I
I
I
I
I
I
u
I
I
I
I
I
I
I
ADDENDUM NO. 2
TO
CONTRACT DOCUMENTS
FOR
GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
CITY OF AUGUSTA, GEORGIA
FEBRUARY 2000
ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - March 21, 2000
SECTION BJ:D:
E. SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID:
-+ Modify: the schedule as follows:
. Add(+)/Deduct(-)
ITEM Manufacturer Cost for Substitute
4 ELECTF~IC CHECK BASE BID (A) 6€V G.A.
VALVE~: (B) C15 \'51 Ross
-
SUBSTITUTE (C)
SECTION Ti' VALVES AND HYDRANTS:
Electric Check Valves: page T7-2
-+ Modify:
The valves shall be Golden Anderson, Ross, or approved equal. The
operation and controls of the valve shall be identical to the
valve originally specified.
EACH BIDDER SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THEIR BID FORM.
END OF ADDENDUM 2
,-- -::::::===-=:::===::::::=::::==-:=':==~==:::.::::::==--":::::=::'-=-==:=::::::_::'::=::::=::::::==---=----=== ZEL r _~_N_~~_~:"!::.~-=~~_s :,'i
9905-03 ADD NO.2.doc Addendum No. 1 - Page 1
I
...
I
I
I
I
I
I
I
...
"...
I
I
I
I
I
....
I
SECTION ITB
INVITATION TO BID
SEALED BIDS for the construction of a 5 million gallons per day groundwater
treatment fac:ility in Richmond County, Georgia.
Bid ItE!m:
00-040
GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
AUGUSTA-RICHMOND COUNTY
hereinafter J:eferred to as the OWNER at the offices of:
Ms. Geri A.Sams
Purchasing Department
Room 605 Municipal Building
Greene Street
Augusta, Georgia 30911
until 11:00 A.M. the 28 day of March, 2000 at which time all bids
will-be publicly opened and read in the presence of those interested.
The CONTRACT DOCUMENTS may be examined during regular business hours at the
office of Zimmerman,. Evans and Leopold, Inc.; Consulting Engineers; Augusta-
Richmond Purchasing Department, Augusta Builders Exchange, F. W. Dodge Plan
Rooms, Augusta and Atlanta, or at Construction Market Data, Atlanta.
Copies of the CONTRACT DOCUMENTS may be obtained at the office of Zimmerman,
Evans and Veopold, Inc., 435 Telfair Street, Augusta, Georgia 30901, upon
payment of ~? 300.00 for each set. General Contractors, subcontractors and
material suppliers returning the CONTRACT DOCUMENTS in good condition within
ten (10) days of the Bid opening will receive a 50% refund for each set
returned.
A 10% bid bond is required; a 100% performance bond and 100% payment bond will
be required.
The OWNER re,serves the right to waive any informalities and to reject any or
all bids.
.... --
Ms. Geri A. Sams
Purchasing Director
Date
Augusta Chronicle - Feb. 28, March 8, 13, 21, 2000
Augusta Focus - March 2, 2000
'ZEL, ENGINEERS
9905-03 ITS ,cloe
ITB
"'IB-Ol
I
I
I
I
I
I
I
I
--
'I
I
I
I
I
I
..
I
I
SECTION IFB
INFORMATION FOR BIDDERS
GENERA:l.
All
to the Ownel:.
time stated in
every respect
requirements.
proposals must be presented in a sealed envelope, addressed
The proposal must be filed with the Owner on or before the
the invitation for bids. Mailed proposals will be treated in
as though filed in person and will be subject to the same
Proposals received subsequent to the time stated will be returned
unopened. Prior to the time stated any proposal may be withdrawn at the
discretion of the bidder, but no proposal may be withdrawn for a period of
sixty (60) days after bids' have been opened, pending the execution of
contract with the successful bidder.
IB-02 EXAMINj~TION OF WORK
E:ach bidder shall, by careful examination, satisfy himself as to
the nature ;~nd location of the work, the conformation of the ground, the
character, quality and quantity of the facilities needed preliminary to and
during the prosecution of the work, the general and local conditions, and all
other matters which can in any way affect the work or the cost thereof under
the contract. No oral agreement or conversation with any officer, agent, or
employee of the Owner, either before or after the execution of the contract,
shall affect or modify any of the terms or obligations therein. '
IB-03 ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of plans, specifications or
other pre-bid documents will be made to any bidder orally.
l~veryrequest for such interpretation should be in writing
addressed t:) the Director of project PROFESSIONAL, and' to be given
consideration must be received at least five days prior to the date fixed for
the opening of bids. Any and all such interpretations and any supplemental
instructions will be in the form of written addenda to the specifications
which, if j,ssued, will be sent by certified mail with return receipt
requested to all prospective bidders (at the respective addresses furnished
for such purposes), not later than three days prior to the date fixed for the
opening of bids. Failure of any bidder to receive any such addendum or
interpretatic:>n shall not relieve such bidder from any obligation under' his
bid as subm:~tted. All addenda so issued shall become part of the Contract
..-' --
Documents.
IB-04 PREPA~~TION OF BIDS
Bids shall be submitted on the forms provided and must be signed
by the bidde,r or his authorized represEmtative. Any corrections to entries
made on bid :Eorms should be initialed by the person signing the bid.
3idders must -quote on all items appearing on the bid forms,
unless specific directions in the advertisement, on the bid form, or in the
special specifications allow for partial bids. Failure to quote on all items
may disquali.fy the bid. When quotations on all items are not required,
bidders shall insert the words "no bid" where appiopriate.
'ZEL, ENGINEERS
9905-03 IFB. doc
IFB-l
I
..
I
I
I
I
I
I
I
ge
I
B
I
I
I
I
..
I
~I
SECTION IFB
INFORMATION FOR BIDDERS
Alternative
bids
will
be
considered unless specifically
not
called for.
Telegraphic bids will not be considered. Modifications to bids
already submitted will be allowed if submitted by telegraph prior to the time
fixed in thE! Invitation for Bids. Modifications shall be submitted as such,
and shall not reveal the total amount of either the original or revised bids.
Bids by wholly owned proprietorships or partnerships will be
signed by all owners. Bids of corporations will be signed by an officer of
the firm and his signature attested by the secretary thereof who will affix
the corporate seal to the proposal.
.A Bid Bond of 10% payable to the owner is required in all cases
and shall accompany the Bid. A certified check may be used in lieu of a.Bid
Bond. If a certified check is used as a Bid bond by the successful Bidder,
it will be r'etained until the Performance and Payment Bond have been executed
and approved, after which it will be returned.
IB-OS BASIS OF AWARD
The bids will be compared on the basis of Bid prices, which will
include and cover the furnishing of all material and the performance of all
labor requisite of proper, and completing of all the work called for under
the accompan.ying contract, and in the manner set forth and described in the
specifications. The project will be awarded to the low, responsive and
responsible bidder.
IB-06 BIDDER'S QUALIFICATIONS
No proposal will be received from any bidder unless he can
present satisfactory evidence that he is skilled in work of a similar nature
to that covered by the contract and has sufficient assets to meet all
obligations to be incurred in carrying out the work. He shall submit with
his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND
EQUIPMENT S'TATEMENT, giving reliable information as to working capital
available, plant equipment, and his experience and general qualifications.
The Owner, mclY make such investigations as are deemed necessary to determine
the ability of the bidder to perform the work and the bidder shall furnish to
him all such additional information and data for this purpose as may be
requested. The Owner reserves the right to reject any bid if the evidence
submitted by the bidder oi:- i'ffVestigation of him fails to satisfy the Owner
that such bidder is properly qualified to carry out. the obligations of the
contract and to complete the work contemplated therein. Part of the evidence
required above shall consist of a list of the names and addresses of not less
than five (!5) firms or corporations for which the bidder has done similar
work.
IB-07 PERFORMANCE BOND
At the time of entering into the contract, the Contractor shall
give bond to the Owner for the use of the Owner and all persons doing work or
furnishing s:kill, tools, machinery or materials under or for the purpose of
such contract, conditional for the payment as they become due, of all just
'ZEL, ENGINEERS
9905-03 IFB.doc
IFB-2
I
..
I
I
I
I
I
I
I
III
'1
I
I
I
I
~I
\.
J
'}
SECTION IFB
INFORMATION FOR BIDDERS
claims for such work, tools, machinery, skill and terms, for saving the Owner
harmless from all cost and charges that may accrue on account of.the doing of
the work specified, and for compliance with the laws pertaining thereto.
Said bond shall be for the amount of the contract satisfactory to the Owner
and authoriz'3d by law to do business in the State of Georgia.
;~ttorneys-in-fact who sign bonds must file with each copy thereof
a certified ,md effectively dated copy of the power of attorney. .
IB-08 REJECTION OF BIDS
These proposals are asked for in good faith, and awards will be
made as soon as practicable, provided satisfactory bids are received. The
right is re~lerved, however to waive any informalities in bidding, to reject
any and all proposals, or to accept a bid other than the lowest submitted if
such action is deemed to be in the best interest of the Owner.
IB-09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT
It is. the intent of the Augusta-Richmond County Commission to
increase the involvement of qualified minority and economically disadvantaged
businesses in the contracted work of County Government.
In an effort to support this intention, this project is offe~ed
to all qualified firms. The bids will be evaluated based on .qualifications,
price and construction time. With all other items being considered equal,
the contraci:, if awarded will be awarded to a minority and economically
disadvantaged firm or a firm that has included' such firms as subcontractors
on this project.
The bidders shall include with their bid a statement of
qualification for themselves and/or any qualified subcontractors explaining
why they should be considered a minority or economically disadvantaged firm.
If the firm does not fall into this category, no information is necessary.
IB-10 ENGINEER
The Er:;gineer for the proj ect is Zimmerman, Evans and Leopold, Inc. (ZEL
Engineers), 435 Telfair Street, Augusta, GA 30901.
..-. --
'ZEL, ENGINEERS
9905-03 IFB . doc
IFB-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
.
I
I
~.
"
SECT'L.ON BID
PROPOSAL OF s;,u~~ ,4//e:;i?~~ &~.fh-V~~~; /~~. (hereinafter)
called "Ell DOER" , organized and existing under the raws of the state of
. 4 '
~~rh ~.a,..~ A"'79 , doing business as
o ~",...;O",..~h.,.'~
.
*
*Insert "'a corporation", "i:!. partnership", or "an individual", as applicable.
TO: City of Augusta
Purchasing Department
605 Municipal Building
Augusta, Georgia 30911 (hereinafter called "OWNER").
SUBJECT: GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
Gentlemen:
The BIDDER, in compliance with your Invitation for Bids for the construction of
the SubjE!ct project, having examined the plans and specifications with related
document~l and the site of the prqposed work, and being familiar with all of the
conditions surrounding the construction of the proposed project including the
availabiJ.i ty of materials and labor, hereby proposes to furnish all labor,
material~l, and supplies, and to construct the proj ect in accordance with the
Contract Documents, within the time set forth therein, and at the prices stated
below.
These pr:~ces are to cover all expenses incurred in performing the work required
under the Contract Documents, of which this proposal is a part.
BIDDER hl~reby agrees to commence work under this Contract on or before a date
to be specified in written NOTICE TO,. PROCEED of the OWNER and to fully
complete the PROJECT within 180 cons'ecutive calendar days thereafter as
stipulatf~d in the specifications. BIDDER fur~her agrees to pay as liquidated
damages, the sum of $500 for each consecutive calendar day thereafter as
hereinafter provided iri Article II of the Agreement.
BIDDER ac:knowledges receipt of the following ADDENDUM (A) : . .
Acld"07c!O""-' ~I da~of!"<:/ 3/1'7 /t)() 4c/c/e-~c/~",_ *.2 .:/a/t::d 3/.z//()()
. . E' ~ ' ,
BIDDER aqrees to perform all the work described in the Base Bid of the CONTRACT
DOCUMENTS for the total sum of:
Ott'A.Ll:J//(!) yo 5'.':;1.. t/U-h-J,."d ^"-:~";'VJ;J.o~JJ-Dollars ($) b 17 CJDO.~Q)'
/ ~u~.! J-,
--------.------------------------------------------------------------------
ZEL,
ENGINEERS
'.
9905-03 BID.doc
a-I
II
II
.
.
.
II
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION BID
The BIDDER agrees that this Bid shall be good and may not be withdrawn for a
period of 60 calendar days after the scheduled closing time for receiving
Bids.
Upon receipt of written Notice of Acceptance of this Bid, BIDDER will ~xecute
the formal Contract attached within 10 days and deliver a Surety Bond or
Bonds as l:equired by Article 5 of the General Conditions. The bid security
attached i.n A
It> 1~ of /tl?1tJu" f
the sum ot: 8/d Dollars ($ ) is to become the
property ()f the OWNER in the event the Contract and Bond are not executed
within th,= time above set forth as liquidated damages for the delay and
additional expense to the OWNER caused thereby.
Respectfully submitted:
By ~-$-/~
/ Signature
Title 4; /f-~J'/d,.."71
Firm Name ~CoIA 41/~~//c C:;n./kU<:")d~/ /~('.
Address: Rt1.?d-< ff"
61'&"~'7a/O() cI~ J. C. ..29'<I~
.
(SEAL - IF Bid is by
a Corporation)
'ZEL, ENGINeERS
9905-03 BID.doc
B-2
II
II
I
d
II
II
18
II
II
II
II
III
III
I
.
.
I
I
I
SECTION BID
LIST
2.
1.
OJ:' PREVIOUS PROJECTS:
p:::-oject Name: ~~t? ~,,~ C:-I"~k J</Iifr/='
,
Client/Owner: C,;ty .~ ,4'6rv;//~. fC
"I. . ,
AObI"LN//r-. f~
,
.3'/99
I
p:::-oject Name: /(/de&::t:>n?4u./
Address:
Cc)mpletion Date:
, / ' 00
Approx. Contract Amount $ ~, b 00, 000
Client/Owner:
~'7"/.~q,/ /.ifrP
;'
,
6~d"',t?t:' /0 (.,IJV1 6u'7 "7 1I/4k-i/ , L J&'tV~".
,;:;4W/t:',/j /.r/4'7c:/ JC
I' '
/1f~
LJ)'; /y,; I
Address:
C'::lmpletion Date:
Amount $ ".. ?.....;oo "'00,00
; Approx. Contract ~ ~~v v
.,. , ~
3.
M//6/~~6/~ /~r? .!JJ~
C'~y ~ J It/r/~ 6/j;I/'>'76,Q JC
, , .
tv,-/I ~/6'1f?76/e; Je
,z /.zt?o 0 ; Approx. Contract Amount $ 3. ~ 00, OO()' 00
/
p:roj ect Name:
Client/Owner:
Address:
Ct::lmpletion Date:
LIST OF ~R SUBCO~RACTORS:
1.
~~V'.4
Address:
L1./ r.;) v
. I
/9~" ~ ~r.JQ .
(J
Own ~"r&.s
Earthwork:
2 .
Plant/Yard Pipinq:
Address:
3.
OWN'
~-t L t;..s
Masonry:
4.
/
I'
Electrical : ~,.. a<!.. /..,
A'tdress: ~~~ d ~ 77::1
Instrumentation: J;;.::7Z.,,",,--
Address:
5.
P /0 U;'
G,,,Q.
. J '
,/t-'/6 ,,^.... / ~ G ... 7"~ J').;
~ ,u. 5 {.... <-r.",
Address:
A..3 6A/~/ /
6.
Mechanical:
Address:
9905-03 810. doc
B-3
ZEL, ENGINEERS.
II
II
II
II
II
I
I
I
I
I
I
I
I
I
I
I
.
I
I
SECTION BID
7.
8.
9.
10.
Paintinq:
Address:
Roofinq:
Address:
Pavinq:
Address:
Stainless
/..,1 AC7... ,.. ~ J $ t3 It/'
~ ~ .A:].Aoo'"..c;" .s ~ /:;J
Hr-, J ~ ~ ,No ..h' ..,Q
/9~.s li_ ~ 1A
~". .G '-1/' AO .);
~ 4tI-,.. ~ !!jT...tQ
~
Steel Headers: t:)W'7
sc. .
~ .
~~NO
/Q,.~ e.l'
Address:
990~-03 BID.doc
'ZEI.., ENGINEERS
8-4
I
I
I
B.
LI~;T OF PREVIOUS PROJECTS FOR ELECTRICAL SUBCONTRACTOR:
1.
Project Name:
~: A ~r6S~ j?J41"f /.:) $1:, r:O "...
I
/9--r~~1'A . G.<7
tJ
I
Client/Owner:
Address:
I
2.
; Approx. Contract Amount
I
~ __ ,.., d .f?:, 1: cs J,-
- /. .
~. E_ /"700,.. L;
Gi~., bJ' ~ C;.., 4.----7'.7
Completion Date: J}/7' <7 ; Approx. Contract .lwount
projec" Name, 2"'$7"", W wY?
Client/Owner: u...J M-S-r G~.
Completion Date: )//9'7
/
. I
Project Name: .t4')::/JQ~'"
$ /-... 71000
,
I
Client/Owner:
I
Address:
~".Q
S/G~C 00
I
I
I
3.
.!l,ddress:
,
Completion Date: , ""11"''' ) J'\1:~". .:;pprox, Cont:=~c:: Amoun 1: $ /6'70 0 0
F ~
C. LIST OF P~EVIOUS ?~OJECTS FOR INST~UMENTAT!CN/SUB-CCNTRAC~OR:
1.
Project Name:
. .
C~J-<<-M h ~~
C./6C.-_ h! eJ
~. "-73-
f~~~_-r"Y
,
(;;~ -
&, 40.
I
Client/Owner:
I
I
Address:
Completion Date: .
Approx. Contract Amount
$ S~ 6 ~~
-'
2,
proj ect Name:
. ~ 4-4-~ 1,(....,..
C.:.r-v ~4./;L',v.
/
/# 1#7p
&,,,;)
Client/Owner:
I
Address:
I
3 .
Project: Name:
; Approx. Cont=ac1:.~ount $-2110 .eOO
.#.u.; ~". /'..,H _~./o#'", V. oJ
~M-c.. Jo(.. J(~ '" J:,/~ LL 7: L 17':'1;.,5
/;J/A;)~c..:~ftQ ~
Completion Date:
Client/Owner:
I
Address:
Completion Date:
; Approx. Contract: Amount $ '-/0 OO~
-
I
I
ZEL, ENGIN'EERS
I
q905-~J ACD NO.l.aGe
Addendum No. 1 - Page 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D. LI~JT OF MAJOR SUBCONTRACTORS:
11. Plumbing: aevl? ~"~~r
Address:
E. SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID:
Add(+)/Oeduct(-)
IT &"1 Manufacturer COSl: for Substitute
1 METAl, ROOFING BASE 810 (Al MCBr
(B) PETERSEN ALUM.
(C) McELROY
SUBSTITUTE (D)
I
2 GATE VALVES SASE BID (A) U.S. I I
SUBSTITUTE (B)
~
3 BUTTERFLY VALVES BASE SID (A) DeZURIK I
('1!IJ... iTl\..r: I
SUBSTITUTE (C)
4 ELECT8.IC C;tEC~ BASE BID (A) 'ElF t:7.A.
VALVES (8) - D P
SUBSTITOTE (C) I
5 CHLORINATION BASE BID (A) W&T I
EQUIp:'1ENT (8~
I
I
(C) ::-: Tin - - i i? g "'1-~2l'9. I
SUBSTITUTE (0) I
I ,
6 CHLOR:::NE SCALE BASE BID (A) FORC::: FLOW I
~ ' -- ,--... ~y
SUBSTITUTE (Cl
7 C:-1EMICAL r=:ED EASE ~ID (A) Pl:>t.!l. .f"E~"'1 I
PUMPS (8) ~
(C) .'N&T
SUBSTITUTE (D)
8 CHEMICAL STORAGE EASE aID (A) POLY-PROC:::SS,
TANKS (.a ) ro-."
~C) .._.~-. ;:"''-''"'"MS
i~) !:l~", . ' wss
SUBST ITUTE. (E)
ZEL, ENGINEERS
990~-DJ .~D NO_l.~c
Addendum No. 1 - Page 5
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Add(+)/Deduct(-)
ITEM Manufacturer Cost for Substitute
9 OFFICE BASE BID (A) KEWAUNEE
FURNI.3HINGS (B) VWR
(C) CURTIS-MATH'N
(0) FISHER-HAMILT.
(E) AMER. DESK
SUBSTITUTE (F)
10 KITCHEN UNIT I BASE BID . (A) DWYER PRODUCTS I
SUBSTITUTE (B)
11 HIGH SERVICE BASE BID (A) F'BANKS-MORSE
PUMPS (B) "!>.....~'I""\.......<:~
(C) ~
(D) -~..~ :113
(El ])l1_:r:--R60N
SUBSTITUTE (F) I
121 PUMP ~lOTORS SASE SID (A) U.S. MOTOR I
. SUBSTITUTE (8)
13 I :?LUMBING BASE SID (A) KOHLER I
fIX':'URES SUBS':'ITUTE (B)
1.4 E:~Ec:,p.rc HEATER SASE BID (Al CHROMALOX
(B) MARKEL
SUBSTITUTE (C)
15 , .:J,./C Urii!TS . SASE aID (Al TRANE I I
SUBSTITUTE (S)
1 ,.. ?OWER BASE BID (Al GREENHECK I I
_0
VENTIlATORS SUBSTITUTS (B)
17. I MOTOR OP::RATED I BASE BID . (Al CONS!. SPEC. I
LOUVE:::i. . SUBSTITUTS (B)
18 WIRE & CABLE BASE BID (Al GENERAL CABLE
(B) -OKONITE
(C) ROME
(D) CABLEC
SUBSTITUTE (E)
19 MOTOR CONTOL SASE BID (Al CUTLER-HAMMER
CENTER (B) SQUARE 0
(Cl GENERAL ELEe.
SUBSTITUTE (0)
'ZEL, ENGINEERS
~905-"J ,\00 NO_ ~ ...iCe
Addendum No. 1 - Page 6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Add(+)/Deduct(-)
ITEM Manufacturer Cost for Substitute
20 ELECTRIC PANELS BASE BID (A) CUTLER-HAMMER
AND TRANSFER SUBSTITUTE (B)
SWITCHES
21 LIGHTING BASE BID (A) LITHONIA
FIXTU:RES SUBSTITUTE (8)
22 TELEPHONE SYSTEM I BASE BID (A) SAMSONG I
SUBSTITUTE (B)
23 FLOW i::LEMENTS BASE BID (A) I?FS I
SUBSTITUTE (B)
24 DP TRANSMITTERS BASE BID (A) ROSEMOUNT I
(B) FE'S
SUBSTITUTE (C) I
25 ULTRASONIC LEVEL BASE BID (A) KISTLER-::-10RSE ,
ME.~SUHEMENT SUBSTITUTE (3)
26 DATA l~CQUISITION I BASE BID (A) CONTROL MICRO I I
SYSTEH SUBSTITUTE (B)
27 HOIST & TROLLEY BASE BID (A) C~
(B) SHAW-BOX
(C) WRIGHT
SUBSTITUTE (D)
28 , FESTOON S'{STE11 :lASE BID (A) DUCT-O-WIRE I I
SUBSTITUTE (9)
I
29 :ENCI~IG 8ASE BID (Al CYCLONE FENCE I
(8) AMERICAN
(C) ANCHOR POST
SUBSTITUTE (0)
ZEL. ENGINEERS
".J90~-~lJ .\00 NO.:' ,lJOc
Addendum No. 1 - Page 7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D
I
I
I
I
United States Fidelity and Guaranty Company
Baltimore. Maryt,and
A Stodc Canpan)'
~~
~ U SF+G-
IlSUIAICf
Bid Bond
Bond Number .......,.....,..........
Know All Men Ely These Presents:
That , ..~.~~,~~. ~ ~,~ ~.~,~ ~.c:. S~z:.~~,~~c::.~ ~.?~ ~,. ~.~~?,r:P.<?!-:':1,~~.~"".".".,.,., .,.,.,.
........,...., .",..,.'... _..",.....,......".. of . .~:::~,~!l.\f~9.~!.. .~9.~ ~.f?. .~.O:~.~~X~~,....,...
....".....,.. .,.".' ."..,':'.,."...,.,.."..,.,...'.' as Principal. and United States Fidelity and Guaranty
C M J d . S h Id 'd fi I bou d City of Augusta, Augusta, GA
ompany, a ar),.an corporatllJ1, as uretv, are e an urn y n unto ...........,.......'.............,.'.,.
as Obligee, in the full and just sum of , .~~.. ~t:fqg.Wr:. .~9.q!\J;._. ~.q..~... .J?,~~,~~.r;r:r:. .Qf.. :r:f:i.~.. . . ..,...
~gPf~.H).~~:.~. ,~,~:P., -:-,.:-:..~.,"7,. 7., -:-..:-, ..-;.::. ,7" -:-.,:-,.,~,."7. .7.. -:-.. -:-.(~ q.~. 9.~. ,~.~P Dollars)
lawful money of ttle United States. for the payment of 't'Alich sum, well and truly to be made. we bind ourselves, our heirs,
executors. administrators, successors. and assigns. jointly and severally, firmly by these presents.
Whereas the said Principal is herewith submitting its proposal
Groundwater Plant 3 Contract 3, Plant Facilities
The Condition Of This Obligation is such that if the aforesaid Principal shall be awarded the contract the said
Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the
performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will
pay unto the ObligE!e the difference in money between the amount of the bid of the said Principal and the amount for 't'Alich the
Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event
shall liability hereunder exceed the penal sum hereof.
Signed. sl~led and delivered ...." March, 28~. 2000
(Dalel
~~1: h
..~U:(~,~...,...""...
Contract 11 16-~1
I,
'DIeStRlul
POWER OF ATTORNEY
I
Seaboard Surety Company
5t, Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters. Inc.
I
I
Power of Attorney No,
20571
Certificate No.
'-".1 -, '-:-
I
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws or the State or New York. and that
51. Paul Fire and Marine Insurance Company. SI. Paul Guardian Insurance Company and SI. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State or Minnesota. and that United Slates Fidelity and Guaranty Company is a corporation duly organized underthe laws or the State of Maryland. and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws or the State or Iowa. and that Fidelity and Guaranty Insurance
_ Underwriters. Inc. is a corporation duly organized under the laws 'or the State or Wisconsin (herein collectivel." called the '~Comp{(llies "), and that the Companies do
hereby make. constitute and appoint
I
Vonda A. Rentz, Barr H. Gardner, III, Steve S. Bouknight, C. Carey Anderson and George P_ Hook,
I
I
I
Cc,lumbia South Carolina
or the City or , State . their true and lawful Attomey(s)..in..Fa<.:t.
each in their separate <.:apaciry if more than one is named above. to sign ilS name as surety to. and to execute. seal and acknowledge any and all bonds. undertakings.
contmcts and other wrillen instruments in the nature thereor on behalf or the Companies in their business or guaranteeing the tidelity or persons. gu::ranteeing the
performance of contracts anj executing or guaranteeing bonds and undertakings re4uireu or pennilled in any actions or proceedings allowed by law.
. " \.~ -- .~'.. \,...." ~'- .. "'. \
IN WITNESS WHEREOF. the Companies have <.:aused this instrumennolie- s'igned:a;,d'sealed thiS. '1 st
'.j<: >':~-..."';.<'\ >. -<~,.'\ ~ ":\:)
Seaboard Surety Company .."\... ., _ - . .\;:olt'hited States Fidelity and Guaranty Company
51. Paul Fire and Marine Insuranee.."tompany _ ,-,'. ":., Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance:~oOipan. ~,.-,::.'- \. -' ~ Fidelity and Guamnty Insurance Underwriters. Inc,
Sl.paUIMercUrylnsur-.m_c~:c,\I?~Y~,_._ .''., -,,:-.- f- ('/ ~<
,,'- '"\ '- ~
'@'~ @
~~, ~TID. . JOHN F. PHINNEY. Vice Presidenc
%~ AN'(13
day or
December
1999
I
I
I
~ R. ).Ac.~
State of Maryland
City of Baltimore
MICHAEL R. MCKIBBEN. Assistant Secrelary
I
On this 1 st day of December 1999, before me. the undersigned officer. personally appeared John F. Phinney and
Michael R. McKibben_ who acknowledged themselves to be the Vice President and Assistant Secretary. respectively. or Seaboard Surety Company. St. Paul Fire and
Marine Insurance Company. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. United States Fidelity and Guaranty Company. Fidelity and
Guaranty lnsumnce Compar..y, and Fidelity and Guaranty Insurance Underwriters. Inc_: and that the seals affixed to the foregoing instrument are the corporate seals or
said Companies: and that th~y. as such. being authorized so to do. executed the foregoing instrument ror the purposes therein <.:ontained by signing the names of the
corporations by themselves as duly authorized officers_
I
I
In Witness Whereof. I herebnto set my hand and official seal.
~t~.~
I
My Commission expires the 13th day of July. 2002.
REBECCA EASLEY-ONOKALA. Nutary Public
I
I
I 86203 Rev. 11-99 Printed in U.SA
::::'I~%~-'''~:'_ ~rm'J
'~-"":'"~...:~J1l~fA!Sl'ti;:~:~\:<,:t..,~,."~..,..,,.. ",., . --. "......
.:', " _.':t.?~~~~~~~~;~~~~!i{~~.'!:!.~:}(''':'~f'', ':-;"" ,,;: ".;~::':.~~'~{4~'{
':-I.:..:;'\:~:!ea~_"'--(- '~*i~i)::;~;/;:':';iQ'b'i~f'~:'
. ' I "'! .' , . .....~. . .', ',-.....
;:-;.~f~.'.::~~M:. '-;;\f~:':it~~<~~~i*i~
...:'....:~:~r.?:~$~~_~,l.\.~l~...: I., ...... ;.~ -'-~~~~~.~1~~~::n:J;j::~t6.:~~""
I....,. --.;.',.,'.' ." . .., .....,,':.;"'l:!I't-.~.-... .~--.,-. '''M..O'.''.,.
'. ~ _......... ~. ;.-' :_, .......: ~'. _.' -.' ,'" _'.'. ,_ '.' . .' ". ,r . '.. .'
'" ~"~'1 . 'l!!i
:.-:~~FtiFi61~j~~;~;"
", ~~t:'''''-'''t......J.''''_''~''''''-::,,,
~ ..
.(
z
o
()
?5
w
o
o
~
o
~
t--_~_...
:;.,~..:~;~.!iH~].:~7 .
:\..;.~~~> t..:'
,~.=ti~t~~~~;ii:~.71f}!f!J~~~~~r~t.,~~:1t;:;?;.;:~~~~_.~~r~~~~~~1;:,!:.~
~iial~i~~'~1:..,i;0< ...
';, . ',_' ~?~;::/:.:.::;'~:;r;~i~~~.~.~,:::}.- ..~::.
. ~...,'
.;-;,... -.
'" ~ .... ~-.
I" - ,_.:,;~.:t':
;. -: ~. . ~ ': ::i .: .
.: ',:,":.;~/{~.
_ .:....~;:?i~:;:;
," . - ~:-'." ...
~~~~~
~ffi",~~
III OUl~
... (J) U"1 ..... .....
GJq3:~ ~
~(1)S .
~ ..... li? (J)
P.i ~
i~Ul
I-'g-
(1)
~~
.....
I-'
0..
.....
S
f~~~{:~:,;,.
:f.~,i;;!;;'::: .
.;";,,,-
.._,:
.";,~"". ~ ." M :."..
"l":;":. ::~:.....;... .
:t;~i~~~.
w
o
\0
....
....
....:L.
,~.. '" " -:
~
~
~
~
'"
"')
.~(;::,\'~::',..:.
"r... .
.:~~~~~~i;~: .
,diL\,'
1;~~~:~;':V"
':;;''';i~~.iiiL~~lr
". -:.... .~.
'-!",'~'...-:...
1-,
~1~:i';!!'lr~i~'~'7;;i:i'i;'ii;
~ ,.
" '.
. ;~'~:~~~~"~" .;':.~s~-:.:..,~~~::~~~~ ):..;;::~~:.~.:;: : :r'~::: ! ..;....: ~ -....
(\
1jt
,,"}
~,~
lJ' ....0
'-".",.,-.~.::.:.O
"'-':"~:.-"~'~:.'"''''
":.!,::~~'~:~;j;~:;'y,;-'.'~'-:;,:::i:i":._..;.-- (j '_ . '()
,~\~~~~;1~;:'.,::;:.~:'..O . .....~i.. ....
....;:......
I
": ''':',,-~:' ::::t~~~i~;t~~tv~~~;::~2;i~:~~.:~:::~.,.:~'?;:.;<!;;~:~;~~~;::_': .' "
,I.
::~ 2"::':-" "'~~Jh;~!~~~jNi~:jjW~~~;~;\~~~~~;T::;:~:;'~;
. :..:;-
.1::
I..:.....
_ I' _.": ;,', ~~.;;i:.:~.~~~~(i~ ~~~~1~J1~i~~!~~:.~;~t:~:-;~1~;rt-
I'. . t.~~'~-.....;..:":'~.,;.~~;':'J.~~-:..~:;~~~~.....::..:~I.~-t:..I~j.;;..h(.~.'. :-:;~;."..~,.li..'....
.,. -. "-'("":-'~~~f.;"';"~~;~;;..j~~~i~;"':":~~~;;i';"'~~aJ.i:'.";"':~' ." ~."
. ~'.~''''V'rl...:;. _"~."'~.:':!~~..~~:~_ ~~fff~~r~:~':~r::."':,' .X~:.:;..~~~..
::~~~~J~~:~\~:f;;:::~~:~0:~~~~;;'~~~~~f;;:~~";::;':'~;:;'::~:,:.
I,;' .:....:~.ir~:~~..
::;;:~~)r:.r:~ ~
'.. 4 . .
:~~!J~~~::~j;-;;~~i{;~:J~~"i::;';:.:,::,;~~~,~.._~:'-;.;:,;:";~~:~i~{;~~1~;,~~~j,::
...,,,.=~ire!~:~t;~i~~~
I
I
I
I
I
I
I
I
I
I
I
-I
--I
I
I
I
I
I
D
SECTION AGR
AGREEMENT
THIS AGREEMENT, made on the ~ day of ~~ ' 2000, by
and betwl~en AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA ICHMOND COUNTY
C~SSION, party of the first part, hereinafter called the OWNER, and
SOUTH ATLANTIC CONSTRUCTION, party of the second part, hereinafter called the
CONTRACTOR.
WITNESSETH, that the Contractor and
considerations hereinafter named, agree as follows:
the
for
the
Owner,
ARTICLE I - SCOPE OF THE WORK
The Contractor hereby agrees to furnish all of the materials and
all of the equipment and labor necessary, and to perform all of the work
shown on the plans and described in the specifications for the project
entitled:
GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
for the Base Bid in accordance with the requirements and provisions of the
Contract Documents as defined in the General and Special Conditions hereto
attached, which are hereby made a part of this agreement.
THE CONTRACTOR has given the ENGINEER written notice of all
conflicts, errors of discrepancies that he has discovered in the CONTRACT
DOCUMENTS and the written resolution thereof by the ENGINEER is acceptable to
the CONTR1:\CTOR.
ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES
The work to be performed under this Contract shall be commenced
within 10 calendar days after the date of written notice by the Owner to the
Contracto:r to proceed. All work shall be completed wi thin 180 calendar days
with all such extensions of time as are provided for in the General
Conditions.
It is hereby understood and mutually agreed, by and between the
Contracto:: and the Owner, that the date of beginning, rate of progress and
the time for completion of the work to be done hereunder are ESSENTIAL
CONDITION:3 of this contract. Contractor agrees that said work shall be
prosecuted regularly, diligently, and uninterruptedly at such rate of
progress as will ensure full completion thereof within the time specified.
It is expressly understood and agreed by and between the Contractor and the
Owner, that the time for completion of the work described herein is a
reasonabl(~ time for completion of the same, taking into consideration the
average climatic range and construction conditions prevailing in this
locality.
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE
WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree,
as a pari of the consideration for the awarding of this contract, to pay the
Owner the sum of Five Hundred Dollars ($ 500.00); not as a penalty, but as
liquidated damages for such'breach of contract as hereinafter set forth, for
each and ,~very calendar day that the Contractor shall be in default after the
time stipulated in the Contract for completing the work.
---'ZEL ENGINEERS
=--=====:1
9905-03 ilGR _ doc
AGR-l
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
SECTION AGR
AGREEMENT
The said amount is fixed and agreed upon by and between the
Contractor and the Owner because of the impracticability and extreme
difficulty of fixing and ascertaining the actual damages the Owner would, in
such event, sustain, and said amounts shall be retained from time to time by
the Owner from current periodical estimates.
It is further agreed that time is of the essence of each and
every portion of this Contract and the specifications wherein a definite
portion and certain length of time is fixed for the additional time is
allowed for the completion of any work, the new time limit fixed by extension
$hall be the essence of this contract.
ARTICLE III - PAYMENT
(A) The Contract Sum
shall pay to the contractor for the performance of the
as stated in the Base Bid: One Million Six Hundred
Dollars ($1,682,000.00) No variations shall be made in
set forth in the bid and specifications attached hereto.
The Owner
Contract the amount
Eiqhty-Twc) Thousand
the amoun~ except as
(B) Proqress Payment
On no later than the fifth day of every month, the Contractor
shall submit to the Owner's Engineer an estimate covering the percentage of
the total amount of the Contract which has been completed from the start of
the job up to and including the last working day of the preceding month,
together l~ith such supporting evidence as may be required by the Owner and/or
the Engin,=er. This estimate shall include only the quanti ties in place and
at the unit prices as set forth in the Bid Schedule.
On the "City's vendor payment run" following approval of the
invoice for payment, the Owner shall after deducting previous payments made,
pay to the Contractor 90% of the amount of the estimate on units accepted in
place. The 10% retained percentage may be held by the Owner until the final
completion and acceptance of all work under the Contract. Interest on the
retainage is waived.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
(A) Upon receipt of written notice that the work is ready for
final inspection acceptance, the Engineer shall within 10 days made such
inspection, and when he finds the work acceptable under the Contract and the
Contract J:ully performed, he will promptly issue a final certificate, over
his own signature, stating that the work required by this Contract has been
completed and is accepted by him under the terms and conditions thereof, and
the entire balance found to be due the Contractor, including the retained
percentage, shall be paid to the Contractor by the Owner within 15 days after
the date of said final certificate.
(B) Before final payment is due, the Contractor shall submit
evidence ~atisfactory to the Engineer that all payrolls, material bills, and
other indebtedness connected with work have been paid, except that in case of
disputed indebtedness of liens of evidence of payment of all such disputed
---------:J ZEL _~? I NEE R S ,
1__- ~
9905-03 AGR. doc
AGR-2
I
I
I
I
I
I
I
I
I
I
I
I
I
1-
I
I
I
I
I
SECTION AGR
AGREEMENT
amounts ""hen adjudicated in cases where such payment has not already been
guaranteed by surety bond.
(C) The making and acceptance of the final payment shall
constitute a waiver of all claims by the Owner, other than those arising from
unsettled liens, from faulty work appearing within 12 months after final
payment, from requirements of the specifications, or from manufacturer's
guarantees. It shall also tonstitute a waiver of all claims by the
Contractor except those previously made and still unsettled.
(D) If after' the work has been substantially completed, full
completion thereof is materially delayed through no fault of the Contractor,
and the Engineer, so certifies, the Owner shall upon certification of the
Engineer, and without terminating! the Contract, make payment of the balance
due for that portion of the work fhlly completed and accepted.
governing
claims.
Each
final
shall
except
be made
!tha t it
I
under ,the terms and
shall not constitute a
conditions
waiver of
payment
payment,
Agreement
original,
!
IN ~.rJ'NESS WHEREOF,: the parties hereto
in ~ (~ counter~arts, each of which
in the year and day first mentioned abov
~. ~ .
r l
~-~"~''\. ; ,
;-- .......9-lCHMO~\\tl _ ,,\
"'" ~~ .........0 '0. ~
""~" .00. ..001, 0 ~ By:
ec, .. ?o ~~
"~ . .- up C.
if.. ,'-, i ~ (
I'. ~ . ' ",' ..
. ! ,:. ~
.: "- ~
. ~, "" ~
~~~~. ;:;j ~
. : GO iI
..... 1996 otJ.~ ..:'
-, ......00.0 I ~NTRACT
-" G€ORG\I'-_~' ,
\'-,,,,"',-----r
i By:
I
have
shall
'executed this
be deemed an
I'
.
f.
(SEAL)
~~/
~~
Wltness
(SEAL)
t
!..
ti'
As its
~~h'qI.L-
-~. JI..~ .~
Witness ~
Address: HWY. 72 BYPASS WEST
GREENWOOD, SC 29648
--:-----,ZEL ENGINEERS,
=-~
1__
9905-03 I\GR.doc
l-\GR-3
,
"/.'~
~
-. ~...
~-' ~~
,...., .,'"
....-
..-<
~
~ -
_....~~
.. . ~.... .
'; .:
~.....~~ ---::....
"...~
I...
I
I
I
I
I
I
I
I
I
I
I
I
I
'I',:
I
I
I
I
Bond # KE1893
SECTION PB
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS:
that
SOUTH ATLANTIC CONSTRUCTION. Inc.
(Name of Contractor)
HWY. 72 BYPASS WEST, GREENWOOD, SC
(Address of Contractor)
a oo~)Oration r, hereinafter called Principal,
(Corporation, Partnership or Individual)
and UnitErlStates Fidelity ;:lnn C::m'lr;mt-y C'0tIlpal:ly
(Name of Surety)
PO Box 1138, Baltimore, MD~1203
(Address of Surety
hereinaft,ar called Surety, are held and firmly bound unto Augusta-Richmond
County, Gaorgia, (by and through it_s Commission), Municipal Building, Augusta,
Georgia 30911, hereinafter called OWNER, in the penal sum of One Million Six
Hundred Eiqhty-Two Thousand 00/100 Dollars ($ 1,682,000)in lawful money of the
United St,'ites, for the payment of which sum well and truly to be made, we bind
ourselves, successors, and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION is such that whereas, the Principal entered
into a certain contract with the OWNER, dated the ~ day of ___' 2000, a copy
of which is hereto attached and made a part hereof for the construction of:
GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
NOW, THEREFORE, if the principal shall promptly make payment to all persons,
firms, subcontractors, and corporations furnishing materials for or performing
labor in the prosecution of the work provided for in such contract, and any
authorized extension or modification thereof, including all amounts due for
materials" lubricants, oil, gasoline, coal and coke, repairs on machinery,
equipment and tools, consumed or used in connection with the construction of
such _work, and all insurance- pi::emiums on said work, and for all labor,
performed in such work whether- by subcontractor or otherwise; then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the contract or to the work to be performed thereunder or the
specifications accompanying the same shall in any wise affect its obligation on
this bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract or to the work or to
the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the
Contractor shal~ abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
"ZELt- ENGINEERS
9905-0J PB_ doc
PB-1
I
,'1
SECTION PB
PAYMENT BOND
I
IN WITNESS WHEREOF, th_is instrument is executed in ~ (number of
copies) counterparts, each one which shall be deemed an originalJ this the
day of ___, 2000.
I
By
,,,-,,,. /~:;-[ij ,
. ~ ~~ .,~
{~...:<? '~:.-
-"._, -
..... ..
r' ;:. ~
;";' ~ f::,_.:\<,~;l
00 '<-SC'~. ,.,.'~' - ,- ,,'- ..:c-
, . '0,,"",.;-'_:":: .~::... .",'
'. --:- -.:-";-' ~-: - '"
I
ATTEST: / /'2/
, 4~' (4r/H,#~
I
(Principal) Secretary
~~~- eUJ
Witness to ~iPal
HWY.
I
Hwy 72 Bypass West.
United States Fidelity and Guaranty Company
Surety
I
Greenwocxi, SC(Address)
ATTEST:
~~..,
~ ~ ~A./J.J7J(/)~
,:;)~#t.;ness to, Surety
4400 ~r Annrpw~ R~n
(Address)
Columbia,. SC 29210
~&~~~
Atto ney-~n-Fact
Barr H. Gardner ,III
4400 st. Andrews Road
(Address)
Columbia, SC 29210
I
I
I
(SEAL)
I
I
NOTE:
Date of Bond must not be prior to date of Contract.
[f Contractor is .Partnership, all partners should execute bond.
I
IMPORTANT: Surety companies' executing bonds must appear on' the Treasury
Departmen~'s most current list (Circular 570 as amended) and be authorized to
transact business in the State where the project is located.
:1:
I
I
I
------,ZEL, ENGINEERS,
9905-03 PB.doc
PB-2
I
1:-'
I
SECTION PFB
PERFORMANCE BOND
I
KNOW ALL MEN BY THESE PRESENTS: that
I
SOUTH ATLANTIC CONSTRUCTION, Inc.
(Name of Contractor)
I
HWY. 72 BYPASS WEST, GREENWOOD, SC
(Address of Contractor)
corporation
a
,(Corporation, Partnership, or Individual)
, hereinafter called Principal, and
I
United States Fidelity and Guarantv Company
(Name of Surety)
PO Box 1138, Baltirrore, MD 21203
I
(Address of Surety)
I
hereinafter called Surety, are held and firmly bound unto Augusta-Richmond
County, Georgia (by and through its Commission), Municipal Building, Augusta,
Georgia 30911, hereinafter called Ow~er, in the penal sum of One Million Six
Hundred Eiahty-Two Thousand D~/16o Dollars ($ 1,682,OOO)in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind
oursel ves, successors, and assigns, jointly and severally, firmly by these
presents.
I
I
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered
into a certain contract with the Owner, dated 'the __ day of ~, 2000, a copy
of which is hereto attached and made a part hereof for the construction of:
I
GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
I
NOW, THEREFORE, if the Principal shall we+l, truly, and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
said contract during the original term thereof, and any extensions thereof
which may be granted by, the'Owner, with or without notice to the Surety and
during the one year guaranty period, and if he shall satisfy all claims and
demands j~nc_urred under such contract and shall fully indemnify and save
harmless the Owner from all costs ,and damages which it may suffer by reason of
failuret,o do so, and shall reimburse and repay the -Owner all outlay and
expense ~Ihich the Owner may incur in making good any default, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDEQ, FURTHER, that the said surety, for value received hereby stipulates
and agrees that no ch~nge,extension of time, alteration or addition to the
terms of the contract or to work to be performed thereunder or the
specifica;:ions accompanying the same shall in any wise affect its obligation on
this bond, and it does hereby waive notice of any such change, extension of
time, altt:ration or addition to the terms of the contract or to the work or to
the specifications.
I
I
,.
..
I
I
PROVIDED, FURTHER, that. no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim
may be un:5atisfied.
I
'ZEL,. ENGINEERS
9905-03 P!1l.doc
PFB-1
I
,I
,.
I
,SECTION PFB
PERFORMANCE BOND
1
IN WITNESS WHEREOF, this instrument is executed iri ~ (Number) counterparts,
each one 'ioIhich shall be deemed an original, this the ~. day of _, 2000.
I
By
::::
I
ATTEST: -a .
'. .~, ~/~
~l) Secretary, -
I
(SEAL)
I
4~~/i~~~r
Hwv 72 Bypass West, eenwood, SC
(Address)
I
AT~S~....
~:ety) Secret
United states Fidelity and' Guaranty Company
By _ _~,
~eY-in-Fact
Barr H. Gardner, III
~
I
uJ~~/lJW~
, ,g' (wf1:ness) to Surety . ,
'f~' .
4400 S~~ ll.ndrews Road
(Address)
Columbia, SC 29210
(Address)
I,
I
4400 st. Andrews Road
'I
Columbia,SC 29210
(SEAL)
I
NOTE:
Da'te of Bond must not be prior to date of Contract. If Contractor is
Partnership, all partners, should execute bond.
I
IMPORTANT:: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended)-and be authorized to
transact business in the state where the project is located.
.
.:
,lI!II:'
I
I
I
---.-------.-.---..-----------
-ZELI ENGINEERS
9905-03 PFB.doc
PFB-2
I
I
lheStRlul
POWER OF ATTORNEY
I
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
S1. Paul Guardian Insurance Company
S1. Paul Mercury Insurance Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc,
I
I
Power of Attorney No.
;~0571
Certificate No.
219952
I
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
SI. Paul Fire and Marine Insurance Company, SI. Paul Guardian Insurance Company and SI. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do
hereby make, constitute an" appoint
Vonda A. Rentz, Barr H. Gardner, III, Steve S_ Bouknight, C. Carey Anderson and George P. Hook
I
I
I
I
,Columbia South Carolina
of the City of " , State , their true and lawful Attomey(s)-in-Fact,
each in their separate,capa,;j-ty if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other wi-itter' instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contr;;'ct;a ~~ exectiting or guaranteemg bonds and undertaking~\ee1f Oo~itted i~y actions or proceedings allowed by law.
" . , -\'- \'" ""'~ ~ '\'r'st December 1999
IN WITNESS WHEREOF, th~ .Compames have caused this mstrum~~'9~~~l>';~ ~~ :\) day of
Seaboard Surety Company ~ c.. ~O ,~~ ~lted States Fidelity and Guaranty Company
St. Paul Fire and Marine Insu.{~~€om..r.ant}; ~~ Fidelity and Guaranty Insurance Company
S1. Paul Guardian Insurantt\.ChlfipaR~ ~ .-(' ~ ~ Fidelity and Guaranty Insurance Underwriters, Inc.
St.""'M'='YI~rn;;~~~o~~ S)~~ flf- ~ ~
e ,e ~ (f WHN E 'HONNEY. Y;" Ere,;"..
~AMC~ ~ It ~ \ , .fIe f\ \ 1
~ R. t-'\t.~
I
-
I
I
I
State of Maryland
City of Baltimore
MICHAEL R. MCKIBBEN, Assistant Secretary
I
1 st December 1999
On this day of , before me, the undersigned officer, personally appeared John F. Phinney and
Michael R, McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, SI. Paul Fire and
Marine Insurance CompaEY, SI. Paul Guardian Insurance Company, SI. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
I
In Witness Whereof, [hereunto set my hand and official seal.
~t~.~
I
My Commission expires the 13th day of July, 2002.
REBECCA EASLEY-ONOKALA, Notary Public
I
I
I
86203 Rev. 11..99 Printed in U,SA
~J
~
7
ACORDTM
INSURANCE BINDER
DATE
05/19/2000
THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM:
PRODUCER PHgN,fo Ext: 803-731-0740 COMPANY BINDER #
GARDNER ASSOCIATES INC.
P. o. BOX 210708
DATE
4001
SC 29221-0708
05/19/2000
AM
PM
EXPIRATION
DATE TIME
X 12:01 AM
COLUMBIA
08/19/2000
NOON
SUB CODE:
THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY
PER EXPIRING POLICY #:
DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY (Including Location)
JOB: GROUNDWATER PLANT 3, CONTRACT 3, PLANT FACILITIES
10-
SOUTH ATU\NTIC CONSTRUCTION, INC.
POBOX 5L~6
GREENWOOD
SC 29648
I COVERAGES
TYPE OF INSURANCE
PROPERTY CAUSES OF LOSS '
I ~ BASIC D, BROAD W SPEC
~ INCLUDING THEFT
GENERAL LIABILITY
-
I E~MMERCIAL GENERAL L1AB L1TY
U CLAIMS MADE D OCCUR
COVERAGE/FORMS
LIMITS
DEDUCTIBLE COINS"", AMOUNT
1,000 -0- 1,682,000
25,000 -0- INCLUDED
25,000 -0- INCLUDED
BUILDERS RISK
EARTH MOVEMENT
FLOOD-EXCLUDING ZONES A,V; AND SHADD ED X
-
I t;OMOBILE LIABILITY
-
RETRO DATE FOR CLAIMS MADE:
EACH OCCURRENCE $
FIRE DAMAGE (Anyone fire) $
MED EXP (Anyone person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS. COM PlOP AGG $
COMBINED SINGLE LIMIT $
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
MEDICAL PAYMENTS $
PERSONAL INJURY PROT $
UNINSURED MOTORIST $
$
u=
-
IE
ANY AUTO
All OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
I~ '"~~"- <>AMA.'
COWSION:
OTHER THAN COL:
I ~GE LIABILITY
I- "ANY AUTO
-
DEDUCTIBLE U ALL VEHICLES ,
U SCHEDULED VEHICLES
ACTUAL CASH VALUE
STATED AMOUNT
OTHER
AUTO ONLY'. EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EACH OCCURRENCE
AGGREGATE
$
$
CESS LIABILITY
$
$
$
UMBRELlA FORM
OTHER THAN UMBRELLA FORM
REmo DATE FOR CLAIMS MADE:
SELF.INSURED.RETENTION
WC STATUTORY LIMITS
EL EACH ACCIDENT $
E.L:. DISEASE.. EA EMPLOYEE $
E.L DISEASE - POLICY LIMIT $
FEES $
TAXES $
ESTIMATED TOTAL PREMIUM $
$
$
I
WORKER'S COMPENSATION
AND
EMPLOYER'S LIABILITY
I
I I
-rCORD 75-S (1/98)
--1 MORTGAGEE
-l LOSS PAYEE
LOAN #
H ADDITIONAL INSURED
AUGUSTA
OWNER
GA 30911A~~:'~""f{. "~OA(~) A' .,-. uP
NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE €>ACORD CORPOHAI ~--3
-r=.
~
~
CONDITIONS
This Company binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the
terms, conditions and limitations of the policy(ies) in current use by the Company. '
This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company
stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the
Insured in aCt~ordance, with the policy conditions. This binder is cancelled when replaced by a policy. If this
binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the
Rules and Rates in use by the Company.
Applicable in California
When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title
of the form is changed from "Insurance Binder" to "Cover Note".
Applicable in Delaware
The mortgagel3 or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real
property shall,accept as evidence of insurance a written binder issued by an authorized insurer or its agent if
the binder includes or is accompanied by: the name and address of the borrower; the name and address of the
lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled
within the term of the binder unless the iender and the insured borrower receive written notice of the cancel-
lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to
the closing, of the loan, a paid receipt of the full amount of the applicable premium, and the amount of
insurance coverage.
Chapter 21 Title 25 Paragraph 2119
Applicable in Florida
Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the
duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless
the binder is replaced by a policy or another binder in the same company. '
Applicable in Nevada
. . . .
Any person who refuses to accept a binder which provides coverage of less than $1,000,000_00 when proof is
required: (A) Slhall be fined not more than $500:00, and (B) is liable to the party presenting the binder as proof
of insurance fOI" actua', damages sustained therefrom,
CORD 75~S (1/98)
x
D
ACORDTM C:ERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDD/YY)
05/18/2000
PRODUCER THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION
liARDNER ASSOCIATE:) INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. O. BOX 210708 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
COLUMBIA SC 29221-0708 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
803-731-0740 INSURERS AFFORDING COVERAGE
,
INSURED SOUTH AirLANTIC CONSTRUCTION, INC. INSURER A: ZURICH/THE MARYLAND CASUAL TV COMPANY ~
POBOX 546 INSURER B:' VALIANT INSURANCE COMPANY OF NEW YORK (MARYLAND)
GREENWOOD SC 29648 INSURER C:
INSURER D:
I INSURER E: ,
COVERAGES
I
I
I
I
THE POLICIES OF INSURi~NCE L1STED'BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO'TWITHSTANDING
ANY REQUIREMENT, TEFIM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSUI'lANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSRI TYPE OF INSURA!,~CE POLICY NUMBER PJi~~rJ~~:i~~E Pg~f.tl~:J~~N LIMITS
LTR
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
r--
X COMMERCIAL GENEFlAL UABILlTY FIRE DAMAGE (Anyone fire) $ 50,000
I CLAIMS MADE [IJ OCCUR MED EX? (Anyone person) $ 5,000
B X 80-14-02 EPA33268419 07/01/1999 07/01/2000 PERSONAL & ADV INJURY $ 1,000,000
~
GENERAL AGGREGATE $ 2,000,000
~ "
GEN'L AGGREGATE LIMIT APPLIES PER: - PRODUCTS - COMP/OP AGG $ 2,000,000
n POLICY fXl~~Ri- n LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
r-- $ 1,000,000
X ANY AUTO (Ea accident)
r--
ALL OWNED AUTOS BODILY INJURY
I r-- $
SCHEDULED AUTOS (Per person)
A r-- ECA31739304 07/01/1999 07/0I/2000
HIRED AUTOS
I--- BODILY INJURY $
NON-OWNED AUTOS (Per eccldent)
!--
I - PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $
I R ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $ 7,000,000
=.!J OCCUR o CLAIMS MADE AGGREGATE $ 7,000,000
B CON 85962000 07/01/1999 07/01/2000 $
~ DEDUCTIBLE $
X RETENTION $ 0 $
I WORKERS COMPENSATlOII AND X I WC STATU-j 10TH..
TORY LIMITS ER
EMPLOYERS' LIABILITY E.L EACH ACCIDENT 100,000
$
A TC985980259 07/01/1999 07/01/2000 E.LDISEASE - EA EMPLOYE! $ 100,000
I E.L DISEASE - POLICY LIMIT $ 500,000
OTHER
LEASED OR RENTED EQUIPMENT ANY ONE ITEM 200,000
A ECA26190281 - 07/01/1999 07/01/2000 TOTAL LIMIT 400,000
DEDUCTIBLE 1,000
I DESCRIPTION OF OPERATlONSILJOCATlONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIALPROVISIONS
Project: Groundwater Plant 3 Contract 3, Plant Facil ities
I
I CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LEmR: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -1L DAYS WRITTEN
Augusta-Richmond Countf; Purchasing Dept. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
I Room 605 !Municipal Bui ding ,
Greene Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
Augusta GA 30911 REPRESENTATIVES. ~, --
I tCORD 25-~ (7/97) .,;uL~;~EN E~ ftu/)~ LUJ ~
:..--
..... @ ACO ._ RATION 1988
I
I
I
I
I
SECTION NOA
NOTICE OF AWARD
I
TO: SOUTH ATLANTIC CONSTRUCTION
HWY 72 BYPASS WEST
GREENWOOD, SC 29648
I
PROJECT: GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
I
The OWNER has considered the BID submitted on March 28 2000 by
you for the above described WORK in response to its Advertisement for Bids
dated Februarv 28 2000, and Information for Bidders.
I
You are hereby notified that your BID has been accepted in the amount of:
One Million Six Hundred Eiohtv-two thousand Dollars ($ 1,682,000,
I
You are required by the Information for Bidders to execute ,the Agreement and
furnish the required Contractor I s Performance Bond and Payment Bond 'o"li thin
ten ca.Lendar days from the date of this Notice to you. You are also
required to show proof of insurance coverage as required by the General
Conditions. Six sets are enclosed for execution.
I
If you fail to execute said Agreement and to furnish said Bonds within ten
days fl:om the date of the Notice, said OWNER will be entitled to consider
all your rights arising out of the OWNER I S acceptance of your BID as
abandoI1,ed and as a forfeiture of your Bid Bond. The OWNER will be en ti tled
to suc~ other rights as may be granted by law.
I
I
In the Agreement and Bonds; please note that the date of agreement is to
remain blank on line 1 of the Agreement, in the second paragraph and last
line 0:: both bonds and in the last line of the Power or .l\.ttorney. Pl.i-:er
execution of all copies, .please return all copies to this office for
coordinating the execution by the Owner. Executed copies will then be
returned for you and your Surety along with the Notice to Proceed,
Submittal of your Insurance Certificate at an early date 'o"lill per:nit work on
the p=oject to begin when th~ Notice to Proceed is issued, ~
Preconstruction Conference will be scheduled after contracts are executed,
I
I
I
Please return an acknowledged copy of this NOTICE Of AWARD to the OWNER.
Dated this
2nd
day of
Mav
, 2000.
I
I
Receipt of the above NOTICE OF
AWARD is hereby acknowledged by
AUGUSTA-RICHMOND COUNTY COMMISSION
AUGUSTA, GEORGIA
By '0<G_(\C~ 1f \lC or \\_~ U tr-vL
T i tl e f LLCi ,,-u 1';"f\ SL4'1Q I' ~Ic ",tbt
IJ ('- I
ACCEPT1\NCE:
I
I
This the I/~" day of /114'1
BY-L..~' tfk~c//c.. r
~,,; ft//;/,., I
" 2000
I
Title
=ZEL,~-~~~-
I
q~Wi-":.1 ~lOh....1oc..:
NOA
I
I
NOTICE TO PROCEED
I
Date
TO:
SOUTH ATLANTIC CONSTRUCTION
HWY. 72 BYPASS WEST
GREENWOOD, SC 29648
I
PROJECT:
GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
I
The Contract for the above work is being signed today by the City of
I
Augusta, Georgia. Two signed copies will be mailed to you promptly.
I
"{ou are hereby notified t'hat the commencement date of work in
accordance with the Agreement dated , and you
I
are to complete the WORK within 180 consecutive calendar days thereafter.
The date of completion of all WORK is therefore
I
CITY OF AUGUSTA, GEORGIA
I
By
Title
I
ACCEPT1\NCE OF NOTICE
I
Receipt of the above NOTICE TO PROCEED.
is hereby acknowledged by
I
this the
day of
By
I
Title
I
I
I
I
9905-03 NTP.doc
NTP-l
I
I
I
CHANGE ORDER
I
Order No
Date
Agreement Date
I
PROJECT:
GROUNDWATER PLANT 3
CONTRACT 3, PLANT FACILITIES
I
OWNER:
CITY OF AUGUSTA, GEORGIA
CONTRACTOR:
SOUTH ATLANTIC CONSTRUCTION
I
The following changes are hereby made to the CONTRACT DOCUMENTS:
I
JUSTIFICATION:
I
I
CHANGE TO CONTRACT PRICE:
I
Original CONTRACT PRICE
$
I
Current: CONTRACT PRICE adj usted
by previous CHANGE ORDERS
$
I
I
The COtlTRACT PRICE due to this
CHANGE ORDER will be (increased)
decrea~;ed) by:
$
New CONTRACT PRICE including this CHANGE ORDER
$
CHANGE TO CONTRACT TIME:
I
The CONTRACT TIME will be (increased) (decreased) by
calendar days.
I
The date for completion of all work will be
(Date) .
Request.ed by
Augusta Utilities Department
I
Recommended by
ZEL Engineers
I
Accepted by
(CONTRACTOR)
I
9905-03 CQ,doc
CO-I
I
I
I.
I
I
I
I
I
I
I
II
I
I
I
I
I
I
..
I
I
GENERAL CONDITIONS
ARTICLE I--DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents
the following terms have the meanings indicated which are applicable to both
the singular and plural thereof:
Addenda-lmy changes, revisions of clarifications of the Contract Documents
which have been duly issued by COUNTY to prospective Bidders prior to the time
of opening of Bids.,
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work
to be pe:rformed: other Contract Documents are attached to the Agreement and
made a part thereof as provided therein.
ApplicaUon for Payment-The form accepted by PROFESSIONAL which is to be used
by CONT~\CTOR in requesting progress or final payments and which is to include
such supporting documentation as is required by the Contract Documents.
Bid-The offer or proposal of the bidder submitted on the prescribed form
setting forth the price(s) for the Work to be performed.
Bonds-Bid, performance and payment bonds and other instruments of security
furnished by CONTRACTOR and its Surety in accordance with the Contract
Document:, .
Change Order--A document recommended by PROFESSIONAL, which is signed by
CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the,
Work, or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
Contract Documents-The Agreement, Addenda (which pertain to the Contract
Documenbs), CONTRACTOR's Bid (including documentation accompanying the Bid
and any post-Bid documentation submitted prior to the Notice of Award) when
attached as an exhibit to the Agreement, the Bonds, these General Conditions,
the Supplementary Conditions, the Plans, Specifications and the Drawings as
the same are more specifically identified in the Agreement, Certificates of
Insurance, Notice of Award, and Change Order duly delivered after execution of
Contract. together with all amendments, modifications and supplements issued
pursuant to paragraphs 3.4 and 3.5 or after the Effective Date of the
Agreemen1: .
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract
Document:3 as stated in the Agreement (subject to the provisions of paragraph
11.9.1 in the case of Unit Price Work) .
Contract Time-The number of days (computed as provided in paragraph 17.2) or
the date stated in the Agreement for the completion of the Work.
CONTRACTOR-The person, firm or corporation with whom OWNER has entered into
the Agre'=ment.
1
I
I.
I
I
I
I
I
I
I
III
I
I
I
I
I
I
..
I
I
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions
of the ~itate of Georgia, the Augusta-Richmond County Commission, and its
authorizl~d designees, agents, or employees.
Day-Either a working day or calendar day as specified in the bid documents. If
a calendar day shall fall on a legal holiday that day will be omitted from the
computation, Legal Holidays: New Year's Day, Martin Luther King Day, Memorial
Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following
Friday, and Christmas Day.
Defectiv,~-An adjective which when modifying the word Work refers to Work that
is unsati.sfactory, faulty or deficient, or does not conform to the Contract
Document:3, or does not meet the requirements of any inspection, reference
standard" test or approval referred to in the Contract Documents, or has been
damaged prior to PROFESSIONAL's recommendation of final payment, unless
responsibility for the protection thereof has been assumed by OWNER at
Substantial Completion in accordance with paragraph 14.8 or 14.10).
Drawings'-The drawings which show the character and scope of the Work to be
performed and which have been prepared or approved by PROFESSIONAL and are
referred to in the Contract Documents.
Effectiw:~ Date of the Agreement-The date indicated in the Agreement on which
it beCOlnes effective, but if no such date is indicated it means the date on
which ,th,O! Agreement is signed by the Mayor of the Augusta, Georgia.
Field Order-A written order issued by PROFESSIONAL that modifies Drawings and
Specifications, but which does not involve a change in the Contract Price or
the Contract Time. '
General Requirements-Sections of Division I of the Specifications.
Laws and
ordinanc.O!s,
Regulations: Laws or
codes and/or orders.
Regulations-Laws.
rules,
regulations,
Notice 0,[ Award-The written notice by OWNER to the apparent successful bidder
stating that upon complii?-nce by the apparent successful bidder with the
conditio,:1s precedent enumerated therein, within the time specified, OWNER
will sign and deliver the Agreement.
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy
to PROFE.sSIONAL) fixing the -.Qate on which the Contract Time will commence to
run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations
under the Contract Documents.
OWNER- A'llgusta, Georgia, and the Augusta-Richmond County Commission.
Partial Utilization-Placing a portion of the Work in service for the purpose
for which it is intended for a related purpose) before reaching Substantial
Completi,:m for all the Work.
Professional-The Architectural/Engineering firm or individual or in-house
licensed person designated to perform the design and/or resident engineer
services for the Work.
2
I
I.
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
Project-The total construction of which the Work to be provided under the
Contract Documents may be the whole, or a part as indicated elsewhere in the
Contract Documents.
Project _~rea-The area within which are the specified Contract Limits of the
improvemf~nts contemplated to be constructed in whole or in part under this
Contract.
Project Manager-The professional in charge, serving COUNTY with
architectural or engineering services, his successor, or any other person
or persons, employed by said COUNTY, for the purpose of directing or having
in chargf~ the work embraced in this Contract.
Resident Project Representative-The authorized representative of PROFESSIONAL
who is a:3signed to the site or any part thereof.
Shop Dralvings-All drawings, diagrams, illustrations, schedules and other data
which are specifically prepared by or for CONTRACTOR to illustrate some
portion of the Work and all illustrations, brochures, standard schedules,
performance charts, instructions, diagrams and other information prepared by a
Supplier and submitted by CONTRACTOR to illustrate material or equipment for
some portion of the Work.
Specifications-Those portions of the Contract Documents consisting of written
technical descriptions of materials, equipment, construction systems,
standard:3 and workmanship as applied to the Work and certain administrative
details applicable thereto. '
Subcontractor-An individual, firm or corporation having a direct contract with
CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of
the Work at the site.
Substant_ial Completion-The Work (or a specified part thereof) has progressed
to the point where, in the opinion of PROFESSIONAL as evidenced by
PROFESSIONAL's definitive certificate of Substantial Completion, it is
sufficiently complete, in accordance with the Contract Documents, so that the
Work (or specified part) can be used for the purposes for which it is
intended, or if there be no such certificate issued, when final payment is due
in accordance with paragraph 14.13. The terms "substantially complete" and
"substantially completed" as applied to any Work refer to Substantial
Completion thereof.
Supplementary Conditions:"The part of the Contract Documents which amends or
supplemer~s these General Conditions.
SupplieruA manufacturer, fabricator, supplier, distributor, materialman or
vendor.
Underground Facili ties-All pipelines, condui ts, ducts, cables, wires,
manholes,: vaults, tanks, tunnels or other such facilities or attachments, and
any encasement containing such facilities which have been installed
underground to furnish any of the following services or materials,
electric:L ty, gases, stearn, liquid petroleum products, telephone or other
cornmun'ications, cable television, sewage and drainage removal, traffic or
other control systems or water.
3
I
I.
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
Unit Price Work-Work to be paid for on the basis of unit prices.
Work-The entire completed construction or the various separately identifiable
parts thE,reof required, to be, furnished under the Contract Documents. Work is
the result of performing services, furnishing labor and furnishing and incor-
porating materials and equipment into the construction, and furnishing
,documents, all as required by the Contract Documents.
Work DirElctive Change-A written directive to CONTRACTOR, issued on or after
the Effe'c:ti ve Date of the Agreement and signed by OWNER and recommended by
PROFESSIONAL, ordering an addition, deletion or revision in the Work, or
respondh.g to differing or unforeseen physical conditions under which the Work
is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under
paragraph 6.22. A Work Directive Change may not change the Contract Price or
the Contract Time, but is evidence that the parties expect that the change
directed or documented by a Work Directive Change will be incorporated in a
subsequen.tly issued Change Order following negotiations by the parties as to
its effec:t, if any, on the Contract Price or Contract Time as provided in
Article 10.
Written j~endment-A written amendment of the Contract Documents, signed by
OWNER and CONTRACTOR on or after the Effective Date of the Agreement and
normally dealing with the non-engineering or nontechnical rather than strictly
Work-related aspects of the Co~tract Documents.
ARTICLE 2-PRELIMINARY MATTERS
De~ivezy of Bonds:
2.1. When CONTRACTOR delivers the executed Agreements to OWNER,
CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be
required to furnish in accordance with these Contract Documents.
Copies 0:1.' Documents:
2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR,
at no COE:t, one (1) complete set of the Contract Documents for execution of
the work. Additional sets of the project manual and drawings and/or
individual pages or sheets of the project manual or drawings will be furnished
by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be
OWNER's standard charges.for_printing and reproduction.
CommenCeJIlent of Contract Time, Notice to Proceed:
2.3. The Contract Time shall commence as established in the' Notice to
Proceed. A Notice to Proceed may be given at any time after the Effective Date
of the Contract.
Starting the Project:
- 2.4. CONTRACTOR shall begin the Work on the date the Contract Time
commences. No Work shall be done prior to the date on which the Contract Time
commences. Any Work performed by CONTRACTOR prior to date on which Contract
Time commences shall be at the sole risk of'CONTRACTOR.
4
I
I.
I
I
I
I
I
I
I
1'1
I
I
I
I
I
I
..
I
I
Before S'tarting Construction:
2.5. Before undertaking each part of the Work. CONTRACTOR shall
carefully study and compare the Contract Documents and check and verify
pertinent figures shown thereon and all applicable field measurements.
CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict,
error, a:mbiguity, or discrepancy which CONTRACTOR may discover and shall
obtain a written interpretation or clarification from PROFESSIONAL before
proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER
for failure to report any conflict, effort, ambiguity or discrepancy in the
Contract Documents, if CONTRACTOR knew or reasonably should have known
thereof.
2.6. Within ten days after the Effective Date of the Agreement unless
otherwise specified in the General Requirements), CONTRACTOR shall submit to
PROFESSIONAL AND PROJECT MANAGER for review:
2.6.1. an estimated progress schedule indicating the starting and
completion dates of the various stages of the Work:
2.6.2. a preliminary schedule of Shop Drawing and Sample submissions:
and
2.6.3. a preliminary schedule of values for all of the Work which will
include (~antities and prices of items aggregating the Contract Price and will
subdivide the Work into component parts in sufficient detail to serve as the
basis for progress payments during construction. Such prices will include an
appropriate amount of overhead and profit applicable to each item of Work
which will be confirmed in writing by CONTRACTOR at the time of submission.
2. ~r. Before any Work at the site is started, CONTRACTOR shall deliver
to OWNEH, with copies to each additional insured identified in the
Supplementary Conditions, an original policy or certified copies of each
insurance policy (and other evidence of insurance which COUNTY may reasonably
request) which CONTRACTOR is required to purchase and maintain in accordance
with Article 5.
Pre-cons1:ruction Conference:
2.B. Before any Work at the site is started, a conference attended by
CONTRACTOR, Project Manager, Professional and others as appropriate will be
held to establish -- a working understanding among
the parties as to the Work and to discuss the schedules referred to in 2.6,
procedurE!s for handling Shop Drawings and other submittals, processing
applications for payment and maintaining required records.
Finalizizlg Schedules:
2.9. At least ten days before submission of the first Application for
Payment a conference attended by CONTRACTOR, PROFESSIONAL and Project Manager
and othel:s as appropriate will be held to finalize the schedules submitted in
accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10)
calendar days to make corrections and adjustments and to complete and
resubmit the schedules. No progress payment shall be made to CONTRACTOR until
5
I
I.
I
I
I
I
I
I
I
--
I
I
I
I
I
I
~
I
the schedules are submitted to and acceptable to proj ect Manager and
PROFESSIONAL as provided below. The finaliz,ed progress schedule will be
acceptable to Proj ect Manager and PROFESSIONAL as providing an orderly
progression of the Work to completion within any specified Milestones and the
Contract Time, but such acceptance will neither impose on PROFESSIONAL
responsibility for the sequencing, scheduling or progress of the Work nor
interfere with or relieve CONTRACTOR from full responsibility therefor, The
finalized schedule of Shop Drawing submissions and Sample submissions will be
acceptab:~e to PROFESSIONAL as providing a workable arrangement for reviewing
and proc'~ssing the submissions. CONTRACTOR's schedule of values shall be
approved by PROFESSIONAL as to form and substance.
CONTRACTOR, in addition to preparing an initially acceptable schedule,
shall be responsible for maintaining the schedule, including updating
schedule, Schedule updates shall include progression of work as compared to
scheduled progress on work. Schedule updates shall accompany each pay
request.
ARTICLE 3-CONTRACT DOCUMENTS; INTENT,
AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire agreement between OWNER
and,CONTF~CTOR concerning the Work. The Contract Documents are complementary:
what is called for by one is as binding as if called for by all. The Contract
DocumentE: will be construed in accordance with the law of the State of
Georgia.
3.2. It is the intent of the Contract Documents to describe a
functiona,lly complete Project (or part thereof) to be constructed in
accordance with the Contract Documents. Any Work, materials or equipment that
may reasonably be inferred from the Contract Documents or from prevailing
custom OI: trade usage as being required to produce the intended result will be
supplied whether or not sp~cifically called for. When words or phrases which
have a well-known technical or construction industry or trade meaning are used
to describe Work, materials or equipment, such words shall be interpreted in
accordance with that meaning.
3.3. Except as otherwise specifically stated in the Contract Documents
or as may be provided by amendment or supplement thereto issued by one of the
methods indicated in 3.6 or 3.7, the provisions of the Contract Documents
shall take precedence 'in -resolving any conflict, error, ambiguity or
discrepancy between the provisions of the Contract Documents and the
provisions of any such standard, specification, manual, code or instruction
(whether or not specifically incorporated by reference in the Contract
Documents)and the provisions of any. such Laws or Regulations application to
the performance of the Work (unless such an interpretation of the provisions
of the Contract Documents wou.1d result in violation of such Law or
Regulation). Clarifications and' interpr.etations of the Contract Documents
shall be issued by PROFESSIONAL as provided in paragraph 9.4.
3.4. Reference to stand~rds, specifications, manuals or 'codes of any
technical society, organization or association, or to the Laws or Regulations
of any governmental authority, whether such reference be specific or by
6
I
I.
I
I
I
I
I
I
I
--
I
I
I
I
I
I
~
I
implication, shall mean the latest standard, specification, manual, code or
Laws or Regulations in effect at the time of opening of Bids (or, on the
Effective Date of the Agreement if there were no Bids), except as may be
otherwisEl specifically stated in the Contract Documents.
3.5. If, during the performance of the Work, CONTRACTOR discovers any
conflict, error, ambiguity or discrepancy within the Contract Documents or
between the Contract Documents and any provision of any such Law or Regulation
applicable to the performance of the Work or of any such standard,
specification, manual or code or of any instruction of any Supplier referred
to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and
before proceeding with the Work affected thereby shall obtain a written
interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall
not be liable to OWNER or PROFESSIONAL for failure to report any conflict,
error amlliguity or discrepancy in the Contract Documents unless CONTRACTOR had
actual knowledge thereof or should reasonably have known thereof.
Amending and Supplementing Con'!=ract Documents:
3.6. The Contract Documents may be amended to provide for additions.
deletion~; and revisions in the Work or to modify the terms and conditions
thereof in one or more of the following ways: '
3.6.1. a formal Written Amendment,
3.6.2. a Change Order (pursuant to paragraph 10.3), or
3.6.3. a Work Directive Change (pursuant to paragraph 10.4).
As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may
only be changed by a Change Order or a Written Amendment.
3.7. In addition. the requirements of the Contract Documents may be
supplemented, and minor variations and deviations in the Work may be
authorized, in one or more of, the following ways:
3.7.1. a Field Order (pursuant to paragraph 9.5).
3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to
paragraphs 6.24 and 6.26), or
3.7.3. PROFESSIONAL's written interpretation or certification (pursuant
to paragraph 9.4).
Reuse or documents:
3. E:. Neither CONTRACTOR nor any Subcontractor or Supplier or other
person or organization performing or furnishing any of the Work under a direct
or indirect contract with OWNER shall have or acquire any title to or
ownership rights in any of the Drawings, Specifications or other documents
(or COpiElS oil any thereof) prepared by or bearing the seal of PROFESSIONAL or
PROFESSIONAL's consultant; and they shall not reuse such Drawings,
Specifications or other documents (or copies of any thereof) on extensions of
the Project or any other project without written consent of OWNER and
PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL.
7
I
I-
.
I
I
I
I
I
I
I
--
I
I
I
I
I
I
~
I
ARTICLE 4-AVAILABILITY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
Availabi~~i ty of Lands:
4.J... OWNER shall furnish as indicated in the Contract Documents, the
lands upon which the Work is to be performed, rights-of-way and easements for
access thereto, and such other lands which are designated for the use of CON-
TRACTOR. Necessary easements or rights-of-way will be obtained and expenses
will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on
entitlemEmt to or the amount or extent of any adjustments in the Contract
Price or the Contract Times as a result of any delay in OWNER's furnishing
these lands, rights-of-way or easements, the CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for
all additional lands and access thereto that may be required for temporary
construction facilities or storage of materials and equipment.
Physical Conditions:
4.;~.1. Explorations and Reports: Reference is made to the Supplementary
Conditions for identification of those reports of explorations and tests of
subsurface conditions at or contiguous to the site that have been utilized in
preparin9 the Contract Documents, and those drawings of physical conditions in
or relating to existing surface or subsurface structures at or contiguous to
the site (except Underground Facilities) that have been utilized in preparing
the Contract Documents.
4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical
data" contained in such reports and drawings. Such "technical data" is
identified in the Supplementary Conditions, Except for such reliance on such
"technical data," CONTRACTOR may not rely upon or make any claim against
OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to:
4.;~. 2.1. the completeness of such reports and drawings, for CONTRACTOR 's
purposes, including" but not limited to, any aspects of the means, methods,
techniques, sequences and procedures of construction to be employed by
CONTRACTOR and safety precautions and programs incident thereto, or
4.;~.2.2. other data, interpretations, opinions and information contained
in such reports or shown or indicated in such drawings, or
4 .;~ . 2.3. any CONTRACTOR interpretation of or conclusion drawn from any
"technical data" or any such--data, interpretations, opinions or information.
4.;~.3. 'If conditions are encountered, excluding existing utilities, at
the site which are (1) subsurface or otherwise concealed physical conditions
which differ materially from those indicated in the Contract Documents or (2)
unknown physical conditions of an unusual nature, which differ materially from
those ordinarily found to exist and generally recognized as inherent in
construction activities of the character provided. for in the Contract
Document!>, then CONTRACTOR shall give COUNTY notice thereof promptly before
conditimls are disturbed and in no event later than 48 hours after first
observance of the conditions.
8
I
I
.
I
I
I
I
I
I
I
.
I
I
I
I
I
I,
I
II
I
4.2.4. The Project Manager and PROFESSIONAL shall promptly investigate
such conditions, and, if they differ materially and cause an increase or
decrease in CONTRACTOR's cost of, or time required for, performance of any
part of the Work, the Project Manager and PROFESSIONAL shall recommend an
equitabll~ adjustment in the Contract Price or Contract Time, or both. If the
Project I~anager and PROFESSIONAL determines that the conditions at the Site
are not Inaterially different from those indicated in the Contract Documents or
are not Inaterially different from those ordinarily found and that no change in
the terms of the Contract is justified, the PROFESSIONAL shall notify
CONTRACTOR of the determination in writing. The Work shall be performed after
direction is provided by the PROFESSIONAL.
Physical Conditions-Underground Facilities:
4.3.1. Shown or Indicated: The information and data shown or indicated
in the Contract Documents with respect to existing Underground Facilities at
or contiquous to the site is based on information and data furnished to OWNER
or PROFESSIONAL by OWNERs of such Underground Facilities or by others. Unless
it is otherwise expressly provided in the Supplementary Conditions:
4. 3 ~ 1. 1. OWNER and PROFESSIONAL shall not be responsible for the
accuracy or completeness of any such information or data: and
4.:3 .1. 2. The cost of all of the following will be included in the
Contract Price and CONTRACTOR shall have full responsibility for reviewing and
checking all such information and data. for locating all Underground
FacilitiHs shown or indicated in the Contract Documents. for coordination of
the Work with the OWNERs of such Underground Facilities during construction.
for the safety and protection thereof as provided in paragraph 6.20 and
repairinq any damage thereto resulting from the Work, the cost of all of which
will be considered as having been included in the Contract Price.
4.:3.2. Not Shown or Indicated. If an 'Underground Facility is uncovered
or revealed at or contiguous to the site which was not shown or indicated in
the Cont:ract Documents and which CONTRACTOR could not reasonably have been
expected to be aware of, CONTRACTOR shall, promptly after becoming aware
thereof and before performing any Work affected thereby except in an emergency
as permitted by paragraph 6.22), identify the owne'r of such Underground
Facility and give written notice thereof to that owner and to OWNER and
PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to
determine he extent to which the Contract Documents should be modified to
reflect .and document the consequences of the existence of the Underground
Facility" and the Contract D09uments will be amended or supplemented to the
extent necessary. During such time, CONTRACTOR shall be responsible for the
safety and protection of such Underground Facility as provided in paragraph
6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an
extension of the Contract Time, or both, to the extent that they are
attributable to the existence of any Underground Facility that was not shown
or indicated in the Contract Documents and which CONTRACTOR could not
reasonably have been expected to be aware of. If the parties are unable to
agree as to the amount or length thereof, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
9
I
..
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
f
,I
ReferenCEI Points:
4.4. OWNER shall provide Engineering surveys to establish reference
points for construction which in PROFESSIONAL's judgment are necessary to
enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible
for laying out the Work (unless otherwise specified in the General
Requirements), shall protect and preserve the established reference points and
shall make no changes or relocations without the prior written-approval of
OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point
is lost or destroyed or requires relocation because of necessary changes in
grades OI' locations, and shall be responsible for the accurate replacement or
relocatic,n of such reference points by professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4. :' COUNTY shall be responsible for any Asbestos, PCBs, Petroleum,
Hazardous Waste or Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work and which may
present .3. substantial danger to persons or property exposed thereto in
connectic,n with the Work at the site. COUNTY shall not be responsible for any
such mate,rials brought to the site by CONTRACTOR, Subcontractor, Suppliers or
anyone else for whom CONTRACTOR is responsible.
4.E; CONTRACTOR shall immediately: (i) stop all work in connection with
such hazardous condition and in any area affected thereby (except in an
emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and
thereafte,r confirm such notice in writing). OWNER shall promptly consult with
PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert
to evaluate such hazardous condition or take corrective action, if any,
CONTRACTOR shall not be required to resume Work in connection with such
hazardou::: condition or in any such affected area until after OWNER has
obtained any required permits related thereto and delivered to CONTRACTOR
special trritten notice (i) specifying that such condition and any affected
area is or has been rendered safe for the resumption of Work, or (ii)
specifyir.:g any special conditions under which such Work may be resumed safely.
If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or
extent of an adjustment, if any, i~ Contract Price or Contract Times as a
result of' such Work stoppage or such special conditions under which Work is
agreed by CONTRACTOR to be resumed, either party may make a claim therefor as
provided in Articles 11 and 12.
4.7 If after receipt of such special written notice, CONTRACTOR does
not agreE: to resume such Work based on a reasonable belief it is unsafe, or
does not agree' to resume such Work under such special conditions, then
CONTRACTOR may order such portion of the Work that is in connection with such
hazardous conditions or in such affected area to be deleted from the Work. If
COUNTY and CONTRACTOR cannot agree as to entitlement to or the amount or
extent of an adjustment, if any, in Contract Price or Contract Times as a
result of deleting such portion of the, Work, then either party may make a
claim therefor as provided in Articles 11 and 12. COUNTY may have such
deleted I)Ortion of the Work performed by COUNTY's own forces or others in
accordance with Article 8.
4.7.1 The provisions of 4.2 and 4.3 are not 'intended to apply to
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered
or revealed at the site.
10
I
~.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
{'
I
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an
'amount a'c least equal to the Contract Price as Security for the faithful
performance and payment of all CONTRACTOR's obligations under the Contract
DocumentEi. These Bonds shall remain in effect at least until one year after
the date when final payment becomes due, except as otherwise provided by Law
or Regulation or by the Contract Documents. CONTRACTOR shall also furnish
such other Bonds as are required by the Supplementary Conditions. All Bonds
shall be in the forms prescribed by Law or Reputation or by the Contract
DocumentEi and be executed by such sureties as are named in the current list of
"CompaniE!s Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570
(amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department.
All BondE; signed by an agent must be accompanied by a certified copy of the
authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.~:.1 All bonds and insurance required by the Contract Documents to be
purchased and maintained by CONTRACTOR shall be obtained from surety or
insurance companies that are duly licensed or authorized in the State of
Georgia to issue bonds or insurance policies for the limits and coverages so
required. All bonds signed by an agent must be accompanied by a certified
copy of c~uthority to act. Such surety and insurance companies shall also meet
such additional requirements and qualifications as may be provided in the
Supplementary Conditions.
5. ;;;: .2. CONTRACTOR shall deliver to OWNER, with copies to each
additional insured identified in 5.3, an original or a certified copy of the
complete insurance policy for each policy required, certificates of insurance
(and other evidence of insurance requested by OWNER or any other additional
insured) which CONTRACTOR is required to purchase and maintain in accordance
with 5.3.
5.;;;:.3. If the surety on any Bond furnished by CONTRACTOR is declared a
bankrupt or becomes insolvent or its right to do business is terminated in any
state where any part of the Project is located or it ceases to meet the
requireme,nts of paragraph 5.1. CONTRACTOR shall wi thin five days thereafter
substitut,e another Bond and Surety, both of which must be acceptable to OWNER.
CONTRACTOR's Liability Insurance:
5.~;. CONTRACTOR shall purchase and maintain such comprehensive general
liability and other insurance as is appropriate for the Work being performed
'and furnished and as will provide protection from claims set forth below which
may arise out of or result from CONTRACTOR's performance and furnishing of the
Work and CONTRACTOR's other obligations under the Contract Documents, whether
it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by
anyone directly or indirectly employed by any of them to perform or furnish
any of the Work, or by anyone for whose acts any 'of them may be liable:
11
I
I.
I
I
I
I
I
I
I
.
I
I
I
I.
I
I
I
('
I
5.:3.1. Claims under workers' or workmen's compensation. disability
benefits and other similar employee benefit acts;
5.:3.2. Claims for damages because of bodily injury, occupational
sickness or disease, or death of CONTRACTOR's employees;
5.3.3. Claims for damages because of bodily injury, sickness or disease,
or death of any person other than CONTRACTOR's employees;
5.3.4. Claims for damages insured by personal injury liability coverage
which are sustained (a) by any person as a result of an offense directly or
indirectJ_y related to the employment of such person by CONTRACTOR, or (b) by
any other person for any other reason;
5..3.5. Claims for damages, other than to the Work itself, because of
injury to or destruction of tangible property wherever located, including
loss of use resulting therefrom;
5.:1.6. Claims arising out of operation of Laws or Regulations for
damages because of bodily injury or death of any person or for damage to
property; and
5.:1.7. Claims for damages because of bodily inj ury or death of any
person or property damage arising out of the ownership, maintenance or use of
any motor vehicle.
The insurance required by this paragraph 5.3 shall include the specific
coverage~; and be written for not less than the limits of liability and
coverage~i provided in the Supplementary Conditions, or required by law,
whichever is greater. The comprehensive general liability insurance shall
include completed operations insurance. All of the policies of insurance so
required to be purchased and maintained lot the certificates or other evidence
thereof) shall contain a provision or endorsement that the coverage afforded
will not be canceled, materially changed or renewal refused until at least
thirty days' prior written notice has been given to OWNER and PROFESSIONAL by
certifiecl mail. All such insurance shall remain in effect until final payment
and at all times thereafter when CONTRACTOR may be correcting, removing or
replacin9 defective Work in accordance with paragraph 13.12. In addition,
CONTRACTOR shall maintain such completed operations insurance for at least two
years aft:er final payment and furnish OWNER with evidence of continuation of
such insurance at final payment and one veal thereafter.
Cont:ractt:la~ Liabi~i ty Insurance:
5.4. The comprehensive general liability insurance required by paragraph
5.3 will include contractual liability insurance applicable to CONTRACTOR's
obligations under paragraphs, 6.32 and 6.33.
Owner's l;iabili ty Insurance:
5.~,. OWNER shall be responsible for purchasing and maintaining OWNER's
own liability insurance, and/or Risk Retention Program, and,. at OWNER's
option, rrlay purchase and maintain such insurance as will protect OWNER against
claims which may arise from operations under the Contract Documents.
12
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
~
I
Property Insurance:
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER
shall pUJ:chase and maintain property insurance upon the Work at the site to
the full insurable value thereof (subject to such deductible amounts as may be
provided in the Supplementary Conditions or required by Laws and Regulations) .
This insurance shall include the interests of OWNER, CONTRACTOR,
Subcontractors, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all
of whom shall be listed as insureds or additional insured parties, shall
insure aqainst the perils of fire and extended coverage and shall include "all
risk" insurance for physical loss and damage including theft, vandalism and
maliciou~; mischief, collapse and water damage, and such other perils as may be
provided in the Supplementary Conditions, and shall include damages, losses
and expenses arising out of or resulting from any insured loss or incurred in
the repair or replacement of any insured property (including but not limited
to fees and charges of PROFESSIONAL's, architects, attorneys and other
PROFESSIONAL's). If not covered under the "all risk" insurance or otherwise
provided in the Supplementary Conditions, CONTRACTOR shall purchase and
maintain similar property insurance on portions of the Work stored on and off
the site or in transit when such portions of the Work are to be included in an
Application forPayrnent.
5. i' . OWNER shall purchase and maintain such boiler and machinery
insurancE~ or additional property insurance as may be required by the
Supplementary Conditions or Laws and Regulations which will include the
interest~: of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND
PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured
or additional insured parties.
5. B. All the policies of, insurance (or the certificates or other
evidence thereof) required to be purchased and maintained by OWNER in
accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement
that the coverage afforded will not be canceled or materially changed or
renewal I:efused until at least thirty days prior written notice has been given
to CONTRACTOR by certified mail and will contain waiver provisions in
accordance with paragraph of 5.11.2.
5.9. OWNER shall not be responsible for purchasing and maintaining any
property insurance to protect the Interests of CONTRACTOR, Subcontractors or
others in the Work to the extent of any deductible amounts that are provided
in the t::upplementary Conditions. The risk of loss within the deductible
amount, Hill be borne by CONTRACTOR, Subcontractor or others suffering any
such los~; and if any of them wishes pr~perty insurance coverage within the
limits of such amounts, each may purchase and maintain it at the purchaser's
own expense.
5.10. If CONTRACTOR requests in writing that other special insurance be
included in the property insurance policy, OWNER shall, if possible, include
such insurance, and the cost thereof will be charged to CONTRACTOR by
appropriatte Change Order or Written Amendment. Prior to commencement of the
Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such
other im:urance has been procured by OWNER.
13
I
I.
I
I
I
I
I
I
I
..
I
I
I
I
I
I
I'
f
I
Wai ver o;e Righ ts :
5.11.1. OWNER and CONTRACTOR waive all rights against each other for
all losses and damages caused by any of the perils covered by the policies of
insurance provided in response to paragraphs 5.6 and 5.7 and other property
insurancE~ applicable to the Work, and also waive all such rights against the
Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties
named as insureds in such policies for losses and damages so caused. As
required by paragraph 6.11. each subcontract between CONTRACTOR and a
Subcontractor will contain similar waiver provisions by the Subcontractor in
favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all
other parties named as insureds. None of the above waivers shall extend to the
rights that any of the insured parties may have to the proceeds of' insurance
held by OWNER as trustee or otherwise payable under any policy so issued.
5.U.2. OWNER and CONTRACTOR intend that policies provided in response
to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide
primary coverage for all losses and damages caused by the perils covered
thereby. Accordingly, all such policies shall contain provisions to the effect
that in the event of payment of any loss or damage the insurer will have no
rights 0:: recovery against any of the parties named as insureds additional
insureds, and if the insurers require separate waiver forms to be signed by
PROFESSIONAL or PROFESSIONAL's consultant OWNER will obtain the same, and if
such waiver forms are required of any Subcontractor, CONTRACTOR will obtain
the same.
Receipt cll1d Applica tion or Proceeds:
5.12. Any insured loss under the policies of insurance required by
paragraphs 5.6 and 5.7 will be adjusted ,with OWNER and made payable to OWNER
as trustee for the insureds, as their interests may appear, subject to the
requirememts of any applicable mortgage clause and of paragraph 5.13. OWNER
shall deposit in a separate account any money so received, and shall
distribut:e it in accordance with such agreement as the parties in interest may
reach. 1:: no other special agreement is reached the damaged Work shall be
repaired or replaced, the moneys so received applied on account thereof and
the Work and the cost thereof covered by an appropriate Change Order or
Written 1~endment.
Receipt cLZld Applica tion of Insurance Proceeds
5.13. OWNER as trustee shall have power to adjust and settle any loss
with the insurers unless one of the parties in interest shall object in
writing \-rithin fifteen days. after the occurrence of loss to OWNER's exercise
of this power. If such objection be made, OWNER as trustee shall make set-
tlement \-rith the insurers in accordance with such agreement as the parties in
interest may reach. If required in willing by any party in interest, OWNER as
trustee :3hall, upon the occurrence of an insured loss, give bond for the
proper performance of such duties.'
14
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
~
I
Acceptanc:e of Insurance:
5.14. If OWNER has any objection to the coverage afforded by or other
provisions of the insurance required to ,be purchased and maintained by
CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not
complyin9 with the Contract Documents, OWNER shall notify CONTRACTOR in
writing t:hereof within ten days of the date of delivery of such certificates
to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to
the coverage afforded by or other provisions of the policies of insurance
required to be purchased and maintained by OWNER in accordance with paragraphs
5.6 and ~i.7 on the basis of their not complying with the Contract Documents,
CONTRACTOR shall notify OWNER in writing thereof within ten days of the date
of delive:ry, of such certificates to CONTRACTOR in accordance with paragraph
2.7. OWNER and CONTRACTOR shall each provide to the other such additional
information in respect of insurance provided by each as the other may
reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of
objection within the time provided shall constitute acceptance of such insur-
ance purchased by the other as complying with the Contract Documents.
Partia~ [Tti~ization-Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a portion or
portions of the Work prior to Substantial Completion of all the Work, such use
or occupcmcy may be accomplished in accordance with paragraph 14.10; provided
that no ~:uch use or occupancy shall commence before the insurers providing the
property insurance have acknowledged notice thereof and in writing effected
the chanqes in coverage necessitated thereby. 'The insurers providing the
property insurance shall consent by endorsement on the policy or policies, but
the property insurance shall not be canceled or lapse on account of any such
partial use or occupancy.
Indemnif.i.cation
5.16.1. CONTRACTOR shall indemnify and hold harmless COUNTY and its
employee~: and agents from and against all liabilities, claims, suits, demands,
damages, losses, and expenses, including attorneys' fees, arising out of or
resultin~i from the performance of its Work, provided that any such liability,
claim, suit, demand, damage, loss, ,or expense (a) is attributable to bodily
injury, ~:ickness, disease or death, or injury to or destruction of tangible
property, including the loss of use resulting therefrom and (b) is caused in
whole or in part by an act or omission of CONTRACTOR, any Subcontractor,
anyonE::! directly or indirectly employed by and of them, or anyone for whose
acts any of them may be liable, whether or not it is caused in whole or in
part by the negligence or other fault of a party indemnified hereunder.
5.16.2. In any and all claims against COUNTY or any of its agents or
employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may
be liable:, the indemnification obligation under the previous paragraph shall
not be li.mited in anyway as to the amount or type of damages, compensation or
benefits payable by or for CONTRACTOR or any SUBCONTRACTOR ,under workmen's
compensation acts, disability benefit acts, or other employee benefit acts.
15
I
l.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
f
I
5.16.3. CONTRACTOR shall indemnify and hold harmless COUNTY and anyone
directly or indirectly employed by it from and against all claims, suits,
demands, damages, losses expenses (including attorney's fees) arising out of
any infringement or patent or copyrights held by others and shall defend all
such claims in connection with any alleged infringement of such rights.
ARTICLE 6 - CONTRACTORS RESPONSIBILITIES
6.1. CONTRACTOR shall supervise and direct the Work competently and
efficient:ly, devoting such attention thereto and applying such skills and
expertiSE! as may be necessary to perform the Work in accordance with the
Contract Documents. CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences and procedures of construction, but CONTRACTOR
shall not be responsible for the negligence of others in the design or
specification of a specific means, method, technique, sequence or procedure of
construct:ion which is shown or indicated in and expressly required by the
Contract Documents. CONTRACTOR shall be responsible to see that the finished
Work complies accurately with the Contract Documents.
6.;~. CONTRACTOR shall keep on the Work at all times during its progress
a competent resident superintendent, who shall not be replaced without whiten
notice to OWNER .and PROFESSIONAL except under extraordinary circumstances. The
superintendent will be CONTRACTOR's representative at the site and shall have
authority to act on behalf of CONTRACTOR. All communications to the
superintendent shall be as binding as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably qualified personnel
to survey and layout the Work and perform construction as required by the
Contract Documents. CONTRACTOR shall at all times maintain good discipline and
order at the site. Except in connection with the safety or protection of
persons or the Work or property at the site or adjacent thereto, and except as
otherwise indicated in the Contract Documents, all Work at the site shall be
performe<j during regular working hours, and CONTRACTOR will not permit evening
work or the performance of Work on Saturday, Sunday or any legal holiday
without OWNER's written consent given after prior written notice to
PROFESSIONAL.
6.,~. Unless otherwise specified in the General Requirements, CONTRACTOR
shall furnish and assume full responsibility for all materials, equipment,
labor, transportation, construction equipment and machinery, tools,
applianc'~s, fuel, power, light, heat, telephone, water, sanitary facilities,
temporar:v facilities and all other facilities and incidentals whether
temporary or permanent necessary for the execution, testing, initial
operation, and completion of the Work as required by the Contract Documents.
6.5. All materials and equipment shall be of good quality and new,
except as otherwise provided m the Contract Documents. If required by
PROFESSIONAL, CONTRACTOR shall furnish satisfactory, evidence including
reports of required tests) 'as to the' kind and quality of materials and
equipment. All materials and equipment 'shall be applied, installed, connected,
erected, used, cleaned and conditioned in accordance with the instructions of
the applicable Supplier except as otherwise provided in the Contract
Documents; but no provision of any such instructions will be effective to
16
I
~.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
('
I
assign t,:) PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or
employee~:, any duty or authority to supervise or direct the furnishing or
performance of the Work or any duty or authority to undertake responsibility
contrary to the provisions of paragraph 9.14 or 9.15.
Adjustin~r Progress Schedu~e:
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the
extent indicated in paragraph 2.9) adjustments in the progress schedule to
reflect the impact thereon of new developments; these will conform generally
to the progress schedule then in effect and additionally will comply with any
provisions of the General Requirements applicable thereto.
Substi tut:es or "Or-Equa~" Items:
6.7.1. Whenever materials or equipment are specified or described in
the Contract Documents by using the name of a proprietary item or the name of
a particular Supplier the naming of the item is intended to establish the
type, function and quality required. Unless the name is followed, by words
indicating that no substitution is permitted, materials or equipment of other
Supplier~: may be accepted by PROFESSIONAL if sufficient information is
submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material
or equipment proposed is equivalent or equal to that named. The procedure for
review by PROFESSIONAL will include the following as supplemented in the
General F~equirements. Requests for review of substitute items of material and
equipment: will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of
material or equipment, CONTRACTOR shall make written application to
PROFESSIONAL for acceptance thereof, certifying that the proposed substitute
will perform adequately the functions and achieve the results called for by
the general design, be similar and of equal substance to that specified and be
suited to the same use as that specified. The application will state that the
evaluation and acceptance of the proposed substitute will not prejudice
CONTRACTOR's achievement of Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work will require a change in any
of the Contract Documents (or in the provisions of any other direct contract
with OWNJ~R for work on the Project) to adapt the design to the proposed
substitut:e and whether or not incorporation or use of the substitute in
connectic.n with the Work is subje'ct to payment of any license fee or royalty.
All variations of the proposed substitute from that specified will be
identifie!d in the application and available maintenance, repair and
replacememt service will be indicated. The application will also contain an
itemized estimate of all costs that will result directly or indirectly from
acceptance of such substitute, including costs of redesign and claims of other
contractors affected by the resulting change, all of which shall be considered
by PROFESSIONAL ,In evaluating the proposed substitute, PROFESSIONAL may
require CONTRACTOR to furnish at CONTRACTOR's expense additional data about
the proposed substitute.
6.1'.2. If a specific means, method, technique, sequence or procedure of
construction is indicated in or required by the Contract Documents, CONTRACTOR
may furnish or utilize a substitute means, method, sequence, technique or
proCedUrE! of construction acceptable to PROFESSIONAL, if CONTRACTOR submits
sufficient information to allow PROFESSIONAL to determine that the substitute
proposed is equivalent to that indicated or required by the Contract
Document~;. The procedure for review by PROFESSIONAL will be similar to that
17
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
~
I
provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be
supplemented in the General Requirements.
6.7.3. PROFESSIONAL will be allowed a reasonable time within which to
evaluate each proposed substitute. PROFESSIONAL will be the sole judge of
acceptability and no substitute will be ordered, installed or utilized without
PROFESSIONAL's prior written acceptance which will be evidenced by either a
Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to fur-
nish at CONTRACTOR's expense a special performance guarantee or other surety
with respect to any substitute. PROFESSIONAL will record time required by
PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in the Contract Documents
occas ionE~d thereby. Whether or not PROFESSIONAL accepts a proposed substitute.
CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and
PROFESSIONAL's consultants for evaluating each proposed substitute.
Concernizlg Subcontractors. Suppliers and Others:
6.E:.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other
person or organization (including those acceptable to OWNER and PROFESSIONAL
as indic,3.ted in paragraph 6.8.2). whether initially or as a substitute,
against ~rhom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR
shall not be required to employ any Subcontractor, Supplier or other person or
organization to furnish or perform any of the Work against whom CONTRACTOR has
reasonabl,e objection.
6.E:.2. If the Supplementary Conditions require the identity of certain'
Subcontrc,ctors, Suppliers or other persons or organizations including those
who are t,o furnish the principal items of materials and equipment to be sub-
mitted to OWNER in advance of the specified date prior to the Effective Date
of the A9reement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR
has submitted a list thereof in accordance with the Supplementary Conditions,
OWNER's or PROFESSIONAL I S acceptance (either in writing or by failing to make
written c1bjection thereto by the date indicated for acceptance or objection in
the bidding documents or the Contract Documents) of any such Subcontractor,
Supplier or other person or organization so identified may be revoked on the
basis of reasonable objection after due Investigation, in which case
CONTRACTOR shall submit an acceptable substitute, the Contract Price will be
increased by the difference ,n the cost occasioned by such substitution and an
appropria.te Change Order will be issued or Written Amendment signed. No
acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver of any right of OWNER
or PROFE~:SIONAL to rej ect defective Work.
6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL
for all a,cts and omissions of the Subcontractors, Suppliers and other persons
and organizations performing or furnishing any of the Work under a direct or
indirect contract with CONTRACTOR just as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall
create any contractual relationship between OWNER or PROFESSIONAL and any such
Subcontractor, Supplier or other person or organization, nor shall it create,
any obli9ation on the part,. of OWNER or PROFESSIONAL to payor to see to the
payment of any moneys due any such Subcontractor, Supplier or other person or
organization except as may otherwise be required by Laws and Regulations.
18
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
~
I
6.10. The divisions and sections of the Specifications and the
identifications of any Drawings shall not control CONTRACTOR in dividing the
Work amoLg Subcontractors or Suppliers or delineating the Work to be performed
by any specific trade.
6.11. All Work performed for CONTRACTOR by a Subcontractor will be
pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor
which specifically binds the Subcontractor to the applicable terms and
conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL
and conta,ins waiver provisions as required by paragraph 5.11. CONTRACTOR shall
pay each Subcontractor a just share of any insurance moneys received by
CONTRACTOR on account of losses under policies issued pursuant to paragraphs
5.6 and :.7.
Patent FEteS and Royalties:
6.12. CONTRACTOR shall pay all license fees and royalties and assume
all costs incident to the use in the performance of the Work or the
incorpora.tion in the Work of any invention, design, process, product or device
which is the subj ect of patent rights or copyrights held by others.
CONTRACTOR Shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone
directly or indirectly employed by either of them from and against all claims,
damages, losses and expenses including attorneys' fees and court and
arbitrati.on costs arising out of any infringement of patent rights or
copyright.s incident to the use in the performance or the Work or, resulting
from the incorporation in the Work of any invention, design, process, product
or devicE: not specified in the Contract Documents, and shall defend all such
claims in, connection with any alleged infringement of such rights.
Permits:
6.13. CONTRACTOR shall obtain and pay for all construction permits,
licenses, governmental charges and inspection fees, and all public utility
charges which are applicable and necessary for the execution of the Work. All
permit costs shall be included in the base bid. Permits, if any that are
provided and paid for by OWNER are listed in the Supplementary Conditions. Any
delays aBsociated with the permitting process will be considered for time
extensions only and no damages or additional compensation for delay will be
allowed.
Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and comply with all Laws and
Regulatie,ns applicable to furnishing and performance of the Work. Except where
otherwisE: expressly required by applicable Laws and Regulations, neither OWNER
nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance
with any Laws or Regulations.
6.14.2. If CONTRACTOR observes that any of the Contract Documents
are contradictory to such laws, rules, and regulations, it will notify the
Project Hanager promptly in writing. Any I1ecessary changes shall then be
adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that
it knows or should have known to be contrary to such laws, ordinances, rules,
and regulations and without such notice to the Project Manager, it shall bear
all related costs.
19
I
I.
I '
I
I
I
I
I
I
.
I
I
I
I
I
I
I
f
I
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar
taxes required to be paid by CONTRACTOR in accordance with the Laws and
Regulations of the place of the proj ect which are applicable during the
performance of the Work.
Use of P~:emises:
6.16. CONTRACTOR shall confine construction equipment, the storage of
materials: and equipment and the operations of workers to the Project site and
land and areas identified in and permitted by the Contract Documents and other
land and areas permitted by Laws and Regulations, rights-of-way, permits and
easement~:. CONTRACTOR shall not unreasonably encumber the premises with
construction equipment or other materials or equipment. Any loss or damage to
CONTRACTOR's or any Subcontractor's equipment is solely at the risk of
CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any
such land or area, or to the owner or occupant thereof or of any land or areas
contiguous thereto, resulting from the performance of the Work. Should any
claim be made against OWNER or PROFESSIONAL by any such owner or occupant
because of the performance of the Work, CONTRACTOR shall promptly attempt to
settle with such other party by agreement or otherwise resolve the claim by
arbitration or at law. CONTRACTOR shall to the fullest extent permitted by
Laws and Regulations, indemnify and hold OWNER harmless from and against all
claims, damages, losses and expenses (including, but not limited to, fees of
PROFESSIONALs, architects,. attorneys and other professionals and court and
arbitration costs) arising directly, indirectly or consequentially out of any
action, legal or equitable, brought by any such other party against OWNER to
the extent based on a claim arising out of CONTRACTOR's performance of the
Work.
6.17. During the progress of the Work, CONTRACTOR shall keep the
premises free from accumulations of waste materials, rubbish and other debris
or contaminates resulting f~om the Work. At the completion of the Work
CONTRACTOR shall remove all waste materials, rubbish and debris from and about
the. premises as well as all tools, appliances, construction equipment and,
machinery, and surplus materials, and shall leave the site clean and ready for
occupancy by OWNER. CONTRACTOR shall restore to original condition all
property not designated for alteration by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part of any structure to
be loaded in any manner that will endanger the structure, nor shall CONTRACTOR
subject any pan of the Work or adjacent property to stresses or pressures that
will endanger them.
Record Documents:
6.19. Contractor shall keep at the site and in good order one record
copy of :the Contract Documents and all Drawings and Specifications. These
document~; shall be annotated on a continuing basis to show all changes made
during the construction process. These shall be available to PROFESSIONAL and
the Projl:lct Manager and shall be submitted with the Application for Final
Payment.
20
I
I
.8
I
I
I
I
I
I
.
I
I
I
I
I
I
I
{'
I
Safety arJ.d Protection:
6.20. CONTRACTOR shall be responsible for initiating, maintaining and
supervising all safety precautions and programs in connection with the Work.
CONTRACTOR shall assume all risk of loss for stored equipment or materials,
irrespective of whether CONTRACTOR has transferred the title of the stored
equipment or materials to OWNER. CONTRACTOR shall take all necessary
precautions for the safety of, and Ehall provide the necessary protection to
prevent damage, injury or joss to:
6.20.1. all employees on the Work and other persons and organizations
who may be affected thereby:
6.20.2. all the Work and materials and equipment to be incorporated
therein, whether in storage on or off the site; and
6.20.3. other property at the site or adjacent thereto, including
trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and
Underground Facilities not designated for removal, relocation or replacement
in the course of construction.
CONTRACTOR shall comply with all applicable Laws and Regulations of any public
body having jurisdiction for the safety of persons or property or to protect
them fronl damage, injury or loss; and shall erect and maintain all necessary
safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of
adjacent property and of Underground Facilities and utility OWNERs when
prosecution of the Work may affect them, and shall cooperate with them in the
protectic,n, removal, relocation and replacement of their property, All damage,
injury or loss to any property referred to in paragraph 6.20.2, or 6.20.3
caused, directly or indirectly, in whole or in part, by CONTRACTOR, any
Subcontra.ctor, Supplier or any other person or organization directly or
indirectl.y employed by any of them to perform or furnish any the Work or
anyone f'Jr whose acts any of them may be liable, shall be remedied by
CONTRACTOR (except damage or loss attributable to the fault of Drawings or
Specifica.tions or to the acts or omissions of OWNER or PROFESSIONAL or anyone
employed by either of them or anyone for whose acts either of them may be
liable, c:nd not attributable, directly or indirectly, in whole or in part, to
the fault or negligence of CONTRACTOR) . CONTRACTOR's duties and
responsibilities for the safety and protection of the Work shall continue
until such time as all the Work is completed and PROFESSIONAL has issued a
notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the
Work is iicceptable (except as otherwise expressly provided In connection with
Substantial Completion).
6.~:1. CONTRACTOR shall designate a responsible member of its
organization whose duty shall be the prevention of accidents at the site.
This per~:on shall be CONTRACTOR's superintendent unless otherwise designated
in writing by CONTRACTOR to the Project Manager.
21
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
~
I
Emergenai,es:
6.22. In emergencies affecting the safety or protection of persons or
the Work or property 'at the site or adjacent thereto, CONTRACTOR, without
special instruction or authorization from PROFESSIONAL or OWNER, is obligated
to act to prevent threatened damage, injury or loss. CONTRACTOR shall give
PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract Documents have been caused
thereby. If PROFESSIONAL ?etermines that a change In the Contract Documents is
required because of the action taken in response to an emergency, a Work
DirectivE: Change or Change Order be issued to document the consequences of the
changes clr variations.
6. ~'.2.1. CONTRACTOR shall immediately notify PROFESSIONAL of all
events involving personal injuries to any person on the Site, whether or not
such per~:on was engaged in the construction of the Project, and shall file a
written report on such person(s) and any other event resulting in property
damage of any amount within five (5) days of the occurrence.
6.~:2.2. If PROFESSIONAL determines that a change in the Contract
Document~: is required because of the action taken by CONTRACTOR in response to
such an Elmergency, a Change Order will be issued to document the consequences
of such ctction.
Shop DraJrings and Samp~es:
6.~:3. After checking and verifying all field measurements, CONTRACTOR
shall promptly submit to PROFESSIONAL for approval, in accordance with the
accepted schedule of submittals, all submittals and samples required by the
Contract Documents. All submittals and samples shall have been checked by and
stamped \>li th the approval of CONTRACTOR and identified as PROFESSIONAL may
require. The data shown on or with the submittals will be complete with
respect to dimensions, design criteria, materials and any other information
necessary to enable PROFESSIONAL to review the submittal as required. At the
time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all
deviations that the submittal or sample may have from the requirements of the
Contract Documents.
6.24. PROFESSIONAL shall review and approve submittals and samples.
Professional's review and approval shall be only for conformance with the
design concept of the Project and compliance with the information given in the
Contract Documents. The approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CONTRACTOR will make
any corrections required by PROFESSIONAL and resubmit the required number of .
corrected copies until approved. CONTRACTOR's stamp of approval on any
submittal or sample shall constitute its representation to PROFESSIONAL and
County that CONTRACTOR has determined and verified all quantities, dimensions,
field construction criteria, materials, catalog numbers, and similar data, and
that each submittal or sample has been reviewed or coordinated with the
requirements of the Work and the Contract Documents.
6. :~4 .1. No Work requiring a submittal or sample submission shall
commence until the submission has been approved by PROFESSIONAL. A copy of
each approved submittal and each approved sample shall be kept in good order
by CONT&~CTOR at the site and shall be available to PROFESSIONAL and County
22
I
I.
I
I
I
I
I
I
I
.
I
I
I
-I
I.
I
I
,.
I
staff. 1illY delays associated with the submittal process will be considered
for time extensions only, and no damages or additional compensation for delay
will be a.llowed.
6.25.1. Before submission of each Shop Drawing or sample CONTRACTOR
shall ha7e determined and verified all quantities, dimensions, specified
performance criteria, installation requirements, materials, catalog numbers
and similar data with respect thereto and reviewed or coordinated each Shop
Drawing or sample with other Shop Drawings and samples and with the
requirements of the Work and the Contract Documents.
6.25.2. At the time of each submission, CONTRACTOR shall give
PROFESSIONAL specific written notice of each variation that the Shop Drawings
or sample,s may have from the requirements of the Contract Documents, and, in
addition, shall cause a specific notation to be made on each Shop Drawing
submi ttec' to PROFESSIONAL for review and approval of each such variation.
6.26. PROFESSIONAL will review and approve with reasonable promptness
Shop Drawings and samples, but PROFESSIONAL's review and approval will be only
for conformance with the design_concept of the Project and for compliance with
the information given in the Contract Documents and shall not extend to means,
methods, techniques, sequences or procedures of construction (except where a
specific means, method, technique, sequence or procedure of construction is
indicated in or required by the Contract Documents) or to safety precautions
or progr2~s incident thereto. The-review and approval of a separate item as
such will not indicate approval of the assembly in which the item functions.
6.27. No Work requiring a submittal or sample submission shal~ commence
until thE~ submission has 'been approved by PROFESSIONAL. A copy of ~ach
approved submittal and each approved sample shall be kept in good order by
CONTRACTOR at the site and shall be available to PROFESSIONAL and Project
Managery staff. Any delays asso~iated with the submittal process will be
considere,d for time extensions only, and no damages or additional compensation
for delay will be allowed.
6.2:8. PROFESSIONAL's approval of submittals or samples shall not
relieve CONTRACTOR from responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR has in writing called
PROFESSIONAL's attention to each such variation at the time of submission and
the proje:ct Manager has given written approval to the specific deviation; any
such approval by PROFESS~ONAL shall not relieve CONTRACTOR from responsibility,
for error's or omissions in the submittals.
6.2:9. Where a shop drawing or sample is required by the Contract
Document!:: or the schedule of shop drawings and sample submissions accepted by
PROFESSIONAL as required, any related work performed prior to Professional's
review and approval of the pertirient submittal will be at the sole expense and
responsibirity of Contractor.
Con tinuulg the, Work:
6.30. CONTRACTOR shall carryon the Work and adhere to the progress
schedule during all disputes or disagreements with OWNER. No Work shall be
delayed or postponed pending resolution of, any disputes or disagreements,
except a~; permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise
agree in writing.
23
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
I'
I
C~eaning Up:
6. :;:1. CONTRACTOR shall maintain the site free from accumulations of
waste materials, rubbish, and other debris or contaminates resulting,from the
work on a daily basis or as required. At the completion of the work,
CONTRACTOR shall remove all waste materials, rubbish, and debris from the site
as well as all tools,. construction equipment and machinery, and surplus
material~: and will leave the Site clean and ready for occupancy by OWNER. All
disposal shall be in accordance with applicable laws and regulations. In
addition to any other rights available to OWNER under the Contract Documents,
CONTRACTOR's failure to maintain the site may result in withholding of any
amounts clue CONTRACTOR. CONTRACTOR will restore to original condition those
portions of the site not designated for alteration by the Contract Documents.
Indemnification:
6.32. To the fullest extent permitted by Laws and Regulations
CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and their
consultants, agents and employees from and against all claims, damages, losses
and expenses, direct, indirect or consequential (including but not limited to
fees and charges of PROFESSIONALs, architects, attorneys and other
PROFESSIONALs and court and arbitration costs) arising out of or resulting
from the performance of the Work, provided that any such claim, damage, loss
or expen~ie (a) is attributable to bodily injury, sickness, disease or death, or
to injury to or destruction of tangible property (other than the Work itself)
includin9 the loss of use resulting therefrom and (b) is caused in whole or in
part by any negligent act or omission of CONTRACTOR, any Subcontractor, any
person o:r organization directly or indirectly employed by any of them to
perform or furnish any of the Work or anyone for whose acts any of them may be
liable, regardless of whether or not it is caused in part by a party
indemnified hereunder or arises by or is imposed by Law and Regulations
regardless of the negligence of any such party.
6.33. In any and all claims against OWNER or PROFESSIONAL or any of
their consultants, agents or employees by any employee of CONTRACTOR, any
Subcontractor, any person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone for whose acts any
of them may be liable, the indemnification obligation under paragraph 6.32
shall not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for CONTRACTOR or any such
Subcontractor or other person or organization under workers' or workmen's
compensation acts. disability benefit acts or other employee benefit acts.
6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not
extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or
employee~; arising out of the preparation or approval of maps, drawings,
opinions, reports, surveys, Change Orders, designs or specifications.
24
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
f
I
ARTICLE 7---0THER WORK
Rela ted "ork at Si te:
7.1. OWNER may perform other work related to the Project at the site by
OWNER's own forces, have other work performed by ailed OWNER's or let other
direct contracts therefor which shall contain General Conditions similar to
these. If the fact that such other work is to be performed was not noted in
the Contract Documents, written notice thereof will be given to CONTRACTOR
prior to starting any such other work: and, if CONTRACTOR believes that such
performance will involve additional expense to CONTRACTOR or requires
additioncll time and the parties are unable to agree as to the extent thereof.
CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
7.1.2. CONTRACTOR shall afford each utility owner and other contractor
who is a party to such a direct contract for OWNER, if OWNER is performing the
additional work with OWNER's employees)proper and safe access to the site and
a reasonable opportunity for the introduction and storage of materials and
equipment and the execution of such work, and shall properly connect and
coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and
patching of the Work that may be required to make its several pans come
together properly and integrate with such other work. CONTRACTOR shall not
endanger any work of others by cutting, excavating or otherwise altering their
work and will only cut or alter their work with the written consent of
PROFESSIONAL and the others whose work will be affected. The duties and
responsibilities of CONTRACTOR under this paragraph are for the benefit of
such utility owners and other contractors to the extent that there are
comparable provisions for the benefit or' CONTRACTOR in said direct contracts
between OWNER and such utility owners and other contractors.
7.~:. If any part of CONTRACTOR's Work depends for proper execution or
results upon the work of any such other contractor or utility owner (or
OWNER), (;ONTRACTOR shall inspect' and promptly report to PROFESSIONAL in
writing any delays, defects or deficienties in such work that render it
unavailable or unsuitable for such pr'oper execution and results. CONTRACTOR's
failure ~:o to report will constitute an acceptance of the other work as fit
and prope:r for integration with CONTRACTOR's Work except for latent or non-
apparent defects and deficiencies in the other work.
Coordina t:ion :
7.4. If OWNER contracts with others for the performance of other work
on the Project at the site, the person or organization who will have authority
and responsibility for coordination of the activities among the various prime
contractors will be identified in the Supplementary Conditions, and the
specific matters to be covered by such authority and responsibility will be
itemized, and the extent of such authority and responsibilities will be
provided, in the Supplementary Conditions. Unless otherwise provided in the
Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any
authority or responsibility in respect of such coordination.
25
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
I'
I
ARTXCLE 8---0WNER'S RESPONSXBXLXTXES
8.1. Except as otherwise provided in these General Conditions, COUNTY
shall issue all communications to CONTRACTOR through the Project Manager or
PROFESSIONAL.
8.2. In case of termination of the employment of PROFESSIONAL, OWNER
shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable
objection, whose status under the Contract Documents shall be that of the
former PROFESSIONAL. Any dispute in connection with such appointment shall be
subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER under the Contract
Documents promptly and shall make payments to CONTRACTOR promptly after they
are due as provided in paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands and easements and
providing Engineering surveys to establish reference points are set forth in
paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making
available to CONTRACTOR copies of reports of explorations and tests of
subsurface conditions at the site and in existing structures which have been
utilized by PROFESSIONAL in preparing the Drawings and Specifications.
8.5. OWNER's responsibilities in respect of purchasing and maintaining
liability and property insurance are set forth in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execute Change Orders as indicated in
paragraph 10.3.
8.7. OWNER's responsibility in respect of certain inspections, tests
and approvals is set forth in paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or suspend Work, see
paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to
',terminate services of CONTRACTOR under certain circumstances.
ARTICLE 9---PROFESS:IONAL' S STATUS DURING
CONSTRUCT:ION
Owner's F:eprese.n ta ti ve:
9.1. PROFESSIONAL will be OWNER's representative during the
construction period. The duties and responsibilities and the ~imitations of
authority of PROFESS IONAL- as OWNER's representative during construction are
set forth in the Contract Documents and shall not be extended without written
consent of OWNER and PROFESSIONAL.
Visi ts tel Si te:
9.2. PROFESSIONAL will make visits to the site at intervals appropriate
to the various stages of construction to observe the premises and quality of
the executed Work and to determine, in general, if the Work is proceeding in
accordance with the Contract Documents. PROFESSIONAL will not be required to '
make exhaustive or continuous on-site inspections to check the quality or
26
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
,.
I
quantity of the Work. PROFESSIONAL's efforts will be directed toward providing
for OWNEF~ a greater degree of confidence that the completed Work will conform
to the Contract Documents. On the basis of such visits and on-site
observations as an experienced and qualified design PROFESSIONAL. PROFESSIONAL
will keep OWNER. informed of the progress of the Work and will endeavor to
guard OWNER against defects and deficiencies in the Work.
Project Ilepresentation:
9.~:. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a
Resident Project Representative to assist PROFESSIONAL in observing the
performance of the Work. The duties, responsibilities and limitations of
authority of any such Resident Project Representative and assistants will be
as provided in the Supplementary Conditions. If OWNER designates another agent
to repre~;ent OWNER at the site who is not PROFESSIONAL's agent or employee,
the dutiE!s, responsibilities and limitations of authority of such other person
will be as provided in the Supplementary Conditions.
C~arificcltions and, Interpretations:
9.<[. PROFESSIONAL shall issue such written, clarifications or
interpretations of the Contract Documents (in the form of Drawings or
otherwisEl) as may be determined necessary, or as reasonably requested by
CONTRACTOR, which shall be consistent with or reasonably inferable from the
overall intent of the Contract Documents. If CONTRACTOR believes that a
written clarification and interpretation entitles it to an increase in the
Contract Price, and/or Contract Time, CONTRACTOR may make a claim as provided
for in Articles 11 or 12.
Authoriznd Variations in Work:
9.~j. PROFESSIONAL may authorize minor variations in the Work from the
requiremEmts of the Contract Documents which do not involve an adjustment in
the ContJ:act Price or the Contract Time and are consistent with the overall
intent of the Contract Documents. These may be accomplished by a Field Order
and will bc binding on OWNER, and also on CONTRACTOR who shall perform the
Work involved -
promptly.. If CONTRACTOR believes that a Field Order justifies an increase in
the ContJ:act Price or an extension of the Contract Time and the parties are
unable t,) agree as to the amount or extent thereof. CONTRACTOR may make a
claim therefor as provided in Article 11 or 12.
Rejectin!1 Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or rej ect Work
which PROFESSIONAL believes to be defective, and will also have authority to
require :special inspection or testing of the Work as provided in paragraph
13.9, whether or not the Work is fabricated, installed or completed.
Shop Drallrings, Change Orders and Payments:
9.'7. In connection with PROFESSIONAL's responsibility for Shop Drawings
and samples, see paragraphs 6.23 through 6.29 inclusive.
27
I
~.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
!r
~
9.E. In connection with PROFESSIONAL's responsibilities as to Change
Orders, ~:ee Articles 10, 11 and 12.
9.9. In connection with PROFESSIONAL's responsibilities in respect of
Applications for Payment, etc., see Article 14.
DeterminCiI tions for Uni t Prices:
9.10. PROFESSIONAL will determine the actual quanti ties and
classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will
review with CONTRACTOR PROFESSIONAL's preliminary determinations on such
matters before rendering a whiten decision thereon (by recommendation of an
Application for Payment or otherwise). PROFESSIONAL's written decisions
thereon vlill be final and binding upon OWNER and CONTRACTOR, unless, within
ten days after the date of any such decision, either OWNER or CONTRACTOR
delivers to the other party to the Agreement and to PROFESSIONAL whiten notice
of intent:ion to appeal from such a decision.
Decisiomr on Disputes:
9.11. PROFESSIONAL will be the initial interpreter of the requirements
of the Contract Documents and judge of the acceptability of the Work
thereundE!r. Claims, disputes ,and other matters relating to the acceptability
of the ~'1ork or the interpretation of the requirements of the Contract
Document~l pertaining to the performance and furnishing of the Work and claims
under Articles 11 and 12 in respect of changes m the Contract Price or
Contract Time will be referred initially to PROFESSIONAL in writing with a
request for a formal decision in accordance with this paragraph, which
PROFESSIONAL will render in writing within a reasonable time, Written notice
of each ~luch claim, dispute and other matter will be delivered by the claimant
to PROFESSIONAL and the other party to the Agreement promptly (but in no event
later than thirty days after the occurrence of the event giving rise thereto,
and written supporting data will be submitted to PROFESSIONAL and the other
party wi1:hin sixty days after such occurrence unless PROFESSIONAL allows an
additional period of time to ascertain more accurate data in support of the
claim.
9. J,2. When functioning as interpreter and judge under paragraphs 9.10
and 9.11., PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and
will not be liable in connection with any interpretation or decision rendered
in good faith in'such capacity. The rendering of a decision by PROFESSIONAL
pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute
or other matter (except any which have been waived by the making or acceptance
of final payment as provided in paragraph 14.16) will be a condition precedent
to any e:'{ercise by OWNER or CONTRACTOR of such rights or remedies as either
may otherwise have under the Contract Documents or by Laws or Regulations in
respect of any such claim, dispute or other matter.
Limi tatic,ns on PROFESSIONAL' s Responsibi~i ties:
9.13. Neither PROFESSIONAL's authority to act under this Article or
elsewhere in the Contract Documents, nor any decision made in good faith to
exercise such authority shall give rise to any duty or responsibility of
PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or
employee:3.
28
I
I
I
I
1
I
I
(.
1
I
I
I
I
I
I
r
I.
9.14. PROFESSIONAL shall not be responsible for the construction means,
methods, techniques, sequences, or procedures or the safety precautions and
programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure
to perform the Work in accordance with the Contract Documents.
9.15. PROFESSIONAL shall not be responsible for the acts or omissions
of CONTRACTOR, any Subcontractors, any agents or employees, or any other
persons performing any of the Work.
ART:ICLE 10--CHANGES :IN THE WORK
10.1. Without invalidating the Contract, OWNER may at any time or from
time to time order additions, deletions, or revisions in the Work. The
Project ~lanager shall provide CONTRACTOR with a proposal request, identifying
the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall
promptly submit a written proposal for the changed work prepared in accordance
with Articles 11 and 12. If the proposal request calls only for the deletion
of Work, the Project Manager may order the partial suspension of any Work
related to the proposed deletion, in which case CONTRACTOR must cease
performance as directed; CONTRACTOR shall not be entitled to claim lost
profits on deleted work. All changed Work shall be executed under the
applicable conditions of the Contract 'Documents.
10.2. Additional Work performed by CONTRACTOR without authorization of a
Change Ol:der will not entitle CONTRACTOR to an increase in the Contract Price
or an extension of the Contract Time, except in the case of an emergency as
provided in Article 7. The effect of this paragraph shall remain paramount
and shall prevail irrespective of any conflicting provisions contained in
these Contract Documents.
10.3. Upon agreement as to changes in the Work to be performed, Work
performed in an emergency as provided in Article 6, and any other claim of
CONTRACTOR for a change in the Contract Time or the Contract Price,
PROFESSIONAL will-prepare a written Change Order to be signed by PROFESSIONAL
and CONTE~CTOR and submitted to OWNER for approval.
10.4. In the absence of an agreement as provided in 11.1.3, OWNER may,
at its sole discretion issue a Work Directive Change to CONTRACTOR. Pricing
of the Work Directive Change will be in accordance with Section 12.1.3. The
Work Directive Change will specify a price, and if applicable a time
extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign
such Work Directive Change, CONTRACTOR may submit a claim in accordance with
Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully
perform the work as directed by the Construction Change Directive.
10.5. CONTRACTOR shall proceed diligently with performance of the Work
as directed by OWNER, regardless of pending claim actions, unless otherwise
agreed to in writing.
10..6. If notice of any change affecting the general scope of the Work or
the provisions of the Contract Documents (including, but not limited to,
Contract Price or Contract Time) is required by the provisions of any Bond to
be given to a surety, the giving of any such notice will be CONTRACTOR's,
responsibility, and the amount 'of each applicable Bond will be adjusted
accordinqly.
29
I
I.
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
ARTICLE 11-CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total compensation (subject to
written authorized adjustments) payable to CONTRACTOR for performing the Work.
All duties, responsibilities and obligations assigned to or undertaken by
CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract
Price.
11.2. The Contract Price may only be changed by a Change Order or by a
Written Amendment. Any claim for an increase or decrease in the Contract Price
shall be based on written notice delivered by the party making the claim to
the other party and to PROFESSIONAL promptly (but in no event later than
thirty days) after the occurrence of the event giving rise to the claim and
stating the general nature of the claim. Notice of the amount of the claim
with supporting data shall be delivered within sixty days after such
occurrence (unless PROFESSIONAL allows an additional period of time to
ascertain more accurate data in support of the claim and shall be accompanied
by claimclnt I s written statement that the amount claimed covers all known
amounts (direct, indirect and consequential) to which the claimant is entitled
as a result of the occurrence of said event. All claims for adjustment in the
Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract Price will be valid if
not submitted in accordance with this paragraph 11.2.
11.3. The value of any Work covered by a Change Order or of any claim
for an adjustment in the Contract Price will be determined by the following
procedures:
11.3.1. Designated Unit Price (Field Measure) CONTRACTOR and OWNER
recognize and acknowledge that the quantities shown for those items designated
in the Bid Proposal as unit price items are approximations prepared by OWNER
for bid purposes and that the actual compensation payable to CONTRACTOR for
the utilization of such items is based upon the application of unit prices to
the actual quantities of items involved as measured in the field and required
to complete the Work as originally defined in the Contract Documents.
11.3.2. When it is determined by OWNER that an addition, deletion, or
revision to the Work as' defined in these Contract Documents is required and
affects the quantities required for items designed in the Bid Proposal as unit
price itE!ms, CONTRACTOR and OWNER agree that the compensation payable to
CONTRACTOR for such unit price items shall be adjusted accordingly by a Change
Order based upon the application of the appropriate unit prices shown in the
Bid Proposal to the quantity of the unit price item required to complete the
Work as defined in the Contract Documents.
11.3.3. Other Unit Prices. For items not designated in the bid proposal
as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by
Change Order.
11.3.4. Lump Sum. When it is determined by OWNER that an addition,
deletion or revision to the Work is required which results in a change in Work
designated in the Bid Proposal as a lump sum item, the amount of increase or
decrease in the lump sum price shall be established by mutual agreement of the
parties.
30
I
..
I
I
I
I
I
I
I
II
I
I
I
I
I
I
..
I
I
11.3.5. If the prlclng methods specified in 11.-3 are inapplicable, or if
the parties are unable to agree on a price for the changed work, a reasonable
price for the same shall be established by OWNER in accordance with 11. 4 and
11.5. O~~ER shall then process a unilateral Change Order, specifying the said
reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall
perform the Work as directed in the Change Order.
11.3.6. Failure on the part of CONTRACTOR to construct any item to plan
or authorized dimensions within the specification tolerances shall result in:
reconstru.ction to acceptable tolerances at no additional costs to OWNER;
acceptance at no pay; or acceptance at reduced final pay quantity or reduced
unit price, all at the discretion of OWNER. Determinations of aggregate
monetary change for items identified as lump sum quantities shall be made by
OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct
to plan c.r authorized dimensions.
Cost .of t:he Work:
11.4. The term Cost of the Work means the sum of all costs necessarily
incurred and paid by CONTRACTOR in the proper performance of the Work. Except
as othenrise may be agreed to in writing by OWNER, such costs shall be in
amounts EO higher than those prevailing in the locality of the Project, shall
include only the following items and shall not include any of the costs
itemized in paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR
in the pE,rformance of the Work under schedules of job classifications agreed
upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full
time on t,he Work shall be apportioned on the basis of their time spent on the
Work. Payroll costs shall include, but not be limited to, salaries and wages
plus the cost of fringe benefits which shall include social security
contribut,ions, unemployment, excise and payroll taxes, workers' or workmen's,
compensat,ion, health and retirement benefits, bonuses, sick leave, vacation
and' holiday pay applicable thereto. Such employees shall include
superintE,ndents and foremen at the site. The expenses of performing Work after
regular '....orking hours, on Saturday, Sunday or legal holidays, shall be
included in the above to the extent authorized by OWNER.
11.4.2. Cost of all materiais and equipment furnished and incorporated
in the Work, including costs of transportation and storage thereof, and
Suppliers;' field services required in connection therewith. All cash discounts
shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash discounts shall accrue to
OWNER. Trade discounts, rebates and refunds and all returns from sale of
surplus ntaterials and equipment shall accrue to OWNER, and CONTRACTOR shall
make provisions so that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work
performed by Subcontractors. If required by OWNER. CONTRACTOR shall obtain
competitive bids from Subcontractors acceptable to CONTRACTOR and shall
deliver such bids to OWNER who then determine, with, the advice of
PROFESSIONAL, which bids will be accepted. If a subcontract provides that the
Subcontrclctor is to be paid on the basis of Cost of the Work Plus a Fee, the
Subcontrclctor's Cost of the Work shall be determined in the same manner as
CONTRACTOR',s Cost of the Work. All subcontracts shall be subject to the other
provisions of the Contract Documents insofar as applicable.
31
I
..
I
I
I
I
I
I
I
III
I
I
I
I
I
I
..
I
I
11.4.4. Costs of special consultants (including but not limited
to PROFEE:SIONAL's architects, testing laboratories, surveyors, attorneys and
accountants) employed for services specifically related to the Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation, travel and
subsistence expenses of CONTRACTOR's employees incurred in discharge of duties
connected with the Work.
11.4.5.2. Cost, including transportation and maintenance, of all
materialEi, supplies, equipment, machinery, appliances, office and temporary
facilitiEis at the site and hand tools not owned by the workers, which are
consumed in the performance of the Work, and cost less market value of such
items uSE:d but not consumed which remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction equipment and machinery and the
pans the:reof whether rented from CONTRACTOR or others in accordance with
rental asrreements approved by OWNER with the advice of
PROFESSIONAL, and the costs of transportation, loading, unloading,
installat:ion, dismantling and removal thereof---all in accordance with terms
of said rental agreements. The rental of any such equipment, machinery or
parts shclll cease when the use thereof is no longer necessary for the Work.
11.4.5.4. Sales, consumer, use or similar taxes related to the Work,
and for vlhich CONTRACTOR is liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR,
any Subcontractor or anyone directly or indirectly employed by any of them or
for whose acts any of them may be liable, and royalty payments and fees for
permits Clnd licenses.
11.4.5.6. Losses and damages (and related expenses), not compensated by
insUranCE! or otherwise, to the Work or otherwise sustained by CONTRACTOR in
connection with the performance and furnishing of the Work (except losses and
,damages Iii thin the deductible amounts of property insurance established by
OWNER in accordance with paragraph 5.6). provided they have resulted from
causes ot:her than the negligence of CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or for whose acts any of them
may be liable. Such losses shall include settlements made with the written
consent Clnd approval of OWNER. No such losses, damages and expenses shall be
included in the Cost of the Work for the purpose of determining CONTRACTOR's
Fee. If, however, any such loss or damage requires reconstruction and
CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services
a fee proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the
site.
11,,4.5.8. Minor expenses such as telegrams, long distance telephone
calls, telephone service at the site, expressage and similar petty cash items
in connection the Work.
32
I
..
I
I
I
I
I
I
I
II
I
I
I
I
I
I
..
I
I
11.4.5.9. Cost of premiums for additional Bonds and insurance required
because (If changes in the Work and premiums of property insurance coverage
within th,e limits of the deductible amounts established by OWNER in accordance
with paragraph 5.6.
11.5. The term Cost of the Work shall not include any of the following:
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers,
executives, principals (of partnership and sole proprietorships), general
managers, PROFESSIONALs, architects, estimators, attorneys, auditors, accoun-
tants, purchasing and contracting agents, expeditors, timekeeper~, clerks and
other pexsonnel employed by CONTRACTOR whether at the site or in CONTRACTOR's
principal or a branch office for general administration of the Work and not
specifica.lly included in the agreed upon schedule of job classifications
referred to in paragraph 11.4.1 or specifically covered by paragraph
11.4.4--all of which are to be considered administrative costs covered
by CONTRJl.CTOR' s Fee.
11.5.2. Expenses of CONTRACTOR's principal area branch offices other
than CONTRACTOR's office at the site.
11.5.3. Any part of CONTRACTOR's capital expenses, including interest
on CONTR1~TOR'S capital used for the Change Order Work and charges against
CONTRACTOR for delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all insurance whether or
not CONTFACTOR is required by the Contract Documents to purchase and maintain
the same (except for the cost of premiums covered by subparagraph 11.4.5.9
above) .
11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor,
or anyonE! directly or indirectly; employed by any of them or for whose acts
any of them may be liable, including but not limited to, the correction of
defectivE' Work, disposal of materials or equipment wrongly supplied and making
good any damage to property.
11.5.6. Other overhead or general expense costs of any kind and the
costs of any item not specifically and expressly included in paragraph 11.4.
CONTRACTOR's Fee:
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit
shall be determined as follows:
11.6.1. a mutually acceptable fixed fee; or if none can be agreed upon.
11.6.2. a fee based on the following percentages of the various
portions or' the Cost of the Work:
11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2,
CONTRACTOR's Fee shall be fifteen percent:
33
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee
shall five percent; and if a subcontract is on the basis of Cost of the Work
Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and
profit of all Subcontractors shall be fifteen percent:
11.6.2.3. no fee shall be payable on the basis of costs itemized under
paragraphs 11.4.4,11.4.5 and 11.3:
11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for
any such change which results in a net decrease in cost will be the amount of
the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount
equal to ten percent of the net decrease: and
11. 6.2.5. when both additions and credits are involved in anyone
change, the adjustment in CONTRACTOR's Fee shall be computed on the basis of
the net change in accordance with paragraphs 11. 6.2.1 through 11. 6.2.4,
inclusive.
11.7. For all changes, CONTRACTOR shall submit an itemized cost
breakdowrl, together with supporting data in such detail and form as prescribed
by the pcoject Manager. When a credit is due, the amount of credit to be
allowed by CONTRACTOR to OWNER for any such change which results in a net
decrease in cost will be the amount of the actual net decrease in direct cost
as determined by the Proj ect Manager, plus the applicable reduction in
overhead and profit. When both additions and credits are involved in any
change, the combined overhead and profit shall be calculated on the basis of
the next change, whether an increase or decrease. In any event, the minimum
detail shall be an itemization of all man-hours required by discipline/trade
with the unit cost per man-hour and total labor price, labor burden, equipment
hours and rate for each piece of equipment, material by units of measure and
price pe:c unit, other costs specifically itemized, plus the overhead and
profit markup.
Cash All.clwances:
11.8. It is understood that CONTRACTOR has included in the Contract
Price all.. allowances so named in the Contract Documents and shall cause the
Work so covered to be done by such Subcontractors or Suppliers and for such
sums within the limit of the allowances as may be acceptable to PROFESSIONAL,
CONTRACTOR agrees that:
11.8.1. The allowances include the cost to CONTRACTOR (less any
applicable trade discounts) of materials and equipment required by the
allowancEls to be delivered at the site, and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and handling on the site,
labor, installation costs, overhead, profit and other expenses contemplated
for the allowances have been included in the Contract Price and not in the
allowances. No demand for additional payment on account of any thereof will be
valid.
Prior to final payment, an appropriate Change Order will be issued as
recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on
account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
34
I
..
I
I
I
I
'I
I
I
lit
I
I
I
I
I
I
..
I
I
Uni c Price Work:
11.9.1. Where the Contract Documents provide that all or part of the
Work is to be Unit Price Work, initially the Contract Price will be deemed to
include for all Unit Price Work an amount equal to the sum of the established
unit prices for each separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agreement. The estimated
quantities of items of Unit Price Work are not guaranteed and are solely for
the purpose of comparison of Bids and determining an initial Contract Price.
Determinations of the actual quantities and classifications of Unit Price Work
performed by CONTRACTOR will be made by PROFESSIONAL in accordance with
Paragraph 9.10.
11.9.2. Each unit price will be deemed to include an amount considered
by CONTRP.CTOR to be adequate to cover CONTRACTOR's overhead and profit for
each separately identified item.
11.9.3. Where the quantity of any item of Unit Price Work performed by
CONTRACTOR differs materially and significantly from the estimated quantity of
such item indicated in the Agreement and there is no corresponding adjustment
with respect to any other item of Work and if CONTRACTOR believes that
CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may
make a claim for an increase in the Contract Price in accordance with Article
11 if the parties are unable to agree as to the amount of any such increase.
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order. Any
request for an extension in the Contract Time shall be made in writing and
delivered to PROFESSIONAL and Project Manager within seven (7) calendar days
of the occurrence first happening and resulting in the claim'. Written
supporting data will be submitted to PROFESSIONAL and Project Manager within
fifteen (15) calendar days after such occurrence unless the Project Manager
allows additional time. All claims submitted by CONTRACTOR for adjustments
to the Contract Time must set forth in detail the reasons for and causes of
the delay and clearly indicate why the subject delay was beyond CONTRACTOR's
control or fault.
12.2. If CONTRACTOR is delayed at any time in the performance, progress,
commencement, or completion of the Work by any act or neglect of OWNER or
PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR
employed by OWNER, or by changes ordered in the Work, or by labor disputes,
fire, una,voidable casualties, utility conflicts which could not have been
identified or foreseen by CONTRACTOR using reasonable diligence, or any causes
beyond CONTRACTOR's control or fault, then the Contract Time shall be extended
by Change Order for such reasonable time as OWNER may determine. CONTRACTOR
shall be entitled to an extension of time for such causes only for the number
of days of delay which OWNER may determine to be due solely to such causes and
only to the extent such occurrences actually delay the completion of the Work
and then only if CONTRACTOR shall have strictly complied with all the
requirements of the Contract Documents. Provided, however, notwithstanding
anything in the Contract Documents to the contrary, no interruption,
interference, inefficiency, suspension or delay in the performance, progress,
commencement or completion of the Work for any cause whatsoever, including
those for which OWNER or PROFESSIONAL may be responsible in whole or in part,
35
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
shall r.elieve CONTRACTOR of its duty to perform or give rise to any right to
damages or additional compensation from OWNER. CONTRACTOR's sole and
exclusive remedy against OWNER for interruption, interference, inefficiency,
suspension or delay of any aspect of the Work shall be the right to seek an
extension to the Contract Time in accordance with the procedures set forth
herein.
ARTICLe: 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
Warranty and Guarantee:
13.1. CONTRACTOR warrants and guarantees to OWNER that all materials
and equipment will be new unless otherwise specified and that all work will be
of good quality, performed in a workmanlike manner, free from faults or
defects, and in accordance with the requirements of the Contract Documents and
any inspections, tests, or approvals referred to in this Article. All
unsatisfactory Work, all faulty Work and all Work not conforming to the
requirements of the Contract Documents or such inspections, tests, approvals,
or all applicable building, construction and safety requirements shall be
considered defective. Notice of all defects shall be given to CONTRACTOR by
PROFESSIONAL. All defective work~ whether or not in place, may be rejected,
corrected, or accepted as provided in this Article.
Access tc, Work:
13.2. For the duration of the Work, PROFESSIONAL and its
representatives, other designated. representatives of OWNER, and authorized
representatives of any regulatory agency shall at all times be given access to
the Work. CONTRACTOR shall provide proper facilities for such access and
observation of the Work and also for any inspection or testing by others.
Tests anc! In~ections:
13.3. If the Contract Documents, laws, ordinances, rules, regulations
or orden; of any public authority having jurisdiction require any Work to
specifically be inspected, tested, or approved by someone other than
CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness
therefore.
13.4. The testing firm.(s) (if assigned by OWNER to this Work) and all
such inspections, tests, or approvals provided for by OWNER shall be
identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections,
tests or approvals shall be' at CONTRACTOR's expense including additional
expenses for inspection and tests required as a result of delays by CONTRACTOR
or hours worked in excess of 40 hours per week. For all required inspections,
tests, and approvals on any Work prepared, performed, or assembled away from
the site, CONTRACTOR will furnish PROFESSIONAL with the reqUired Certificates
of Inspection, testing, or approval. All such tests will be in accordance
with the methods prescribed by the American Society for Testing and Materials
or such other applicable organizations as may, be required by law' or the
Contract Documents. Materials" or Work ,in place that fail to pass
acceptability tests shall be retested at the direction of PROFESSIONAL and at
CONTRACTOR's expense.
13.5. All inspections, tests or approvals other than those required by
36
I
..
I
.1
I
I
I
I
I
III
I
I
I
I
I
I
..
I
I
Laws or Eegulations of any public body having jurisdiction shall be performed
by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so
specified) .
13.6. If any Work (including the work of others) that is to be
inspected, tested or approved is covered without written concurrence of
PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for
observation. Such uncovering shall be at CONTRACTOR's expense unless
CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to
cover the: same and PROFESSIONAL has not acted with reasonable promptness in
response to such notice.
13.7. Nei ther observations by PROFESSIONAL or proj ect Manager nor
inspections, tests, or approvals by persons other than CONTRACTOR shall
relieve CONTRACTOR of its obligations to perform the Work in accordance with
the requirements of the Contract Documents.
Uncoverulg Work:
13.8. If any Work required to be inspected, tested or approved is
covered prior thereto without the prior written approval of PROFESSIONAL, or
if any W.:>rk is covered contrary to the request of PROFESSIONAL, the Work
shall, if requested by PROFESSIONAL, be uncovered for observation, inspection,
testing e;r approval and replaced at CONTRACTOR's expense.
13.9. If PROFESSIONAL considers it necessary or advisable that covered
Work be ebserved by PROFESSIONAL or inspected or tested by others. CONTRACTOR,
at PROFESSIONAL's request, shall uncover, expose or otherwise make available
for observation, inspection or testing as PROFESSIONAL may require, that
portion cf the Work in question, furnishing all necessary labor, material and
equipment. If it is found that such Work is defective, CONTRACTOR shall bear
all direct, and consequential costs of such uncovering, exposure, observation,
inspectien and testing and of satisfactory reconstruction, (including but not
limited to fees and charges of PROFESSIONALs, architects, attorneys and other
PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to the amount
thereof, may make a claim therefor as provided in Article 11. If, however,
such Work is not found to be defective, CONTRACTOR shall be allowed an
increase in the Contract Price, 'or an extension of the Contract Time, or both,
directly attributable to. such uncovering, exposure, observation, inspection,
testing and reconstruction; and, if the parties are unable to agree as to the
amount or extent thereof, CONTRACTOR may make a claim therefor as provided in
Articles 11 and 12.
Owner Mal" St;op t:he Work:
13 .10. When, Work is defective or when CONTRACTOR fails to supply
sufficient skilled workmen or suitable materials or equipment, or make prompt
payments to Subcontractors for labor, materials, or equipment, or if
CONTRACTOR violates any provisions of these Contract Documents ,OWNER may
order CONTRACTOR to stop the Work until the cause for such order has been
eliminated. However, this right of OWNER to stop the Work shall not give rise
to any duty on the part of OWNER to exercise this right for the benefit of
CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an
increase in the Contract Price or Contract Time or other damages for a stop
37
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
work order under this paragraph.
Correcticm or Remova~ of Defective Work:
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly,
without cost to OWNER and as specified by PROFESSIONAL, either correct the
defective Work whether fabricated, installed, or completed, or remove it from
the site and replace it with non defective Work. If CONTRACTOR does ,not
correct ~:uch defective Work or remove and replace such defective Work within a
reasonable time, all as specified in a written notice from PROFESSIONAL, OWNER
may have the deficiency corrected. All direct and indirect costs of such
correction shall be paid by CONTRACTOR or deducted from payment to
CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing
and replacing all Work of others destroyed or damaged by the correction,
removal, or replacement of the defective Work.
One Year Correction Period:
- 13.12. If, after approval of final payment and prior to the expiration
of one year after the date of substantial completion or such longer period of
time as may be prescribed by law or by the terms of any applicable special
guarantee: required by the Contract Documents, any Work or materials are found
to be defective, incomplete, or otherwise not in accordance with the Contract
Document~:, CONTRACTOR shall promptly, without cost to OWNER and in accordance
with OWNE:R's written instructions, either correct such defective Work, or if
it has bHen rejected by OWNER, remove it from the Site and replace it with
non-defective Work. If CONTRACTOR does not promptly comply with the terms of
such instructions, OWNER may have the defective Work corrected, removed, or
replaced. All direct, indirect and consequential costs of such removal and
replacement (including but not limited to fees and charges of engineers,
architects, attorneys and other PROFESSIONALs) will be paid by CONTRACTOR.
Acceptanc:e of DeEecti ve Work:
13.13. If, instead of requiring correction ,or removal and replacement
of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final
payment, also PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR
shall bear all direct, indirect and consequential costs attributable to
OWNER's evaluation of and determination to accept such defective Work (such
costs to be approved by PROFESSIONAL as to reasonableness and to include but
not be li.mited to fees and charges of PROFESSIONALs, architects, attorneys and
other PROFESSIONALs). If any such acceptance occurs prior to PROFESSIONAL's
recommendation of final payment, a Change Order will be issued incorporating
the nece~:sary revisions in the Contract Documents with respect to the Work and
OWNER sha.ll be entitled to an appropriate decrease in the Contract Price, and,
if the pc:nics are unable to agree as to the amount thereof. OWNER may make a
claim the!refor as provided in -Article 11. If the acceptance occurs after such
recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER.
38
I
..
I
I
I
I
I
I
I
fI
I
I
I
I
I
I
..
I
I
OWNER MaJ" Correct Defective Work:
13.14. If CONTRACTOR fails within a reasonable time after written
notice of PROFESSIONAL to proceed to correct and to correct defective Work or
to remove and replace rejected Work as required by PROFESSIONAL in accordance
with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR falls to comply with any other
provision of the Contract Documents, OWNER may, after seven days' written
notice tc CONTRACTOR, correct and remedy any such deficiency. In exercising
the rights and remedies under this paragraph OWNER shall proceed
expeditiously, to the extent necessary to complete corrective and remedial
action, OWNER may exclude CONTRACTOR from all or part of the site, take
possession of all or part of the Work, and suspend CONTRACTOR's services
related thereto, take possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and incorporate in the Work
all materials and equipment stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER,
OWNER's representatives, agents and employees such access to the site as may
be necessary to enable OWNER to exercise the rights and remedies under this
paragraph. All direct, indirect and consequential costs of OWNER in exercising
such rights and remedies will be charged against CONTRACTOR in an amount
approved as to reasonableness by PROFESSIONAL, and a Change Order will be
issued incorporating the necessary revisions in the Contract Documents with
respect to the Work, and OWNER shall be entitled to an appropriate decrease in
the Contract Price, and, if the parties are unable to agree as to the amount
thereof, OWNER may make a claim therefor as provided in Article 11. Such
direct, indirect and consequential costs will include but not be limited to
fees and charges of PROFESSIONALs, architects, attorneys and other
PROFESSIONALs, all court costs and all costs of repair and replacement of work
of other:~ destroyed or damaged by correction, removal or replacement of
CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of
the Contract Time because of any delay in performance of the Work attributable
to the ex.ercise by OWNER of OWNER's rights and remedies hereunder.
Neg~ected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with
the Contr'act Documents, including any requirements of the progress schedule,
PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific
correctiv'e actions including, but not limited to, employing additional
workmen, and/or equipment, and working extended hours and additional days, all
at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR
fails to correct the deficiency or take appropriate corrective, action, OWNER
may terminate the contract or CONTRACTOR's right to proceed with that portion
of Work a.nd have the Work done by others. The cost of completion under such
procedure shall be charged against CONTRACTOR. A Change Order shall be issued
incorpora.ting the necessary revisions in the Contract Documents, including an
appropriate reduction in the Contract Price. If the payments due CONTRACTOR
are nots,ufficient to cover such amount, CONTRACTOR shall pay the difference
to OWNER.
13.16. Should CONTRACTOR work overtime, weekends or holidays to regain
the schedule, all costs to OWNER of associated inspection, construction
'management and resident PROFESSIONALs shall be identified to CONTRACTOR and
the ContI'act Price reduced by a like amount via Change Order.
39
I
..
I
I
I
I
I
I
I
fI
I
I
I
I
I
I
..
I
I
ARTICLE 14-PADmNTS TO CONTRACTOR AND COMPLETION
Schedul.e of Va~ues:
14.1. The schedule of values established as provided in 2.9 will serve
as the basis for progress payments and will be incorporated into a form of
application for Payment acceptable to Project Manager. Progress payments on
account e,f Unit Price Work will be based on the number of units completed.
Application for Progress Payment:
14.2. At least twenty (20) calendar days before the date established
for each progress payment (but not more often than once a month), CONTRACTOR
shall submit to PROFESSIONAL for review an application for Payment filled out
and signed by CONTRACTOR covering the work completed as of the date of the
application and accompanied by such supporting documentation as is required by
the Contract Documents. If payment is requested on the basis of materials and
equipment, not incorporated in the Work but delivered and suitably stored at
the site or at another location agreed to in writing, the Application for
Payment .shall also be accompanied by a bill of sale, invoice or other
documenta,tion warranting that OWNER has received the materials and equipment
free and clear of all liens and evidence that the materials and equipment are
covered by appropriate property insurance and other arrangements to protect
OWNER's interest therein, all of which will be satisfactory to OWNER. Payment
is subject to a ten percent (10%) retainage that will be held until the final
payment or acceptance by OWNER. The amount of retainage with respect to
progress payments will be as stipulated in the Agreement.
CONTRACTOR's Warranty of Tit~e:
14.3. CONTRACTOR warrants and guarantees that title to all Work,
material~ and equipment covered by any Application for Payment, whether
incorpora,ted in the Project or not, will pass to OWNER no later than the time
of paymer:,t free and clear of all Liens.
Review 01: App~ications for Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of
each Application for Payment, either indicate in writing a recommendation of
payment Clnd present the application to OWNER, or return the application to
CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR may make the necessary
corrections and resubmit the application. OWNER shall, wi thin thirty-one
calendar days of presentation to him of the application for payment with
PROFESSIONAL's recommendation of the amount for payment, 'pay CONTRACTOR amount
recommended.
14.5. PROFESSIONAL's recommendation of any payment requested in an
Application for Payment will constitute a representation by PROFESSIONAL to
OWNER, becsed on PROFESSIONAL's on-site observations of the Work in progress as
an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's review
of the Application for Payment and the accompanying data and schedules that
the Work has progressed to the point indicated; that, to the best of PROF-
ESSIONAL's knowledge, information and belief, the quality' of the Work is in
40
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
accordance with the Contract Documents subject to an evaluation of the Work as
a functioning whole prior to or upon Substantial Completion, 'to the results of
any subsequent - tests called for in the Contract Documents, to a final
determincltion of quantities and classifications for Unit Price Work under
paragraph 9.10. and to any other qualifications stated in the recommendation,
and that CONTRACTOR is entitled to payment of the amount recommended. However,
by recomDlending any such payment PROFESSIONAL will not thereby be deemed to
have represented that exhaustive or continuous on-site inspections have been
made to check the quality or the quantity of the Work beyond the
responsibilities specifically assigned to PROFESSIONAL in the Contract
Document~; or that there may not be other matters or issues between the parties
that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to
withhold payment to CONTRACTOR.
14,6. PROFESSIONAL's recommendation of final payment will constitute an
additional representation by PROFESSIONAL to OWNER that the conditions
precedent to CONTRACTOR's being entitled to final payment as set forth in
paragraph 14.13 have been fulfilled.
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any
payment if, in PROFESSIONAL's opinion, it would be incorrect to make such
represent:ations to OWNER. PROFESSIONAL may also refuse to recommend any such
payment, or, because of subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment previously
recommended, to such extent as may be necessary in PROFESSIONAL's opinion to
protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged
requirin9 correction or replacement.
14.7.2.
Change Order.
the Contract Price has been reduced by Written Amendment or
14.7.3. OWNER has been required to correct defective Work or complete
Work in accordance with paragraph 13.14. or
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of
the event:s enumerated in paragraphs 15.2.1 through 15.2.9 inclusive.
OWNER mc:y refuse to make payment of the full amount recommended by
PROFESSIONAL because claims have been made against OWNER on account of
CONTRACTOR's performance or furnishing of the Work or Liens have been filed in
connection with the Work or there are other items entitling OWNER to a set-off
. against the amount recommended, but OWNER must give CONTRACTOR immediate
written notice (with a copy to PROFESSIONAL) stating the reasons for such
action.
Subs tan t.lla~ Completion:
14.. 8. When CONTRACTOR considers the entire Work ready, for its intended
use CONTf~CTOR shall notify OWNER and PROFESSIONAL in writing that the entire
Work is substantially complete (except for items specifically listed by
CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of
SubstantJ_al Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR
and PROFESSIONAL shall make an inspection of the Work to determine the status
of completion. If PROFESSIONAL does not consider the Work substantially
41
I
Ie
I
I
I
I
I
I
I
~
I
I
I
I
I
I
..
I
I
complete, PROFESSIONAL will notify CONTRACTOR in writing g~v~ng the reasons
therefor. If PROFESSIONAL considers the Work substantially 'complete,
PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of
Substantial Completion which shall fix the date of Substantial Completion.
There shall be attached to the certificate a tentative list of items to be
completed or corrected before final payment. OWNER shall have seven days after
receipt of the tentative certificate during which to make written objection to
PROFESSIONAL as to any provisions of the certificate or attached list. If,
after considering such objections. PROFESSIONAL concludes that the Work is not
substantially complete, PROFESSIONAL will within fourteen days after
submission of the tentative certificate to OWNER notify CONTRACTOR in writing.
stating the reasons therefor. If, after consideration of OWNER's objections,
PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will
wi thin said fourteen days execute and deliver to OWNER and CONTRACTOR a
defini ti ve certificate of Substantial Completion (with a revised tentative
list of i.tems to be complet~d or corrected) reflecting such changes from the
tentativE' certificate as PROFESSIONAL believes justified after consideration
of any objections from OWNER. At the time of delivery of the tentative
certificc,te of Substantial Completion PROFESSIONAL will deliver to OWNER and
CONTRACTOR a written recommendation as to division of responsibilities pending
final payment between OWNER and' CONTRACTOR with respect to security,
operation, safety, maintenance, heat, utilities, insurance and warranties.
Unless OWNER and CONTRACTOR agree otherwise in writing and so inform
PROFESSIONAL prior to PROFESSIONAL's issuing the definitive certificate of
Substanti.al Completion" PROFESSIONAL's aforesaid recommendation will be
binding (,n OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude CONTRACTOR from the Work
after the date of Substantial Completion, but OWNER,shall allow CONTRACTOR
reasonable access to complete or correct items on the tentative list.
Partia~ r.rti~iza tion:
14.10. Use by OWNER at OWNER's option of any substantially completed,
part of the Work which (i) ha~ specifically been identified ,in the Contract
Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a
separatel,y functioning and usable part of the Work that can be used by OWNER
for its intended purpose without significant interference with CONTRACTOR's
performance of the remainder of the Work, may be accomplished prior to
Substantial Completion of all the Work subject to the following.
14;10.1. OWNER at any time may request CONTRACTOR in writing to permit
OWNER to use any such part of the Work which OWNER believes to be ready for
its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR
will certify to OWNER and PROFESSIONAL that said part of the Work is
substantially complete and request PROFESSIONAL to issue a certificate of
Substantial Completion for that part of the Work. CONTRACTOR at any time may
notify, OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such
part of the Work ready for its intended use and substantially complete and
request PROFESSIONAL to issue a 'certificate of Substantial Completion for that
part of the Work. Within a reasonable time after either such request, OWNER,
CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work
to determine its status of completion. If PROFESSIONAL does not consider that
part of the Work to be substantially complete, PROFESSIONAL will notify. OWNER
and CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL
considers that part o(the Work tq be substantially complete, the provisions of
42
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
.\.
I
I
paragraphs 14.8 and 14.9 will apply with respect
Substantial Completion of that part of the Work
responsibility in respect thereof and access thereto.
certification
the division
of
of
to
and
14.10.2. OWNER may at any time request CONTRACTOR in writing to permit
OWNER to take over operation of any such part of the Work although it is not
substantially complete. A copy of such request will be sent to PROFESSIONAL
and within a reasonable time thereafter OWNER, CONTRACTOR and PROFESSIONAL
shall make an inspection of that part of the Work to determine its status of
completicn and will prepare a list of the items remaining to be completed or
corrected thereon before final payment. If CONTRACTOR does not object in writ-
ing to mJNER and PROFESSIONAL that such part of the Work is not ready for
separate operation by OWNER, PROFESSIONAL will finalize the list of items to
be completed or corrected and will deliver such list to OWNER and CONTRACTOR
together with a written recommendation as to the division of responsibilities
pending final payment between OWNER and CONTRACTOR with, respect to security,
operation, safety, maintenance, utilities, insurance, warranties and
guarantees for that part of the Work which will become binding upon OWNER and
CONTRACTC'R at the time when OWNER takes over such operation (unless they shall
have othE:rwise agreed in writing and so informed PROFESSIONAL). During such
operation and prior to Substantial Completion of such part of the Work, OWNER
shall allow CONTRACTOR reasonable access to complete or correct items on said
list and to complete other related Work.
14.10.3. No occupancy or separate operation of part of the Work will be
accomplished prior to compliance with the requirements of paragraph 5.15 in
respect cf property insurance.
14.10.4. OWNER, may at its discretion, reduce the amount of retainage
subject to Beneficial Occupancy.
Fina~ Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an
agreed pcrtion thereof is complete, PROFESSIONAL will make a final inspection
wi th OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all
particulars in which this inspection reveals that the Work is incomplete or
defective. CONTRACTOR shall immediately take such measures as are necessary to
remedy such deficiencies.
Fina~ ~~ication for Payment:
14.12. After CONTRACTOR has completed all such corrections to the
satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the
Contract Documents all maintenance and operating instructions, schedules,
guarantees, bonds, certificates or other evidence of insurance required by
5.2, certificates of inspection, marked-up record documents and other
documents, CONTRACTOR may make application for final payment following the
procedure for progress payments. The final Application for Payment shall be
accompanied (except as previously delivered) by: (il all documentation called
for in the Contract Documents, including but not limited to the evidence of
insurancE: required, (ii) consent of the surety, if any, to final payment, and
(iii) cOHplete and legally effective releases or waivers (satisfactory to
OWNER) of all liens arising out 'of or filed in connection with the Work. In
lieu of such releases or waivers of liens and as approved by County,
43
I
,~
I
I
I
I
I
I
I
[lit
I
I
I
I
I
g
..
D
I
CONTRACTOR may furnish receipts or release in full and an affidavit of
CONTRACTOR that (i) the releases and receipts include all labor, services,
material and equipment for which a lien could be filed, and (ii) all payrolls,
material and equipment bills and other indebtedness connected with the Work
for which OWNER or OWNER's property might in any way be responsible have been
paid or otherwise satisfied. If any Subcontractor or supplier fails to
furnish :3uch a release or receipt in full, CONTRACTOR may furnish a bond or
other co!~lateral satisfactory to OWNER to indemnify OWNER against any lien.
14 " 12 .1. No application for final payment will be accepted by OWNER
until approved as-built documents by CONTRACTOR are accepted and approved by
PROFESSIONAL.
14,,12.2. Notwithstanding any other prov1s10n of these contract
document~; to the contrary, OWNER and PROFESSIONAL are under no duty or
obligation whatsoever to any vendor, materials provider, Subcontractor,
laborer or other party to ensure that payments due and owing by CONTRACTOR to
any of them are or will be made. Such parties shall rely only on CONTRACTOR's
surety bonds for remedy of nonpayment by him. ,CONTRACTOR agrees to defend and
resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL
for all <::laims arising from or resulting from Subcontractor or supplier or
material men or laborer services in connection with this project.
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and
PROFESSIONAL for any damages sustained including lost profits resulting from
CONTRACTOR's failure or refusal to perform the work required by these contract
document~; .
Final Pa.l'men t and Acceptance:
14.13. If, on the basis of PROFESSIONAL's observation of the Work
during construction and final inspection, and PROFESSIONAL's review of the
final Application for Payment and accompanying documentation as required by
the Cont:ract Documents, PROFESSIONAL is satisfied that the Work has been
completed and CONTRACTOR's other obligations under the Contract Documents have
been fulfilled, PROFESSIONAL will, wi thin ten (10) working days after receipt
of the final Application for Payment, indicate in writing PROFESSIONAL's
recommendation of payment and present the Application to OWNER for payment. At
the same time PROFESSIONAL will also give written notice to OWNER and
CONTRACTOR that the Work is acceptable subject to the provisions of 14.6.
OtherwiSE:, PROFESSIONAL will return the application to CONTRACTOR, indicating
in writir;~g the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application.
After the presentation to OWNER of the application and accompanying
documenta.tion, in appropriate form and substance and with PROFESSIONAL's
recommendation and notice of acceptability, the amount recommended by
PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR.
14.14. If, through no fault of CONTRACTOR, final completion of the Work
is significantly delayed and if PROFESSIONAL sO confirms, OWNER shall, upon
receipt cif CONTRACTOR's final Application for Payment and recommendation of
PROFESSIONAL, and without terminating the Agreement, make payment of the
balance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by OWNER for Work not fully completed or
corrected is less than the retainage stipulated in the Contract, and if bonds
have beeIl furnished as required in Article 5, the written consent of the
44
I
..
I
I
I
'I
I
I
I
III
I
I
I
I
I
I
..
I
I
surety to the payment of the balance due for that portion of the Work fully
completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with
the application for such payment. Such payment shall be made under the terms
and conditions governing final payment, except that it shall not constitute a
waiver of claims.
CONT.RAC~)R's Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and complete the Work in
accordance wi th the Contract Documents shall be absolute. Neither
recommendation of any progress or final payment by PROFESSIONAL, nor the
issuance of a certificate of Substantial Completion, nor-any payment by OWNER
to CONTRl,CTOR under the Contract Documents, nor any use or occupancy of the
Work or a,ny part thereof by OWNER, nor any act of acceptance by OWNER nor any
failure to do so, nor any review and approval of a Shop Drawing or sample
submission, nor the issuance of a notice of acceptability by PROFESSIONAL
pursuant to paragraph 14.13. nor any correction of defective Work by OWNER
will constitute an acceptance of Work not in accordance with the Contract
Documents: or a release of CONTRACTOR's obligation to perform the Work in
accordance with the Contract Documents (except as provided in paragraph
14 .16) .
Wai ver 0:1: Claims:
14.16. The making and acceptance of final payment will constitute:
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except
claims arising from unsettled liens, from defective Work appearing after final
inspection pursuant to 14.11 from failure to comply with the Contract
Documents: or the terms of any special guarantees specified therein, or from
CONTRACTOR's continuing obligations under the Contract Documents; and
14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than
those previously made in writing and still unsettled.
ARTICLE 15--S0SPENSION OF WORK AND
TEmaNATION
Owner MaJ" Suspend Work:
15.1. OWNER may, at any time and without cause, suspend the Work or any
portion thereof for a period of not more than ninety days by notice in writing
to CONTRl,CTOR and PROFESSIONAL which will fix the date on which Work will be
resumed. CONTRACTOR shall resume the Work on the date so fixed: CONTRACTOR
shall be allowed an adjustment in the Contract Price or an extension of the
Contract Time, or both, directly attributable to any suspension if CONTRACTOR
makes an approved claim therefor as provided in Articles 11 and 12.
45
I
..
I'
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
Tezminatj,on For Cause:
15.2. Upon the occurrence of anyone or more ,of the following events:
15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of
the Bankruptcy Code (Title 11, United States Code), as now or hereafter in
effect, or if CONTRACTOR takes any equivalent or similar action by filing a
petition or otherwise under any other federal or state law in effect at such
time rela,ting to the bankruptcy or insolvency;
15.2.2. if a petition is filed against CONTRACTOR under any chapter of
the Bankruptcy Code as now or hereafter in effect at the time of filing, or if
a petition is filed seeking any such equivalent or similar relief against
CONTRACTOR under any other federal or state law in effect at the time relating
to bankruptcy or insolvency;
15.2.3. if CONTRACTOR makes a general assignment for the benefit of
creditorE:;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is
appointed under applicable law or, under contract, whose appointment or
authority to take charge of property of CONTRACTOR is for the purpose of
enforcing' a Lien against such property or for the purpose of general
administration of such property for the benefit of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts
generally, as they become due;
15.2.6. if CONTRACTOR fails to perform the Work in accordance with the
Contract Documents (including, but not limited to, failure to supply
sufficier:,t skilled workers or suitable materials or equipment or failure to
adhere to the progress schedule established under paragraph 2.9 as revised
from timE: to time);
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body
having jurisdiction;
15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
15.2.9. if CONTRACTOR otherwise violates in any substantial way any
provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and
the surety, if there be one) seven days' written notice and to the extent
permitted, by Laws and Regulations, terminate the services of CONTRACTOR,
exclude CONTRACTOR from the site and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction equipment and machinery at the
site and use the same to the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for tr~spass or conversion), incorporate in
the Work all materials and equipment stored at the site or for which OWNER has
paid CONTRACTOR but which are ~tored elsewhere, and finish the Work as OWNER
may deem expedient. In such case CONTRACTOR shall not be entitled to receive
any further payment until the Work is finished. If the unpaid balance of the
Contract Price exceeds the direct, indirect and consequential costs of
completing the Work (including but not limited to fees and charges of
PROFESSIONALS, architects, attorneys and other PROFESSIONALS and court and
arbitration costs) such excess will be paid to CONTRACTOR. If such costs
exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER.
46
I
..
I
I
I
I
I
I
I
fI
I
I
I
I
I
I
..
I
I
Such costs incurred by OWNER will be approved as to reasonableness by
PROFESSIONAL and incorporated in a Change Order, but when exercising any
rights oz' remedies under this paragraph OWNER shall not be required to obtain
the lowe::t price for the Work performed.
15.3. In the event OWNER terminates the contract for cause and it is
subsequer.ct1y judicially determined that there was no cause for termination,
the termination for convenience provision will be the means for disposition of
the balar.,ce of the contract obligations.
Terminati.on for Convenience
15.4. Upon seven working days' written notice to CONTRACTOR and
PROFESSIONAL, OWNER may, without cause and without prejudice to any other
right or remedy of OWNER, elect to terminate the Contract. In such case,
CONTRACTOR shall be paid (without duplication of any items) :
15.4.1. For completed and acceptable Work executed in accordance with
the Contract Documents prior to the effective date of termination, including
fair and reasonable sums for overhead and profit on such Work;
15.4.2. For expenses sustained prior to the effective date of
termination in performing services and furnishing labor, materials or
equipment as required by the Contract Documents in connection with uncompleted
Work, plus fair and reasonable sums for overhead and profit on such expenses;
15.4.3. For all claims, costs, losses and damages incurred in
settlement of terminated contracts with Subcontractors, suppliers and others;
,and
15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or
revenue or other economic loss arising out of or resulting from such
termination.
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the
termination will not affect any rights or remedies of OWNER against CONTRACTOR
then ,existing or which may thereafter accrue. Any retention or payment of
moneys due CONTRACTOR by OWNER will not ,release CONTRACTOR from liability.
CONTRACTOR May Stop Work or Termina te:
15.6. If through no act or fault o'f CONTRACTOR, the Work is suspended
for a period of more than ninety calendar days by OWNER or under an order of
court or other public authority, or' PROFESSIONAL fails to act on any
Application for Payment within thirty days after it is submitted or OWNER
fails for thirty-one days to pay CONTRACTOR any sum finally determined to be
due, then CONTRACTOR may upon seven working days' written notice to OWNER and
PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension
or failure within that time, terminate the Agreement and recover-from OWNER
payment on the same terms as provided in 15.2. In lieu of terminating the
Agreement and without prejudice to any other right or remedy, if PROFESSIONAL
has failE!d to act on an Application for Payment within thirty days after it is
submitted, or OWNER has failed for thirty-one days after it is submitted, or
OWNER has failed for thirty-one calendar days to pay CONTRACTOR any sum
finally determined to be due, CONTRACTOR may upon seven day's written notice
47
I
..
I
I
I
I
I
I
I
ft
I
I
I
I
I
I
..
'1
I
to OWNER and PROFESSIONAL stop the Work until payment of all such amounts due
CONTRACTOR, including interest thereon. The provisions of this paragraph are
not intended to preclude CONTRACTOR from making claim under Articles 11 and 12
for an increase in Contract Price or Contract Times or otherwise for expenses
or damage directly attributable to CONTRACTOR's stopping Work as permitted by
this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR
of the obligations under paragraph 6.30 to carryon the Work in accordance
with the progress schedule and without delay during disputes and disagreements
with OWNER.
ARTICLE 16--DISPUTE RESOLUTION
16.1. All disputes arising under this Contract or its interpretation
whether involving law or fact or both, or extra work, and all claims for
alleged breach of contract shall within ten (10) working days of the
commencement of the dispute be presented by CONTRACTOR to OWNER for decision.
All papers pertaining to claims shall be filed in quadruplicate. Such notice
need not detail the amount of the claim but shall state the facts surrounding
the claim in sufficient detail to identify the claim, together with its
character and scope. In the meantime, CONTRACTOR shall proceed with the Work
as directed. Any claim not presented within the time limit specified in this
paragraph shall be deemed to have been waived, except that if the claim is of
a continuing character and notice of the claim is not given within ten (10)
working days of its commencement, the claim will be considered only for a
period' commencing ten (10) working days prior to the receipt by OWNER of
notice thereof. Each decision by OWNER will be in writing and will be mailed
to CONTRACTOR by registered or certified mail, return receipt requested,
directed to his last known address.
16.2. All claims, disputes and other matters in question between OWNER
and CONTFACTOR arising out of, or relating to, the Contract Documents or the
breach thereof shall be decided under Georgia Law in the Superior Court of
Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to
jurisdiction and venue in the Superior Court of Richmond County, Georgia, and
waives any right to contest same.
ARTICLE 17-MISCELLANEOUS
Gi ving Nc,tice:
17.1. Whenever any prov1s10n of the Contract Documents requires the
giving of written notice, it will be deemed to have been validly given if
delivered in person to the individual or to a member of the firm or to an
officer of the corporation for whom it is intended, or if delivered at or sent
by registered or certified mail, postage prepaid, to the last business address
known to the giver of the notice.
Computation of Time:
17.2.1. When any period of time, is referred to in the Contract
Document~: by days, it will be computed to exclude the first and include the
last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday by the law of the
applicable jurisdiction, such day will be omitted from the computation.
48
I
..
I
I
I
I
I
I
I
fI
I
I
I
I
I
I
..
I
I
17.2.2. A calendar day of twenty-four hours measured from midnight
to the next midnight shall constitute a day.
General. :
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or
property because of any error, omission or act of the other party or of any of
the other' party's employees or agents or others for whose acts the other party
is legally liable, claim should be made in writing to the other party within a
reasonable time of the first observance of such injury or damage. The
provisions of this paragraph 17.3 shall not be construed as a substitute for
or a waiver of the provisions of any applicable statute of limitations or
repose.
17.4. The duties and obligations imposed by these General Conditions and
the rights and remedies available hereunder to the parties hereto, and, in
particular but without limitation, the warranties, guarantees and obligations
imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2
and all of the rights and remedies available to OWNER and PROFESSIONAL
thereundE!r, are in addition to, and are not to be construed in any way as a
limitation of, any rights and remedies available to any or all of them which
are otherwise imposed or available by Laws or Regulations, by special warranty
or guarantee or by other provisions of the Contract Documents, and the
provisions of this paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation,
right and remedy to which they apply. All representations, warranties and
guarantees made in the Contract Documents will survive final payment and
termination or completion of the Agreement.
17,5. CONTRACTOR shall keep adequate records and supporting
documentation applicable to this Work and Contract. Said records and
documentation shall be retained by CONTRACTOR for a minimum of five (5) years
from the date of final completion 'or termination of this Contract. OWNER
shall have the right to audit, inspect, and copy all such records and
documentation as often as OWNER deems necessary during the period of the
Contract and for a period of five (5) years thereafter provided, however, such
activity shall be conducted only during normal business hours. OWNER, during
this period of time, shall also have the right to obtain a copy of and
otherwise inspect any audit made at the direction of 'CONTRACTOR as concerns
the aforesaid records and supporting documentation.
17..6. The Contract Documents are intended by the Parties to, and do,
supersedE! any and all provisions of the Georgia Prompt Pay Act, O.C.G.A.
Section 1l3-11-1, et seq. In the event any provision of the Contract Documents
are inconsistent with any provision of the Prompt Pay Act, this provision of
the Contract Documents shall control.
17..7. Notwithstanding any provision of the law to the contrary, the
parties agree that no interest shall be due Contractor on any sum held as
retainage pursuant to the Contract Documents and CONTRACTOR specifically
waives any claim to same.
49
I
..
I
I
I
I
I
I
I
fI
I
I
I
I
I
I
..
I
I
SC - 1
SC - 2
SC - 3
SC - 4
SC - 5
SC - 6
SC - 7
SC - 8
SC - 9
SC - 10
SC - 11
SC - 12
SC - 13
SC - 14
SC - 15
SC - 16
SC - 17
SC - 18
SC - 19
SC - 20
SC - 21
SC - 22
SC - 23
SC 24
SC - 25
INDEX
CONTRACT DOCUMENTS AND DRAWINGS
ENGINEER FOR THE PROJECT
FIELD OFFICE
BOUNDARIES OF WORK AND STAGING AREAS
EXISTING STRUCTURES AND UTILITIES
SCHEDULE OF EQUIPMENT IN THE 810
UTILITIES
TEMPORARY SANITARY FACILITIES
SURVEYS AND PERMITS
DIMENSIONS
SEDIMENT AND EROSION CONTROL
SAFETY AND HEALTH REGULATIONS
SITE CONTAMINATION AND CHEMICALS
STORAGE OF MATERIAL
TRAFFIC SAFETY
CLEANING UP
PRIOR USE BY OWNER
RESTORATION OF PROPERTY
SEQUENCING OF CONSTRUCTION
MANUFACTURER'S DIRECTIONS
INSURANCE LIMITS
SUBSTITUTION OF MATERIALS
SET UP AND MATERIAL STORAGE AREAS
SUBSURFACE CONDITIONS
SHOP DRAWINGS
SECTION SC
SUPPLEMENTARY CONDITIONS
9905-03 SC.doc
'ZEL, ENGINEERS
SC-1
I
~
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
SC - 1
CONTRACT DOCUMENTS AND DRAWINGS:
The Contract Documents which form a part of this contract include
Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Notice of
Award, AgI:eement, Payment Bond, Performance Bond, Notice to Proceed, Change
Order, General Conditions, Special Conditions, Technical Specifications,
Drawings clnd Addenda.
Specifications: The specifications consist of a written description of a
general and technical nature ~f materials, equipment, construction systems,
standards and workmanship, and include General Conditions, Supplemental
General Conditions, Special Conditions and Technical Specifications indexed
at the front of this bound volume of Contract Documents.
Drawinqs: The Engineer will furnish to the Contractor, free of charge, all
copies of the drawings and specifications reasonably necessary for the
execution of the work. Location of all features of the work included in
the contract are indicated on the contract drawings. The following
drawings, dated February 1999, comprise the plans for this contract.
DRANING NO.
TITLE
COVE:R
l.
2.
3.
4.-
5.
6.
7.
8.
9.
10.
ll.
12.
13.
14.
15.
16.
17.
18.
19.
20.
LOCATION AND INDEX
SITE PLAN
EROSION AND SEDIMENT CONTROL PLAN
GENERAL ARRANGEMENT PLAN
YARD PIPING
PLANT PIPING
BUILDING PLAN AND ELEVATIONS
CHEMICAL FEED FACILITY PLANS, ELEVATIONS, ETC.
BUILDING FLOOR AND FOUNDATION PLANS
WALL SECTIONS AND BUILDING DETAILS
ROOF FRAMING PLANS
STRUCTURAL DETAILS SHEET 1
STRUCTURAL DETAILS SHEET 2
STRUCTURAL DETAILS SHEET 3
STANDARD REINFORCING DETAILS
ENLARGED PLAN: LABORATORY AND OFFICE
CHEMICAL FEED PLANS
PIPING AND INSTRUMENTATION DIAGRAM
PLUMBING, HEATING AND AIR CONDITIONING
ELECTRICAL- SITE PLAN AND AREA LIGHTING
ELECTRICAL- SINGLE LINE, MCC PANELS, SCHEDULES
DETAILS
ELECTRICAL-
ELECTRICAL-
ELECTRICAL-
AND
2l.
22.
23.
PLAN AND DETAILS, SERVICE BUILDING
PLAN AND DETAILS, CHEMICAL FEED FACILITY
VENTILATION SYSTEM AND MISCELLANEOUS DETAILS
'ZEL, ENGINEERS
9905-03 SC.doc
SC-2
I
~
I
I
I
I
I
I
I
fI
I
I
I
I
I
I
..
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
SC - 2
ENGINEER FOR THE PROJECT:
The ENGINEER for this project, referenced in the General Conditions as the
PROFESSIONAL, is Zimmerman, Evans and Leopold, Inc., 435 Telfair Street,
Augusta, GA 30901. The engineer's representative on the site will be the
Resident Project Representative (RPR).
The RPR will:
. Provide engineering liaison with the contractor working principally
through the Contractor's superintendent to assist in understanding
the intent of the contract documents.
. Provide assistance to the contractor with obtaining additional
details and information.
. Coordinate with on -site personnel who are operating the owner's
facilities.
. Verify tests, equipment and systems startup.
. Provide the initial review of the contractor's payment requests
. MakEl recommendations for the ENGINEER's review.
The RPR will not:
. Authorize deviations from the Contract Documents or substitution of
matElrials or equipment, un~ess authorized by the ENGINEER.
. Exceed the limitations of ENGINEER's authority.
. Undertake any of the responsibilities of CONTRACTOR, subcontractors
or CONTRACTOR's superintendent.
. Advi,se on, issue directions relative to, or assume control over any
aspect of the means" methods, techniques, sequences or procedures of
construction unless such advice or directions are specifically
re~lired by the Contract Documents.
. Advise on, issue directions regarding, or assume control over safety
precautions and programs in connection with the Work.
. Accept Shop Drawings or sample submittals from anyone other than the
CON~rRACTOR .
. Authorize the OWNER to occupy the Project in whole or in part.
SC - 3
FIELD OFFICE:
The Contractor shall maintain a field office on the site of the work which
contains d telephone, the contract documents, and the contractor's records.
In addition, another office shall be equipped with a telephone, file
cabinet for project records, a table for reference of construction plans,
storage space for project plans and specifications and other furnishings as
required for the exclusive use of the Owner's proj ect representative who
will be assigned to this project.
SC - 4
BOUNDARIES OF WORK AND STAGING AREAS:
The Contractor shall not enter on or occupy with men, tools, equipment, or
materials, any ground outside' the limits of Owner's. property or
construction easements without written consent of the Owner of such
property. A staging area for this contract must stay within the property
'ZEL, ENGINEERS
9905-03 SC.doc
SC-3
I
..
I
I
I
I
I
I
I
IfI
I
I
I
I
I
I
..
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
boundarie~l and will be coordinated to provide adequate space for the other
contractor's on site.
SC - 5
EXISTING STRUCTURES AND UTILITIES:
It is mandatory that the Contractor locate any previously placed
underground installations and construction prior to his engaging in any
work in C'.reas where such improvements may exist. The Contract drawings
indicate general locations of such existing and/or planned improvements
solely for the purpose of initial and general representation thereof. The
Owner and Engineer have not verified locations of these improvements as a
basis for locations displayed on the drawings. All utilities and
improvements must be located and flagged by the Contractor prior to
commencin9 work. Flags must be maintained and based upon actual field
determinat:ions. The Owner's proj ect inspector must be notified before any
work begins in the vicinity of existing underground improvements.
The Contractor shall be held responsible for any damage and for maintenance
and protection of existing construction and utilities. All damaged
construction, utilities or, improvements shall be restored to the original
or better condition in which they were discovered.
SC - 6
SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID:
The equipment Selection Schedule of the bid shall be completed to denote
the manufacturer of major equipment proposed to be furnished by the Bidder
under the Base Bid. In that schedule, the manufacturer of the items of
major equipment upon which the design is based is listed as Selection "A"
for the several items. Also listed under many of those items are other
manufactUl:ers whose equipment or products are those items for which more
than one acceptable manufacturer is listed, the Bidder must indicate which
manufacturer of equipment will be provided under the Lump Sum Base Bid by
striking .the inapplicable manufacturers. Failure of the Bidder to strike
the inapplicable manufacturers will be interpreted to mean that Selection
"A" will be furnished.
In that same schedule, the Bidder has the opportunity to offer substitute
equipment for consideration by the Owner and the ENGINEER. Such substitute
equipment must satisfy the following conditions and the Bidder must state
the deduction or increase of contract amount if that substitute is
accepted.. The offering of such substitute equipment shall be optional to
the Bidde;t: and the offering of such substitutions or failure to so offer
shall not, influence the determination of the low bidder and the award of
the contract. Only the Base Bid will be considered for the contract award.
In the event the Owner, upon the recommendation of the ENGINEER, accepts
any substiitute equipment for incorporation into the project, the contract
amount of the award will be adjusted accordingly as a Pre-Award Addendum or
by a formal change order.
Consideration of the substitute equipment by the Owner and the Engineer
will be slwject to the following conditions:
'ZEL, ENGINEERS
9905-03 SC.doc
SC-4
I
Ie
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
~
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
a) The substitute equipment shall be of equal quality, function and
performance to the designated Base Bid equipment item.
b) When requested, the Bidder/Contractor shall submit sufficient data
including full descriptive material, specifications, drawings, certified
operating parameters and efficiencies for the ENGINEER to evaluate the
equipment.
c) Such equipment shall be suitable for installation in the space allocated
on the construction plans without major modifications. Any such
modifications shall be delineated by appropriate drawings submitted with
data for consideration and any cost associated therewith shall have been
included in the substitute offer.
SC - 7
UTILITIES:
The Contractor shall provide for temporary utilities for construction
operatiom:. Potable water is available from hydrants with prior approval
from the ~ugusta Utilities Department, phone 796-5000. The Contractor
shall make provisions for telephone service with the phone company. Any
power re~lirements shall be provided by the Contractor by arrangement with
the apprc.priate electric utility company. The Contractor shall make
sui table arrangements to provide fuel for temporary heating and/or other
construction operations as necessary.
SC - 8
TEMPORARY SANITARY FACILITIES:
Upon commencing work, the Contractor shall provide temporary screened and
shielded :3anitary privies in a manner meeting the approval of the Engineer.
FacilitieB shall be maintained in a sanitary condition by the Contractor
and in cOlnpliance with the requirements of authorities having jurisdiction.
All temporary facilities shall be removed by the Contractor and the area
returned to its original condition prior to acceptance of the completed
project.
SC - 9
SURVEYS AND PERMITS:
The Contractor shall make his own
lines and grades from the basic
Engineer.
surveys and establish his own working
reference lines established by the
The CONTRACTOR shall carefully preserve bench marks, reference points and
stakes and, in case of willful or careless destruction, he shall be charged
with the resulting expense and shall be responsible for any mistakes that
may be caused by their unnecessary loss or disturbance.
Permits and licenses of a temporary nature necessary for the prosecution of
the' WORK shall be secured and paid for by the CONTRACTOR. Inquiries
regarding permits and licenses shall be directed to the Licensing and
Inspecting Department, phone 796-5050. The CONTRACTOR shall give all
notices and comply with all laws, ordinances, rules and regulations bearing
on the conduct of the WORK as drawn and specified. If the CONTRACTOR
observes that the CONTRACT DOCUMENTS are at variance therewith, he shall
'ZEL, ENGINEERS
9905-03 SC,doc
SC-5
I
..
I
I
I
I
I
I
I
-
I
I
I
I
I
I
\a
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
promptly notify the ENGINEER in writing, and any necessary changes shall be
adjusted as provided in Article 10, CHANGES IN THE WORK.
SC - 10
DIMENSIONS:
Dimensions shown in figures or which can be determined by computation from
other figures shown, shall take precedence over dimensions scaled from the
drawings. When the work of the Contractor is affected by finished
dimensions, these shall be determined by the Contractor at the site and he
shall assume the responsibility therefor.
SC - 11
EROSION AND SEDIMENT CONTROL:
The Contra,ctor will be required to schedule his work and perform operations
in such a manner that siltation and bank erosion will be minimized during
all phase.;; of construction. Any areas disturbed during the course of
construction shall be restored to a condition equal or better than the
original :::ondition. Grassing of disturbed areas shall be the minimum
acceptable restoration. Sil t control devices such as straw bale fences
and/or silt fence weight filter fabric shall be installed to limit
migration of silt to the watercourses. Erosion Control devices such as
mats, grass, mulch, and crushed stone shall be installed to protect
adjoining areas from soil contamination. Compliance with the guidelines of
the Manual for Erosion and Sedimentation Control in Georqia, pursuant to
the Erosion and Sedimentation Act of 1975, shall apply as though fully set
forth herE:in.
The Contractor shall procure a Land Disturbing Permit from: Augusta-
RichrnondPlanning Commission, 525 Telfair Street, Augusta, GA 30911. As a
part of the permitting process, the Contractor shall provide his
construction schedule of land disturbing work and shall include a plan of
the temporary measures to be in place during construction. An employee of
the prime Contractor shall be designated as the work site Erosion and
Sediment Control Supervisor who is to be responsible for timely
installation of erosion and sedimeni control measures and who shall provide
early detection and correction of erosion, sediment, and flooding problems
and who shall have full (24 hr) access to the personnel, equipment,
materials, means and measures to ensure correction of routine and or
special dE:ficiencies.
Permanent erosion control measures for this site include moderate slopes,
pavement, and permanent grassing. The Contractor shall strive to expedite
completion of any permanent measures and shall keep the temporary measures
in place until a satisfactory temporary grass cover ,is established.
SC - 12
SAFETY AND HEALTH REGULATIONS:
The Contractor shall comply with the Department of Labor Safety and Health
Regulations for construction promulgated under the Occupational Safety and
Health Act of 1970 (PL91-596) and tinder Sec. 107 of the Contract Work Hours
and Safety Standards Act ,( PL91-54) .
SC - 13
SITE CONTAMINATION AND CHEMICALS:
'ZEL, ENGINEERS
9905-03 SC. doc
SC-6
I
Ie
I
I
I
I
I
I
I
tt
I
I
I
I
I
I
..
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
The CONT~~CTOR shall prevent the construction site from being contaminated
with .any substance in quantities or under circumstances prohibited by
environmental protection laws of the United States or the State of Georgia.
The CONTR~CTOR shall be responsible to the OWNER if, at any time, state or
federal authorities make a claim or demand against the OWNER on account of
contamination of the site caused or allowed by the CONTRACTOR or any of its
forces or subcontractors.
All chemicals used during project construction or furnished for project
operation, whether herbicide, pesticide, disinfectant, polymer, reactant or
of other classification, must be registered for the purpose specified with
USDA. 'Jse of all such chemicals and disposal of residues shall be in
strict conformance with instructions.
SC - 14
STORAGE OF MATERIALS:
Materials shall be so stored as to insure the preservation of their quality
and fitness for the work. When considered necessary, they shall be placed
on wood,en platforms or other hard, clean, surfaces, and/or placed. under
cover. Stores of materials shall be so located as to facilitate prompt
inspection.
SC - 1:,
TRAFFIC SAFETY:
The Contractor will be held responsible for any damages caused by
negligf3nce on his part, or by the improper placing of or failure to display
danger signs and road lanterns; all traffic lanes will be kept open and
clear at all times and no excavated material or equipment will be placed on
pavement during construction.
SC - 16
CLEANING UP:
The Contractor shall keep the premises free from the accumulation of waste
material and rubbish, and upon completion of the work, prior to final
accep'tance of the completed project by the Owner, he shall remove from the
premises all rubbish, surplus materials, implements, tools, etc., and leave
his \'/ork in a clean condition, satisfactory to the Engineer. On a daily
basie, the work area shall be cleaned sufficiently to produce a neat
appearance.
SC - 17
PRIOR USE BY OWNER: '
Prior to completion of the work, the Owner (by agreement with the
Contractor) may take over the operation and/or use of portions of the
proj ect . Such use of facilities by the Owner shall not be deemed as
acceptance of any work or relieve the Contractor from any of the
requirements of the Contract Documents.
SC :- 18
RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced by the
operations or acts of any of his agents or employees. Such restoration
she:ll include seeding, sodding, transplanting' of lawns, hedges, or
ornamental plantings, and the repair or replacement of streets, dri~~ways,
=
'ZEL, ENGINEERS
990!j-03 SC.doc
SC-7
m
..
o
m
I
I
I
I
I
-'
I
I
I
I
I
I
..
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
walks, fences, or other facilities in such a manner as to meet the approval
of the Engineer. No structures, fences or trees shall be removed without
the consemt of the property owner or until condemnation procedure, if
necessary,. has been completed.
Restoration of property shall commence immediately upon substantial
completion of the proposed work in the various areas of the construction
site.
SC - 19
SEQUENCING OF CONSTRUCTION WORK:
The contract for construction of the clearwell for Water Plant No. 3 has
been awarded. The contractor for the plant facilities will be expected to
cooperate with other Contractors in order that they too may complete their
work in a timely manner.
SC - 20
MANUFACTURER'S DIRECTIONS:
Manufactured articles, materials and equipment shall be applied, installed,
connected, erected, used, cleaned and conditioned as directed by the
manufacturer unless herein specified to the contrary.
SC - 21
INSURANCE LIMITS:
The CONTRACTOR shall purchase and maintain such insurance as will protect
him from claims set forth in Article 5 of the General Conditions wh.ich may
arise out of or result ,from the CONTRACTOR's execution of the WORK, whether
such execution be by himself or by any SUBCONTRACTOR or by anyone for whose
acts any of them may be liable:
The CONTRA.CTOR shall procure and maintain, at his own expense, during the
CONTRACT TIME, liability insurance as hereinafter specified; CONTRACTOR's
General Public Liability and Property Damaqe Insurance including vehicle
coverage issued to the CONTRACTOR and protecting him from all claims for
personal inj ury, 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 $500,000 for all damages arising
out of bodily injury, including death, at any time resulting therefrom,
sustained by anyone person in anyone accident; and a limit of liability
of not less than $500,000 aggregate for any such damages sustained by two
or more persons in anyone accident. Insurance shall be written with a
limit ,of :Liability of not less than $200,000 for all property damage
sustained by anyone person in anyone accident; and a limit of liability
of not less than $200,000 aggregate for any such damage sustained by two or
more persons in anyone accident.
The CONTRACTOR shall acquire and maintain, if applicable, Fire and Extended
Coveraqe insurance upon the PROJECT to the full insurable value thereof.
This provi:3ion shall in no way release the CONTRACTOR or CONTRACTOR'S
'ZEL, ENGINEERS
9905-03 SC.doc
SC-8
I
It
n
I
I
I
I
I
I
~
I
I
I
I
I
I
..
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
surety from obligations under the CONTRACT DOCUMENTS to fully complete the
PROJECT.
The CONTR~CTOR shall procure and maintain, at his own expense, during the
CONTRACT 'rIME, in accordance with the provisions of the law of the state in
which the work is performed: Workmen's Compensation Insurance, including
occupational disease provisions, for all of his employees at the site of
the PROJECT and in case any work is sublet, the CONTRACTOR shall require
such SUBCONTRACTOR similarly to provide Workmen's Compensation Insurance,
including occupational disease provisions for all the latter's employees
unless su,ch employees are covered by the protection afforded by the
CONTRACTOR. In case any class of employees engaged in hazardous work under
this contract at the site of the PROJECT is not protected under Workmen's
Compensation statute, the CONTRACTOR shall provide and shall cause each
SUBCONTRACTOR to provide, adequate and suitable insurance for the
protection of his employees not otherwise protected. .
The CONTRltCTOR shall secure, "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 CONTRACT PRICE totaled
in the BID. The policy shall cover not less than the losses due to fire,
explosion, hail, lightning, vandalism, malicious mischief, wind, collapse,
riot, aircraft, and smoke during the CONTRACT TIME, and until the WORK is
accepted by the OWNER.
SC -22
SUBSTITUTION OF MATERIALS:
Notwithstanding any provision of the general conditions, there shall be no
substitution of materials that are not determined to be equivalent to those
indicated or required in the contract documents without an amendment to the
contract.
SC - 23
SET UP AND MATERIAL STORAGE AREAS
This project is Contract 3 of a 3-part project to build a complete water
treatment facility. The facilities marked existing or by other contract on
the Site P:\.an are scheduled to be under construction during the execution
of this Contract. The Contractor should carefully examine the drawings and
plan to se',: up and store materials in areas that will not conflict with
construction of other project facilities. Also, since this Contract and
other Contracts are scheduled to overlap, the Contractor should be prepared
to share access to the site and cooperate with the Owner; the Engineer, and
the Contractor building the clearwell and furnishing the pumps.
SC - 24
SUBSURFACE CONDITIONS:
The followi.ng logs of borings made in 1999 by an independent testing
laboratory at the site are presented for information only. . Neither the
Engineer no:c the Owner assumes any responsibility for the accuracy of this
information.. The borings are located and identified on Drawing 1, Site
Plan, of thEl Contract Drawings.
'ZEL, ENGINEERS
9905-03 SC,doc
SC-9
I
,.
I
I
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
SC - 25
SHOP DRAWINGS:
Shop Drawinqs: The contractor shall submit six copies of all shop drawings,
installation manuals, and other data required to be submitted for approval
as listed in the various section of the technical specifications.
Submittals shall be identified by the specifications section and specific
i terns to which they apply, and shall be reviewed and stamped by the
contractor before submitting for approval.
Refer to Paragraphs 6.23 thru 6.29 for further details.
Maintenance Manuals: The contractor shall furnish six copies of instruction
and maintenance manuals, parts lists, and a list of recommended spare parts
on a timely basis. Test and inspection data reports, and a marked up copy
of the contract drawings reflecting as-built conditions shall be furnished
at the co~~letion of the contract.
'ZEL, ENGINEERS
9905-03 SC. doc
SC-10
n t...-
~c:;
II.. ..
.-.--
. ~:I
a.....
I c:> I
I .. i
:t-l
I ~..
I ----.....
.I
--r- {Ii c; c 0' -
--..J I I -.)
'~1~~
"",'
~ ,- .
_ c
" . --' '-~
- .
GROUN"D\\l~~TER PLANT, SITE W-3B
OLD \^,'iA. YNESBORO ROAD
l\lJGUSTA. GEORGIA
REPORT NuMBER B-04699
Q.)
c::;..-~
c:::t:1
.
-
I :s
I ~>
..c:::a
\:
I ,
I ~~ ~)
I
I
I
I
:J . '.: ':, "" ~ "'- .-
, CSRA Testing and Engineering Company, Inc.
IOOS Emmen Street. Suite A. Augusta. Georgia 30904
(706) 733-6960 . Fax (706) 737-0629
. '
I
lie
I
id
d
"
.
.
.
,.
.
II
--
II
---
-
..
..
-
.JI
II
..II
--
-~
.I
.I
:-
INTROL-UCTION
This report presents the results of a preliminary foundation exploration for a
proposed groundwater plant on OldWaynesboro Road in Augusta, Georgia. It is our
understanding that the planned construction is to be light single story structures of
conventional design.
The purpose of this work was to evaluate the suitability of this site for the
proposed construction and to detennine whether any e>..1raordinary conditions could be
expected. In order to explore the subsurface soil conditions, test boring were made to
determine the character and composition of underlying soil strata and to defme the soil
profile within the areas of these borings. Samples of the soil were obtained from the
test boring~; for field and laboratory analyses to assess the engineering characteristics
of the foundation materials and to provide criteria for use by the design engineers ill
preparing the fOlmdation treatment and site development for this project.
Page -1-
-.J
.~
1/
~
...
~
~
.1
I~
II
II
.1
tl
t
III
II
.1
..
.-
J
J
I
J
~
J
l
.
FIELD INVESTIGATION
The field exploration to determine the engmeenng characteristics of the
foundation materials included a reconnaissance of the project sites, the making of the
borings, th~ perfonnance of standard penetration tests and the recovery of disturbed
split spoon samples. The apparent ground water level was recorded in each boring
after comp:letion.
Four (4) test borings have been made, and these were drilled to depths shown
on the individual test boring records. The borings were located by means ofnonnal
taping procedures and are shown on an attached Boring Location Plan.
Soil sampling was performed in accordance with ASTM D-1586 utilizing a truck
mounted drill rig. This boring was made with continuous steel auger flights. At
regular intervals, standard penetration tests were conducted with a two inch (2") split
tube sampler. The sampler was first seated six inches (6") to penetrate any loose
cuttings, then driven an additional foot with blows of a 140-pound hammer falling thirty
inches (30"). A record was made of the nwnber of hammer blows required to drive the
sampler the final foot. This number is designated the penetration resistance and is an
index of the soil strength and density.
Page -2-
11
-
~
.
I
.
.
.
JI
iI
.
..
.
II
JI
.-II
1iiiiiII=
==
I
,~
A
"111-
-
--
~-!!!!!=.
--
..
~
-.
SUBSURFACE CONDITIONS
Representative samples of the soils obtained by the standard penetration tests
were visua.lly examined in the field and returned to our laboratory for further analysis.
In the laboratory, each sample was examined and classified by composition and texture
according to the Unified Soil Classification System.
The types of subsurface materials encountered in these test borings are described
on the accompanying test boring records. The results of our standard penetration tests
and water level observation at the time of this exploration are listed in numerical form
on the test boring records. The soil conditions described in the test boring records
represent our interpretation of the field boring logs, visual examination of the soil
samples, and comparison to typical samples from past explorations in this geophysical
regIOn.
Representative samples of the soil were placed in special sample jars and are
now stored in our laboratory if further analysis is desired. Unless we are notified
otherwise, all of the soil samples from this exploration will be disposed of after thirty
(30) days..
Page -3-
I
.
lie
II
II
.
d
i
II
I
i
II
I
..
I
.
,
!
--
\
'.
.
.
JI
~
.'
~:
~.
DISCUSSION
Based upon the results of conditions encountered in test borings, it is our opinion
that this site can be developed for a normal spread footing type of foundation treatment
with proper site preparation and construction procedures. The existing upper loose
sands havf:: rather poor soil bearing qualities at present, but can be densified quite easily
with vibratory compaction to obtain improved bearing values. Before concrete
placement, we recommend that all footing excavations be compacted to a minimum
density of 95% of Standard Proctor Value. With this degree of compaction, a net
uniform soil pressure of I ,500 psf can be used for foundation design. Since the upper
soils at this site are granular sands, we recommend a minimum footing width of 24
inches to ])revent a localized shearing or punching effect,
Villen fmal constniction plans are complete, we will be available for further
consultation on these soil conditions upon request.
Page -4-
\
\
% llONAR.P B, Jld.'Fl1.AR. JR. ;:;
.:J.97 ACRSS
\
\
\
\
,
\
\
\
\.
\
,
I
---1
I
,
\
\
I
I
\
,
I
\ ?
,
,
00' H/iY ,
.
I~ //i
'" CWJ?W<LL /// :
iX'
t / ",,:
,~ , I
/ ~+) ~.J:~1lC"",J
~'-_ L_.~, -.J.. ~
Olrol'J~~ftCJO~~ ~.
/~ :B4 !I
(?- :~\II
\ ~ ~I
~, :~ JJt,-~~~; !
61 ~ - 'II
,.
~\
II
I
I
I
)j
\
\
\
\
\
,
I
\
I
,
\
c:
i
-
rI PROJECT
f LOCATION
~ DEPTH
II' FEET
~
,
,
,
C S Ir a
1005 EMMETT STREET, SUITE A
AUGUSTA, GEORGIA 30904
TESTING AND ENGINEERING COMPANY, INC.
(706) 733-6960
(FAX.) 737-0629
Groundwater Plant. Site W-3B
BORING NO.
Old Wavnesboro Road. Auqusta. GA
DATE
VISUAL SOIL DESCRIPTION
PENETRATION
VALUE(N)
Loose. Brown. Fine Silty Sand
Loose. Tan. Fine Sand
6@2'
5'
Stiff, Grayish-Tan, Fine Sandy Clay
10 @4'
Dense, Re!ddish-Tan, Fine Clayey Sand
24@7'
28@9'
] 0'
Dense. Tan and White, Fine to Coarse, Clayey Sand
14 @ 14'
. IS' Stiff. Tan and White, Sandy Clay
,
,
I
JI
20'
Firm, Tan, Slightly Clayey, Fine to Coarse Sand
16 @ 19'
Very Stiff, Tan and White, Fine Silty Clay
20 @ 24'
M:>
Boring Terminated at 25 feet.
-
JI
=- 30'
-.
JI
If
~_ 35'
40'
N Value is number of bl:>ws of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
16'
-
B-1
Julv 16, 1999
UNIFIED
CLASS.
WATER TABLE
PERCENT
MOISTUR
J
1.-
'.
C S Ir a TESTING AND ENGINEERING COMPANY, INC.
1005 EMMETT STREET, SUITe A AUGUSTA, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
PROJECT
LOCATION
DEPTH
FEET
~
.
)
.
-
~1
-"
-
--
I
--
II
l 30'
--
---- .
-
-
I
~
-I
.~
Groundwater Plant. Site W-3B
BORING NO.
Old Wavnesboro Road. Auqusta, GA
DATE
VISUAL SOIL DESCRIPTION
PENETRATION
VALUE (N)
Loose, Brown. Fine SiI Sand
Loose, Tan, Fine Sand
9 2'
Stiff, Reddish-Tan, Fine Sandy Clay
15@4'
5'
Firm, Tan, Slightly Clayey, Fine Sand
18@7'
26@9'
10'
Dense, Tan and White, Fine to Coarse Sand
20 @ 14'
15'
20'
Dense, Grayish-White, Fine Clayey Sand
21 @ 19'
Very Stiff, Grayish-Tan, Fine Silty Clay
27 @ 24'
-~
Boring Terminated at 25 feet.
35'
40'
N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
15'
B-2
July 16, 1999
UNIFIED PERCENT
CLASS. MOISTUR
WATER TABLE
~
~.csr~
'I 1005 EMMETT STREET, SUITE A
-
-
l::::TN
AUGUSTA,GEORG~ 30904
TESTING AND ENGINEERING COMPANY, INC.
. (706) 733-6960
(FAX) 737-0629
Groundwater Plant. Site W-3B
BORING NO.
Old Waynesboro Road. Auqusta, GA
DATE
.. DEPTH
FEET
PENETRATION
VALUE(N)
VISUAL SOIL DESCRIPTION
1. " Loose, Brown, Fine Sand
~,
5@2'
8@4'
Very Stiff, Reddish-Tan, Fine Sandy Clay
18@7'
21 @9'
10' Very Stiff, Tan. Fine Silty Clay
21 @ 14'
15' Dense, Tan and White, Fine Sand
20'
Firm, Tan, Sliightly Clayey, Fine Sand
. 14 @ 19'
"!ery Stiff, Grayish-White, Fine Silty Clay
28 @ 24' -
-~
Boring Terminated at 25 feet.
-L--
_I
30'
If-
j[ 35'
J~
1111 . 40'
.II
=.::; N Value is number elf blows of 140 pound hammer
renllir~rl In rlriv~ ?" ~nlit-tLlbE: samoler one foot after seated.
16'
B-3
July 16, 1999
UNIFIED
CLASS.
WATER TABLE
i.
.
~
----- s r a
1& TESTING AND ENGINEERING COMPANY, INC.
~"EMMETT STREET, sun"E A AUGUSTA, GEORGIA 30904 (706) 733-6960
~ (FAX.) 737-0629
~CT GroundwatElr Plant. Site W-3B BORING NO. B-4
PION Old Waynesboro Road, Auqusta. GA DATE July 16,1999
VISiUAL SOIL DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED PERCENT
CLASS. MOISTUR
Loose, Brown, Fine Sand
Loose, Tan, Fine Sand
8@4'
Stiff, Reddish-Tan, Fine Sandy Clay
15 @ 7'
21 @9'
Dense, Tan, Fine Sand
20 @ 14'
-
.
!Ivery Stiff, Tan, FinE! Silty Clay
28 @ 24'
!
I
r
.
Dense, Tan and White, Fine Clayey Sand
-
---
24 @ 19'
...
Dense, Grayish-White, Fine to Coarse Sand
_ Boring Terminated at25 feet.
JI
~'
~
:..
!-
l!!!!l
_I
1
,-
ijijiji
. -
.
= is number of blows of 140 pound hammer
- to drive 2" split-lube sampler one foot after seated.
17'
WATER TABLE
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T1
SITE WORK
SCOPE:
The work covered by this specification consists of furnishing all labor,
equipment, appliances, materials and supervision, and in performing all
operations in connection with clearing, grubbing, excavation, filling,
backfilling, grading the site, field layout, staking, and grade setting in
strict accordance with this section of the specifications, the applicable
drawings and terms and conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The current: edition of the following specifications form a part of this
specification:
American Society for Testinq Materials Desiqnation:
D 1557
D 1556
D 2167
D 2922
Modified Proctor
Sand cone method
Rubber balloon method
Nuclear methods for in place "Density".
Georqia Standard Specifications:
814
Soil Base Materials
GENERAL:
Operations shall be conducted in a manner which will provide for the safety of
employees and others. Existing utility lines, paving or structures to remain
shall be safeguarded and protected from damage, and supported if necessary.
Prior to any work the Contractor shall obtain necessary permits for work in the
area or shall ascertain that the permits have otherwise been obtained. See
Special Conditions, Paragraph SC-9 for field layout, staking, and grade setting
requirements.
Classification of Excavation: All excavation in connection with site work will
be considered unclassified common excavation.
CLEARING:
Clearing shall consist of the felling, clearing and satisfactory disposal of
the trees and other vegetation on site together with the snags, brush and
rubbish occ.urring within the property lines.
GRUBBING:
Grubbing sh.all consist of the removal and disposal of all stumps, roots larger
than 1 1/2 inches in diameter to the depth specified, and matted roots from the
areas to be grubbed. In the clearwell area, stumps, roots, logs or other
timber 1 1/2 inches and over in'diameter, matted roots, ahd other debris not
suitable for foundation purposes, shall be excavated and removed to a depth not
less than 18 inches below any subgrade, shoulder.or slope; and to a depth of 12
'ZEL, ENGINEERS
9905-03 TOl. doc
T1-1
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
.1
..
I
I
SECTION Tl
SITE WORK
inches below finish grade in areas to be grassed. All depressions excavated
below the original ground surface for or by the removal of stumps and roots,
shall be r,efilled with suitable material and compacted to make the surface
conform to the surrounding ground surface. Grubbing will not be required in
areas othel: than those occupied, by current, and proposed construction and
graded and grassed areas.
SITE CONDITIONS:
Organic materials and loose sand or other unsuitable soil located at or below
the level of footings, pavement or under structures, shall be removed and
replaced with fill material compacted to 98% of ASTM 0-1557 (Modified Proctor).
Fill and backfill material shall consist of suitable excavated material. Where
necessary, the excavations shall be dewatered by well-pointing and the sides of
the excavation shall be fully shored and braced.
DISPOSAL OF' CLEARED AND GRUBBED MATERIAL:
Merchantable Timber: All merchantable timber cut from the construction sites,
or from the ri9hts-of-way, shall become the property of the Contractor.
Burninq or Removal From Site: All timber, logs, stumps, roots, brush, rotten
wood and other refuse from the clearing and grubbing operations shall be
removed from the site and properly disposed of by the Contractor.
GRADING:
General: Site grading shall consist of excavating and placing all necessary
materials c,utside the limits of the structure. Site grading shall be completed
when all surfaces are in conformity with the contours as shown on the drawings,
smooth, fi:rm, containing the specified materials. Site grading shall also
include aLL excavation, filling and compacting required for construction of
temporary roads.
Borrow Material shall be selected from excavated on-site materials to meet the
requirements and conditions of the particular application for which it is to be
used. The material shall consist of sand soils or sand-clay soils capable of
being readily shaped and compacted to the required densities and shall be free
of roots, trash and any other deleterious material. The material shall be
obtained f:r'om on-site excavation as approved by the Engineer. Borrow material
shall be ::;:tored as necessary, and shall be graded and maintained so that
adequate and proper drainage and a neat appearance shall exist at all tim~s.
TOpsoil shall consist of a natural material that occurs in surface deposits of
limited depth, and, in general, on elevated areas, it shall be composed of
natural mixtures of clay and soil binder with sand. Topsoil shall contain not,
more than ;~5 percent of clay and shall be free of stones larger than 2 inches
in diameter, roots, excessive vegetation, rubbish or other deleterious matter.
Topsoil shall be approved by the Engineer before' being used on the work.
Topsoil as described, shall be excavated from all areas to be disturbed,
whether for structures, piping, site grading, or paving, and it shall be stored
for later use. Stockpiled topsoil shall be placed to afford good drainage.
'ZEL ,E N GIN E E R S
9905-03 TOl. doc
TI-2
I
..
I
I
I
I
I
I
I
--
I
D
I
I
I
B
..
I
I
SECTION T1
SITE WORK
Topsoil work shall not be performed when the soil is so wet that the tilth of
the soil will be destroyed.
RIP RAP:
Designated areas shall be rip rapped for a m~n~mum of 15 square yards each.
Areas to receive rip rap shall be covered with a woven plastic filter fabric
and 4" size to 60 Ibs. stone. The area to be covered shall be prepared to a
relatively smooth condition free of obstructions, depressions and debris. The
fabric shall be placed wifh the long dimension running up the slope, and
overlapped a minimum of 1 foot at joints. Fabric shall be anchored in place
with pins of a type recommended by the fabric manufacturer, placed not more
than 3 inches from the centerline of the overlap. . Fabric shall be placed
loosely so as to give and avoid stretching or tearing during placement of rip
rap. Fabric shall be protected from clogging due to clay, silt or other
contaminants and shall be cushioned with sand of sufficient depth to protect
the fabric during placement of rip rap. Stones shall be dropped not more than
3 feet during construction. Rip rap shall be placed to form a uniform surface
not less than 8 inches thick, with a tolerance of plus 4 inches.
Embankment: This item consists of placing in fills and embankments for
roadways, and other site grading work, the materials removed from the various
excavations and borrow pits, all as specified herein and in accordance with the
appropriate lines, grades, sections, contours and dimensions.
CRUSHED STONE SURFACE COURSE:
The crushed stone surface course shall consist of crushed stone surfacing and a
compacted base applied to the proofrolled subgrade. Upon completion of grading
and proofrol1ing, 6" of the subgrade shall be compacted as a base. The crushed
stone surface course shall be installed over the base and shall consist of a 2-
1/2 inch cornpacted thickness of Graded Aggregate Base (G.A.B.) as defined by GA
DOT. ProofJ:oling shall conform to the requirements of Section T2.
CONSTRUCTION METHODS:
General: During construction, embankments, fills and excavations shall be kept
shaped and drained. Ditches and drains along the subgrade shall be maintained
in such manner as to drain effectively at all times. Grading shall be done so
that the surface of the ground will be properly sloped to prevent water from
running into the excavations for structures or pipe lines; any water which
accumulates in excavations shall be removed promptly. Excavated materials
shall not be stockpiled within a distance from the edge of any excavation less
than 1-1/2 1:imes the depth of the excavation. Suitable material removed from
excavation shall be used, where feasible, in the formation of embankments,
fills, subgl:ades, shoulders, backfills, and site grading; excess material from
excavation not required for such uses, or materials not suitable for such uses,
shall be s,tockpiled. Any wetting, hauling, scarifying'. mixing, shaping,
rolling, tarnping or other operation incidental to the following requirements,
which, in the judgment of the Engineer, are necessary to obtain the specified
results, shall be performed by the Contractor at no additional expense to the
Owner.
'ZEL, ENGINEERS
9905-03 T01. doc
Tl-3
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T1
SITE WORK
Site Grading: Except as otherwise specified herein, all disturbed areas on the
site shall be finished off to a uniformly smooth surface, free from abrupt,
irregular surface changes. The degree of smoothness shall be that ordinarily
obtainable from power grader operations. The finished surface shall not be
more than 0.20 foot above or below the established grade. There shall be no
roots, wasted building materials, trash or other unsightly matter projecting
through or visible at the surface.
Ditches sh:lll be cut accurately to line, grade, and cross section. Any
excessive ditch excavation shall be backfilled to grade with material approved
by the Engi.neer, consisting of suitable excavated soil, borrow or stones. The
requirement.s of paragraph "Site Grading" above, shall apply to ditches except
as- follows: The degree of smoothness shall be that usually obtainable with
string line: or handraking methods; the finished surface of ditch slopes shall
not be more than 0.10 foot above or below the appropriate elevations.
Embankment: Sloping ground surface, steeper than one vertical to four
horizontal, on which embankment or fill is to be placed, shall be plowed,
stepped, OJ: broken up in such manner that the embankment material will bond
with the e~:isting surface. Approved material, consisting of earth, sandy clay,
sand and giravel, clay gravel, soft shale, or other granular material (not
containing muck, trees, stumps, brush, matted roots or other clods of earth or
stones) she~ll be placed in horizontal layers of loose material not more than 8
inches in clepth. Each layer shall be spread uniformly and tamped and compacted
to 85 percent of the density measured by Modified Proctor ASTM 01557. Tamping
shall be accomplished by sheepsfoot rollers or mechanical hand tampers. Final
compaction may be by an approved power roller weighing not less than 10 tons,
except where insufficient cover may cause damage to pipe.
INSPECTION AND TESTS:
The Contractor shall be responsible for the soil moisture density tests and for
the in-place tests of filled and backfilled areas. Tests shall be performed by
an independent laboratory approved by the Engineer and shall be performed in
accordance with the following: (1) Laboratory Density Tests on soils shall
conform to ASTM 01557 or AASHTO T180, METHOD A, and (2) Field Density Tests on
soils shall accurately reflect in place density. Two Laboratory certified
copies each of the moisture density tests and the in-place tests shall be
forwarded promptly by the Laboratory to the Engineer.
Tests for in-place density shall consist of 2 laboratory tests and 5 field
density te~its. The Owner will pay directly to the testing laboratory only for
tests. in e>:cess of this number, except that where they are retests on materials
which failed to meet the specifications, the retesting of rejected materials
and teinstalled work shall be done at the Contractor's expense.
The Engineer, at his discretion, may order tests and inspections to be
performed during the progress of the work, or at the completion of any
individual unit of the work, or at the time of final inspection of the entire
project. Random spot checks of elevation and slopes shall be conducted by
ordinary dj~fferential level and profile methods. Random spot checks of topsoil
thickness ahall be conducted by cutting through the surface with a spade or
mattock, and measuring the thickness of topsoil exposed.
'ZEL, ENGINEERS
9905-03 T01. doc
Tl-4
1-
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T1
SITE WORK
FENCING:
In this contract permanent fericing is to be installed along the west property
line to connect with fencing along the North, East and South property lines
installed under the separate clearwell contract. The property lines are to be
cleared and grubbed, the existing fence removed, and the new fence installed.
The area disturbed along the fence line shall be finish graded to match
existing grades, and permanently grassed.
GRASSING:
Areas disturbed by construction operations shall be grassed in accordance with
the GRASSING SPECIFICATION. Areas to be grassed shall be planted, maintained,
and shall utilize lime, fertilizer, proper and approved grass and mulch
sufficient to produce a cover suitable to eliminate significant erosion.
MAINTENANCE:
Inspection of site work as it is completed shall not. constitute final
acceptance of the item. The Contractor shall maintain all items in such
condition as to be ready for final inspection from the time of completion until
the final acceptance of the entire project.
EROSION AND SEDIMENT CONTROL:
Temporary Silt Fencinq shall be installed to limit the migration of silt from
the construction area to waterways or proximate water courses. Filter fabrics
free of defects or flaws shall be installed against a stable, post supported
wire backing to intercept all runoff from the construction site.
Filter Fabrics Materials shall be strong rot-proof synthetic fibers formed into
a fabric of either the woven or non-woven type. Either type of fabric shall be
free of any treatment or coating which might significantly alter its physical
properties after installation. The fabric shall contain stabilizers and/or
inhibi tors to make the filaments resistant to deterioration resulting from
exposure to sunlight or heat.. The fabric shall be a pervious sheet of
synthetic fibers oriented into a stable network so that the fibers retain their
relative position with respect to each other under normal handling,
installation, and se~yice conditions. Edges of the fabric shall be finished to
prevent the outer yarn from pulling away from the fabric.
During all periods of shipment and storage, the fabric shall be wrapped in a
heavy-duty protective covering which will protect the cloth from sunlight, mud,
dust, dirt.. and debris. The fabric shall not be exposed to temperatures
greater than 140 degrees F.
The fabric shall meet the physical requirements called out in GA Dot
Specification 881.05.
Filter Fabric Backinq shali be woven wire and attached to the posts by wire,
cord, stapJ,es, nails, or other acceptable means. The filter fabric shall be
installed in such a manner that 6 to 8 inches of fabric is left at the bottom
to be buried, and a minimum overlap, of 18 inches is provided at all splice
'ZEL, ENGINEERS
9905-03 TOl. doc
Tl-5
I
..
I
I
I
I
I
,I
I
--
I
I
I
I
I
I
U.
I
o
SECTION Tl
SITE WORK
joints. After the fabric is installed in a trench, the trench is then to be
backfilled and compacted so that. no flow can pass under the barrier.
The Wire Support Fence shall be at least 24" high and shall have at least 6
horizontal 11'/ires 4x4 Wi. 4xWl. 4 or equal.
Posts shall be a minimum of 4 feet long and either wood or equivalent steel
posts may be used. Soft wood posts shall be at least 3 inches in diameter or
nominal 2">:4" and straight enough to provide a fence without noticeable
misalignment. Maximum post spacing shall be 4 feet.
Wire Staples/Fasteners shall be #17 gauge minimum and shall have a crown at
least 3/4 inch wide and legs at least 1/2 inch long. Nails for fasteners shall
be #14 gaug'3 minimum, 1 inch long with 3/4 inch button heads. Fasteners shall
be evenly spaced with at least 4 per post.
Straw Bale
additional
installed.
anchored to
Ditch Checks: To control erosion in waterways and to provide
restriction of silt migration, temporary ditch checks shall be
Standard rectangular mechanically produced straw bales shall be
2x4x4'-Q" posts set 2.5' below grade.
Removal of Temporary Soil Erosion and Sediment Control Measures: After
permanent erosion control features of the work site are complete and ample
grass is established, the temporary fences, ditch checks, etc. shall be
removed. :3ilt which has collected shall be removed, or when appropriate,
regrad~d, s~abilized, and planted.
RESTORATION OF PRIVATE PROPERTY:
The Contractor shall carefully restore all property defaced by operations or
acts of any of his agents or employees. Such restoration shall include
seeding, sodding, and transplanting of lawns, hedges or ornamental plantings,
and the repi~ir or replacement of other private facilities in such manner as to
meet the approval of the Engineer and at no additional cost to the Owner. No
structures or trees shall be removed without the consent of the property owner
or until condemnation procedure, if necessary, has been completed.
PAYMENT:
No separate payment wiil be made for protection of utilities, maintenance of
usable driving surfaces, erosion and sediment containment measures and other
work covered by this section of the specifications and all costs in connection
therewith shall be included in the lump sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 TOl. doc
Tl-6
I
..
I'
I
I
I
I
I
I
Jilt.
I
I
I
I
I
I
Ie
I
I
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances, materials, layout staking and grade
staking and supervision, and in performing all operations in connection with
the excavation, filling and backfilling for structures and piping in strict
accordance with this section of the specifications, the applicable drawings and
terms and conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications form a part of this
specification:
APPLICA.BLE SPECIFICATIONS:
American Society for Testinq Materials Desiqnation:
C 33
D 1557
Specifications for Concrete Aggregates
Modified Proctor
Georqia Department of Transportation Specification:
881.05
Plastic Filter Fabric
CLASSIFICATION OF EXCAVATION:
ALL EXCAVATION SHALL BE UNCLASSIFIED.
EXCAVATION:
General: The excavation shall conform to dimensions and elevations appropriate
for the pip,= line, roadway, or structure. Excavation shall be carried to the
elevation necessary for firm support. The excavated surface beneath the
structures and pavement shall be proofrolled in four passes using a minimum of
10 yards of material loaded on a pan excavator or equivalent. Any soft spots
shall be filled and compacted to 98% ASTM D1557 (Modified Proctor). The
resulting surface shall be brought back to appropriate grade with suitable fill
from the ex,:::avated material and recompacted to 98% of the density measured by
ASTM 01557.
Excavation for Walls and Footinqs shall extend a sufficient distance to allow
for the placing and removal of forms, installation ,of services and for
inspection, except where the concrete wall or footing may be authorized to be
deposited d:Lrectly against excavated surfaces.
Trench Excavation: Trenches shall be excavated true to line and grade.
Trenches to receive pipe having a nominal diameter of 24 inches or less shall
not be less than 12 inches wider nor more than 16 inches wider than the outside
diameter of the pipe to be laid therein, so that a clear space of not less than
6 inches nor more than 8 inches in width is provided on each side of the pipe.
The maximum width specified applies to the width at or below the level of the
top of the pipe. The width of the trench above the pipe may be as wide as
'ZEL, ENGINEERS
9905-03 T02. doc
T2-1
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
~
I
u
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
necessary to provide room for proper installation of the work. The Contractor
shall comply with the safety requirements of OSHA.
Trenches for gravity lines shall be excavated below the pipe invert to provide
space for the pipe bedding. Where good soil or rock is encountered in the
trench bottom, the excavation shall be carried below the bottom of the pipe a
distance of 4 inches or one-eighth the outside diameter of 'the pipe, whichever
is greater.
Where rock is encountered in the trench bottom, the excavation shall be carried
below the bottom of the pipe a distance of 6 inches or one-eighth the outside
diameter of the pipe, whichever is greater. Where, in the opinion of the
Engineer, the natural trench bottom is soil which is incapable of
satisfactorily supporting the pipe, such unsuitable soil shall be removed to
the depth required as determined at the site. The trench bottom shall then be
refilled with crushed stone, placed in 8 inch layers and compacted at optimum
moisture content. Each layer shall be thoroughly tamped. The refill shall be
brought to the proper elevation for the pipe.
Dewaterinq and Drainaqe of Excavated Areas: Grading in the vicinity of
structures shall be controlled to prevent surface water from running into
excavated areas. Dewatering by pumping or wellpointing from excavated areas
shall be performed by the Contractor to provide a stable excavation and a firm
pit or trench bottom. Dewatering shall incur no extra cost to the Owner.
All dewatering methods shall be subject to the approval of the Engineer as to
capacity and effectiveness. Water removed from the excavated areas 'shall be
conveyed ir;, a proper manner to a suitable point of discharge where it will
neither cause injury to public health, public or private property, the surface
or use of streets by the public or work completed or in progress.
Protection Aqainst Flotation: To guard against the danger of flotation of
empty or partially empty pipe due to a high water table, all dewatering
operations shall be continued without interruption until such time as
sufficient backfill has been placed over the top of the pipe to overcome the
buoyancy effect of a completely empty pipe which is entirely submerged.
Shorinq and Protection of Excavations: Shoring shall be provided by the
Contractor as necessary to protect life or property. All existing structures,
streets, pipes, and foundations which are not to be removed or relocated shall
be adequately protected or replaced by the Contractor without cost to the
Owner. The Contractor shall adequately protect the work under construction and
the safety of his workmen in excavations by the use of suitable sheeting,
shoring and bracing, or by sloping the banks in accordance with the angle of
repose of the soil.
The Contractor alone is responsible for any damage or injury resulting from his
failure either 'to provide adequate protection from the excavation or to comply
with OSHA requirements.
Excess Material: Excess material to be used for backfill or stored for later
use shall be stockpiled. Excavated material shall be deposited a sufficient
distance from the side of excavation walls to prevent excessive surcharge on
the wall. Excess excavated material not suitable for backfill or filling
'ZEL, ENGINEERS
9905-03 T02.doc
T2-2
'I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
shall be wasted within the limits of the site, graded and grassed as directed
by the Engineer.
PIPE BEDDING FOR GRAVITY LINES:
The pipe shall be bedded in compacted bedding material placed on the trench
bottom. The bedding material shall be well-graded crushed stone or crushed
gravel meeting the requirements of ASTM C-33, Gradation 67 (3/4 inches to No.
4). The bedding shall have a minimum thickness beneath the bottom of the pipe
of 4 inches or one-eighth of the outside diameter of the pipe, whichever is
greater, and shall extend up the sides of the pipe 6" above the pipe for PVC
pipe. Holes must be dug in the bedding for each bell or coupling so that the
load is supported entirely by the pipe barrel, not the pipe bell or coupling.
After each pipe has been placed in final position, bedding material shall be
placed and compacted under the pipe haunches and on each side of the pipe to
~revent latsral displacement. "Shovel-slicing" of crushed stone bedding shall
be done using a ~row bar heavy enough to penetrate the bedding material. The
pipe beddin~ shall be thoroughly compacted throughout its depth.
FILL:
Earth fill shall be placed in layers not to exceed 8 inches in thickness. Each
layer shall be compacted at optimum moisture content in a manner approved by
the Engineer. After compaction, the dry weight per cubic foot for each layer
shall be as specified for backfilling.
BACKFILLING:
The Engineer shall be notified before backfilling in order that the work may be
inspected before it is covered. After completion of the foundation footings,
walls, or pipe work, and prior to backfilling, all forms shall be removed and
the excavation shall be cleared of all trash and debris. Symmetrical backfill
loading shelll be maintained. Special care shall be taken to prevent any
wedging act:ion or eccentric loading upon or against a structure or pipe.
Backfill shall be placed in horizontal layers not in excess of 8 inch
thickness, and shall have an optimum moisture content when compacted. After
compaction, the dry weight per cubic foot for each layer shall be at least 90%
of the max:Lmum Laboratory Dry Weight per cubic foot, as determined by ASTM
01557, excl=pt that backfill under slabs, walls, footings, sidewalks and
pavement shall be at least 98% of ASTM D1557.
FILL AND B~:KFILL MATERIAL:
Material for fill and backfilling shall be selected from the excavated
material, and shall be free of trash, lumber, or other debris, roots and other
organic, perishable or deleterious matter.
PAYMENT:
No separate payment shall be made for excavation for structures and pipeline
trenches; backfill; pipe bedding; protection of utilities; maintenance of
usable' driving surfaces free from potholes; depressions and ruts; erosion
control and sediment containment measures; and other work covered by this
section of the specifications. Such work shall be considered as a subsidiary
'ZEL, ENGINEERS
9905-03 T02.doc
T2-3
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
'I
..
I
I
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
obligation of the Contractor in completing the work and all costs in connection
therewith shall be included in the lump sum price for the completed work.
'ZEL,
J.
ENGINEERS
9905-03 T02.doc
T2-4
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
Ie
I
I
SCOPE:
SECTION T3
CONCRETE
The work covered by this specification consists of furnishing all plant,
labor, equipment, appliances, and materials, and in performing all
operations in connection with the installation of concrete work, complete,
in strict accordance with this specification and the applicable drawings,
and subject to the terms and conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The curn!nt edition of the following specifications form a part of this
specifica,tion:
American Society for Testinq Materials Desiqnation:
A 615
C 31
C 32
C 94
C 150
Cl7l
C 175
C 185
C 260
C 309
C 404
C 494
D 1752
Deformed and Plain Billet-Steel Bars for Reinforcement
Making and Curing Concrete Test Specimens in the,Field
Concrete Aggregates
Ready-Mixed Concrete
Portland Cement
Sheet Materials for Curing Concrete
Air Entraining Portland Cement
Welded Steel Wire Fabric for Concrete Reinforcement
Air Entraining Admixtures for Concrete
Liquid Membrane-Forming Compounds for Curing Concrete
Aggregates for Masonry Grout
Chemical Admixtures for Concrete
Preformed Sponge Rubber and Cork Expansion Joint Fillers
for Concrete Paving and Structural Construction
ACI 304
American Concrete Institute Publications:
ACI 315
ACI 318
Recommended Practice for Measuring, Mixing, Transporting, and
Placing Concrete.
Manual of Standard Practice for Detailing Reinforced
Concrete Structures
Building Code Requirement for Reinforced Concrete
Concrete Reinforcinq Steel Institute:
CRSI
MATERIALS:
Placing Reinforcing Bars
Cement: Portland Cement shall be Type I or, Type III conforming to ASTM
C150, or it shall be Type IA or Type IlIA conforming to ASTM C175. Only one
brand of cement shall be used for exposed concrete in any individual
structure.
Fine Aqqreqate shall consist of clean, hard natural sand, manufactured sand
or a combination thereof, conforming to the requirements of ASTM C 33,
Concrete Aggregates, and shall be graded from 3/8" to No. 100 sieve.
9905-03 T03. doc
T3-1
'ZEL, ENGINEERS
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
,I
SECTION T3
CONCRETE
Coarse Aqqreqate shall consist of crushed stone, gravel, or a combination
thereof, conforming to the requirement of ASTM C 33, Concrete Aggregates,
and shaLL be graded to meet the requirements of size number 467, 67 and 7,
as appropriate.
Water shall be clean and free from oils, acids, salts, or other injurious
substancE!s.
Admixture!s shall be used to provide entrained air. Other admixtures shall
be used only with written approval of the Engineer. Air entraining
admixture,s shall conform to ASTM C 260. Other admixtures shall conform to
ASTM C 494. Calcium chloride will not be permitted.
Curinq Pc~shall conform to specifications for Sheet Materials for Curing
Concrete, ASTM C 171.
Reinforcinq steel for concrete shall conform to ASTM A 615, Grade 60. All
splices :shall be lapped 40 diameters unless otherwise noted. Principal
reinforcement shall be shifted to miss openings through concrete work.
Where thE! resulting spacing exceeds three times the slab or wall thickness
or 18", :rlominal minimum steel shall be detailed at the centerline of the
opening and #5 corner bars shall be added in each layer of reinforc~ment.
Reinforcement shall be placed in accordance with CRSI Manual "Placing
Reinforcing Bars".
Welded Wire Fabric shall conform to ASTM A 185. Splices shall be lapped one
bar spaci.ng plus 2 inches but not less than B inches. Fabrics from wire
gauges 12 ga. and smaller shall be galvanized.
Forms shall be of wood, metal, or other material approved by the Engineer.
The ContI'actor shall furnish forms, structurally adequate for the imposed
loads, that result in correctly aligned concrete. For exposed concrete
surfaces, plywood forms, thoroughly braced and tied together with approved
corrosion resistant devices, shall be used. Form ties shall be free of
devices that will leave a hole or depression larger than 7/8" in diameter
back of exposed surfaces of concrete, and such that when forms are removed,
no metal shall be within one inch of finished surface. Curved surfaces
concealed below grade may be formed in planes up to 2'-0" wide. Holes left
by form ties shall be grouted, and the surface left smooth and flush.
Expo'sed corners of walks, and slabs shall be ,rounded. Exposed corners of
formed concrete shall have a 3/4 inch chamfer unless otherwise noted.
Preformed Expansion Joint Filler Strips shall conform to ASTM D 1752.
Grout shall be a portland cement gr.out consisting of one part of cement, two
and one-half parts of sand and .the minimum quantity of water to make a
workable mix. Cement shall conform to ASTM C150, Type I and sand shall
conform t':> ASTM C404, Size 2.
Joint Sealant shall be Sikaflex Polysulfide (411 or 412) as manufactured by
Sika Chemical Corp., or the comparable products of W. R. Meadows, Inc., W.
R. Grace, or Williams Equipment Co.
Storaqe of Materials: Cement and aggregates shall be stored in such a
manner as to prevent deterioration or intrusion of foreign matter. Steel
'ZEL, ENGINEERS
9905-03 T03.doc
T3-2
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T3
CONCRETE
reinforcing shall be stored on supports which will keep the steel from
contact with the ground and in such a manner as to be protected from
rusting, oil, grease, and distortion. Store metal forms off the ground;
pitch to shed water and cover with waterproof material.
CONCRETE QUALITY:
All concrete shall be classified by the 28-day compressive strength, fIe.
The design slump shall not exceed 4 inches; the air content shall be 5% +
1%. The water cement ratio shall not exceed 6 gal/SK for 4,000 psi
concrete. The concrete shall be a workable mixture free from segregation
and bleeding. Ready-mix concrete shall conform to ASTM C 94. Job mixed
concrete shall be mixed with a standard type of batch mixer equipped with
adequate facilities for accurate weight measurement and control of each
material entering the mixer. A retarding admixture approved by the Engineer
shall be used when the air temperature is 800F or above. Care shall be taken
that the mixing water shall be cold for all concrete mixed in hot weather;
in hot "'leather, materials shall be cooled such that concrete delivered to
the project shall not have a temperature higher than 750F, or a mix designed
utilizing a superplasticizer shall be used for temperatures up to 870F. In
cold weather, fresh concrete shall be protected from freezing.
All concrete not otherwise designated shall be 4,000 psi concrete.
Curbs, gutters and ditch paving may be 3,000 psi concrete.
Reaction blocking, fill concrete, and pipe encasement may be 2,000 psi
concrete.
EMBEDDED ITEMS:
All embedded items included in an area shall be installed before concrete
placement begins. Full cooperatioh shall be given other trades to install
embedded items. Suitable templates or instructions" or both, shall be
provided for setting items not placed in the forms. Embedded items shall
have been installed and inspected and tests for concrete shall' have been
completed and approved by the Engineer before concrete is placed. No
"boxing out" or "cutting" will be permitted unless indicated on plans or
ordered in writing by the Engineer.
Wall Pipes, Sleeves, anchor bolts, and similar items shall
placed and firmly secured before concrete placement begins.
embedded items shall be galvanized after fabrication.
be accurately
Ferrous. metal
Waterstops shall be installed where indicated on the plans and in all other
joints subject to hydrostatic head. Waterstops shall be firmly attached to
the out~:ide layer of reinforcing steel and shall be installed complete
before concreting is started.
Steel dams shall be 8Hx3/l6H steel plate and at splices, or 'joints shall be
welded or lapped and bolted for continuity.-
'ZEL, ENGINEERS
9905-03 T03. doc
T3-3
I
..
I
I
I
I
I
I
I
Jill
I
I
I
I
I
I
..
I
I
SECTION T3
CONCRETE
PV darns shall be 9" x 3/16" sealtight polyvinyl waterstops having a hollow
center bulb as manufactured by W.R. Meadows, Inc. Splices or joints in PV
darns shall be fully bonded and watertight butt joints made in conformance
with the recommendations of the manufacturer. Two sample splices of each
plastic flaterial used shall be submitted for approval before proceeding with
concrete work.
Stud Anchors shall be CHEM Stud Anchors suitable for installation in drilled
holes in concrete. The anchors shall be as manufactured by the Rawlplug
Company' or shall be a comparable product.
Wall Pipes shall be ductile iron pipe, except where otherwise indicated on
the plans, of appropriate size and shall be provided for all pipes passing
through (:oncrete walls. Where chemical lines are to pass through a wall
pipe in Cl concrete wall, the appropriate link seal shall be used.
Access Hcltchesand Ventilators shall be as specified in Section r-5 of these
specifications under Subsection "Miscellaneous Metals."
SHOP DRAWINGS:
Five setH of shop drawings and information as required by this section of
the speci.fications which have been checked by the Contractor for dimensions
and conformance to the plans and specifications shall be submitted for
approval. Two copies of checked information, will be returned to the
Contractc'r.
Shop drawinqs of reinforcinq steel shall show steel for slabs in plan and
steel fOj: walls in elevation. Bar lists and bending diagrams shall be
submi tted as part of the reinforcing steel shop drawings. Fabrication of
reinforcing steel shall not commence prior to approval of the shop drawings
by the Engineer.
Shop drawinqs for metal forms shall show the layout, framing and supports,
with unit dimensions and sections, type and location of welds, and details
of all rE!quired accessories. Include printed literature on Manufacturer's
recommended installation instructions.
Except for slabs on grade, placement drawinqs of all concrete floor and roof
slabs shc1wing openings for sleeves, ducts, chases, etc., which conform to
the equi~ment, piping, passage ways, etc., being utilized for the project
shall be prepared by the Contractor and submitted to the Engineer for
approval. Placement of concrete for slabs shall not commence until the
drawings are approved by the Engineer.
Desiqn Mi.xes for each class of concrete required shall be submitted for
approval. Concrete proportions, including water-cement ratio, shall be
established in accordance with ACI 318 -8 9, Chapter 5, Paragraph 5.3
Proportioning on the' Basis of Field Experience or Paragraph 5.4
Proportioning by Water Cement Ratio. Once the mixture for the concrete has
been desi.gned, tested, and accepted by the Engineer, the exact mixture
proportions shall be used throughout the subsequent casting operations.
Submit copies of each design mix and each aggregate gradation for approval.
'ZEL, ENGINEERS
9905-03 T03.doc
T3-4
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T3
CONCRETE
WORKMANSHIP:
Placinq: Concrete shall not be cast without approval of the Resident
Project Representative prior to ordering concrete. In accordance with the
recoinmendations of "Guide for Consolidation of Concrete", ACI Committee 309,
concrete shall be placed in the forms and mechanically vibrated to produce
concrete without segregation or honeycomb. Slabs and beam stems shall be
placed in one operation. Concrete shall be placed continuously between
construc1:ion joints. Each batch shall be placed into the edge of previously
placed concrete to avoid stone pockets and segregation. If there is a delay
in placer~ent, the concrete placed after the delay shall be thoroughly spaded
and consolidated by mechanical vibration. During the casting of wall
sections not less than two mechanical vibrators shall be operated
continuously for each casting location. The concrete shall not be freely
dropped :m.ore than 6 feet, nor moved horizontally, after being deposited,
more than 5 feet. The Contractor shall provide sufficient "windows", chutes
or other means or methods of depositing the concrete to 90mply with these
requiremEmts. The concrete shall be brought to correct level with a
straight edge and struck off. Bullfloats shall be used to smooth the
surface of slabs. Power floating of the slabs shall begin when the water
sheen ha:s disappeared', and/or the mix has stiffened sufficiently that the
weight of a man standing on it leaves only a slight imprint on the surface.
Reinforcinq bars shall be free from scale, oil, and structural defects. The
system o:E holding the bars in place shall insure that all steel in the top
layer wi.ll support the weight of the workman without displacement and be
placed in accordance with ACI Codes 318 and 315. Reinforcement in slabs on
grade shall be supported on stable concrete supports. All reinforcing steel
within the limits of a day's pour shall be in place and firmly wired before
concrete placement starts.
Construct:ion -joints shall be 'formed at the locations shown on the plans,
unless specifically approved by the Engineer. Joints which must be formed
in other' locations shall be waterstopped where appropriate, shall be
adequately keyed and doweled, and shall be formed along either a horizontal
or a vertical line.
Curinq and Protection: All freshly cast concrete shall be protected from
the dama9ing effects of the elements - freezing, rapid drop in temperature,
and los~; of moisture, and from future construction operations. The
Contractor shall maintain the concrete temperature above 500F for the first
10 days after placing. All concrete shall be cured by flooding with clean
water or by keeping forms and other protecting material wet with clean water
for a minimum of 10 days. All surfaces neither protected by forms nor
covered 'With water for the entire 10 day period shall be kept wet and
covered ~Iith curing paper meeting the requirements of the specification for
sheet materials for Curing Concrete, ASTM C 171. ,If a floor is left
uncovered during the curing period, a film of water shall be clearly visible
at all times on the entire surface of the slab.
Membrane Curinq Compound may be used in lieu of water curing on concrete
which will not be covered later with topping, mortar, or additional
concrete. Membrane curing compound shall be spray applied at a coverage of
not more than 300 square feet per gallon. Unformed surfaces shall be
covered !'Ii th curing compound wi thin 30 minutes after final finishing. If
forms an:! removed before the end of the specified curing period, curing
'ZEL, ENGINEERS
9905-03 T03. doc
T3-5
I
..
I
I
I
I
I
I
I
{lit
I
I
I
I
I
I
~
I
SECTION T3
CONCRETE
compound shall be immediately applied to the formed surfaces before they dry
out. Cu:dngcompound shall be suitably protected from abrasion during the
curing pE~riod.
Removal ()f Forms: The forms shall not be removed until the concrete has
attained sufficient strength to prevent cracking or other injury, but in no
case les:s than 75% of its design strength. When forms are removed, the
Contractor shall place adequate reshores to prevent injury to the concrete
by constJ:uction loads. The sole responsibility for safe practice in this
regard shall be the Contractor's.
CONCRETE FINISHES:
Rouqh or Form Board Finish: All concrete wall surfaces which are not
exposed to view may be given this finish. This finish has, as a
prerequi,::ite, a thoroughly vibrated concrete which will give a surface
smooth, free from air pockets, water pockets, sand streaks, or honeycomb.
After the - removal of the forms, a'll fins shall be cut off; all holes,
depressie,ns, and rough spots shall be carefully pointed up with mortar
having th.e same proportions of cement and sand as used in the concrete being
treated. The. surface film of all pointed surfaces shall be carefully
removed before setting occurs, otherwise, surfaces shall be left with the
texture imparted by the forms.
Rubbed Finish: Walls, beam, sill, and under slab surfaces which are exposed
to view shall have a rubbed finish. As soon as the rough surface finish has
set sufficiently, the entire surface shall be wet with a brush and rubbed
, wi th a No. 16 Carborundum stone, to bring the surface to a paste. The
rubbing shall be continued sufficiently to remove all form marks and
projections, ,and to produce a smooth dense surface 'without pits or
irregulari ties. The material which is ground to a paste, in the' above
process, shall be carefully spread or brushed uniformly over the entire
surface and allowed to take a "re-set". The final finish shall be obtained
by a thorough rubbing with a No. 30 Carborundum stone. This rubbing shall
continue until the entire surface is of smooth texture and uniform in color.
The surfc:ces shall be stripped evenly with a brush so as to remove excess
paste, and the surface left smooth with only enough paste remaining to
obtain a uniform color.
Float Finish: The surface of all concrete slabs shall, unless otherwise
hereinafter specified, be given a float finish. The structural slab shall
be brought to the established grade by screeding. The surface shall be
tested for irregulari ties with a straightedge. Irregulari ties shall be
eliminated and the entire surface finished with a wooden hand float or
finishing machine. Finish shall be a true plane within a tolerance of 1/4
inch in 10 feet measured in any direction. .
Broom Finish: Surfaces of the roof slab, and exterior walkways or platfo?f\S
shall be given a broom finish. A smooth, true and uniform surface is a
prerequisite for this finish. . When the progress of the set provides the
proper consistency, the surface shall be raked with a broom to give parallel
transverse lines in the surface, and to give a uniform texture~
Standard Towel Finish: All interior floors shall be trowel finished. Both
power and hand troweling shall be required. Power troweling shall begin as
soon as little or no cement paste clings to the blade. Troweling shall be
'ZEL, ENGINEERS
9905-03 T03. doc
T3-6
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T3
CONCRETE
continued until the surface is dense, smooth, and free of all minor
blemishe:3, such as trowel marks. Hand troweling shall be required to remove
slight ilnperfections left by the troweling machine and to bring the surface
to a dense smooth finish. Sprinkling of dry cement or a mixture of dry
cement and sand on the surface of the fresh concrete shall not be permitted.
SAMPLES AND TESTS:
The Contractor shall be responsible for the concrete mix designs, test
cylinder:; for proving the mix designs, tests for the aggregate gradation and
quality, for molding test cylinders during the progress of the job,
delivering the cylinders for testing to the laboratory, testing for slump
and air content, and for conducting load tests, if required. The Owner will
pay directly for any excess 28 day tests of the concrete cylinders molded
during the progress of the work. Tests made at the age of 7 days will be at
the Contractor's expense. Before proceeding with the mix design, the
Contractor shall obtain approval by the Engineer of the testing laboratory.
Tests not specifically indicated to be done at the Owner's expense,
includin9 the retesting of rejected materials and installed work, shall be
done at t:he Contractor's expense.
Cylinder~: Make one strength test per 50 yards of each class of concrete
placed but not less than one for each days pour. Mold and cure three
cylinders for each strength test in accordance with ASTM C 31. Test two
cylinder::: after 28 days for acceptance in accordance with ASTM C 39; test
the third cylinder only where either of the tests of the two cylinders is
irregular or unacceptable. Addi tional cylinders must be molded if 7 day
test is made at contractor's option.
Slump: Tests for slump shall be performed at the job site on all concrete
immediately prior to placing in accordance with the Test for Slump of
Portland Cement Concrete, ASTM C 143. If the slump varies from that of the
design mi.x by more than that permitted by ASTM C 94, the concrete shall be
rejected. . In no case shall the^ maximum specified water cement ratio of the
approved mix design be exceeded.
Air Content: One test for air content shall be made for each strength test.
This test shall be made on a concrete sample that has been removed when
consolidation of the concrete in the forms has been completed and shall be
in accordance with the Test for Air Content of Freshly Mixed Concrete by the
Volumetric Method, ASTM C 173.
Load Tes~: If there exists any evidence of
of specifications, or likelihood of concrete
may be required in accordance with ACI 318.
direction of the Engineer.
faulty workmanship, violations
having been frozen, load tests
These tests shall be under the
CONCRETE REPAIRS:
Correction of Deficiencies: The Contractor shall be responsible f9r
correction of concrete work which does not conform to the specified
requirements, including strength, honeycomb, spalls, cracks, chips, holes,
fins, toLerances and finishes. Where shrinkage cracks occur in slabs,
walls, etc. , the cracks shall be pressure grouted with epoxy grout to
restore the concrete strength.
'ZEL, ENGINEERS
9905-03 T03.doc
T3-7
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T3
CONCRETE
DISINFECTION:
Disinfection of basins and pipe lines and the disposal of the heavily
chlorinated water (following disinfection) must be accomplished in
accordance with the latest edition of American Water Works Association
(AWWA) Standard C-652.92 "Disinfection of Water Storage FacilitiesH.
HYDROSTATIC TESTING:
At such time as water is available, all basins, tanks, flumes, and sumps,
included within the project shall be given a hydrostatic test by filling
with water. The work shall not be acceptable if there is visible leakage or
if the drop in water level is 1/2H or more in any 24-hour period. This
maximum permissible drop in water level shall include evaporation, leakage,
absorption and all other losses. Failure to meet this test shall be cause
for reje:ction of that portion of the work. Any remedial measures used to
meet the test requirement must be approved in writing by the Engineer before
incorporation into the work.
PAYMENT:
No separate payment will be made for any of the work covered by this section
of the ~:pecifications. All costs in connection therewith shall be included
in the lump sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T03. doc
T3-8
I
Ie
I
I
I
I
I
I
I
--
I
I
u
I
..
,I
I
SECTION T4
MASONRY
SECTION T-4 - MASONRY
SCOPE:
The work covered by this section of the spedifications consists in
furnishing all labor, materials and equipment, and in performing all
operations in connection with the installation of all masonry items as
hereinafter designated, complete, and in strict accordance with this
speciflcc~tion and the applicable drawings, and subject to the terms and
conditions of the Contract.
APPLICABLE SPECIFICATIONS:
All masonry shall be of standard sizes and shall conform to the current
edition of the following specifications and any specifications noted on the
drawings.
American Society for Testinq Materials Desiqnation:
C 90Load Bearing Concrete Block
C 91Masonry Cement
C 141Hydraulic Hydrated Lime for Structural Purposes
C 144Aggregate for Masonry Mortar
C 150Portland Cement
C 216Facing Brick
C 578Cellular Polystyrene Thermal Insulation
MATERIALS:
Water shall be clean and free from oil, acids, salt, or injurious
substances.
'Portland =ement shall conform to ASTM C 150, Type I. It ~hall be a standard
product, the name of which shall be submitted to the Engineer for approval.
Masonry cement shall conform to ASTM C 91, and shall be a standard product
approved by the Engineer.
Hydrated :Lime shall conform to ASTM C 141.
Aqqreqate for masonry mortar shall conform to ASTMC 144.
Face bloc~ shall be split face style 8 x 16 x 4" thick and shall be used for
the exterior face of all walls. All face block shall be sound, whole, new
concrete, units as manufactured by Anchor Concrete Products" "Rockface" of
United Glazed Products, or comparable product. A 3"-4" by 4'-0" sample
panel shall be constructed for approval.
Concrete Block: Concrete block shall be load bearing block conforming to
ASTM C 90. Bearing block shall be Type II units made with normal weight
aggregate:>. Exposed faces of blocks shall be free of chips, cracks, or other
imperfections. Solid concrete block shall have a net area not less than 75%
of the gross area of the block. Bond beams shall match the block wall.
Precast Sills: Precast sills shall be precast from Portland Cement Concrete
to, match the size of the opening with a minimum of 2-#4 reinforcing bars,
'ZEL, ENGINEERS
9905-03 T04. doc
T4-1
I
..
I
I
il
I
I,
I
I
--
I
I
I
I
I
I
..
I'
I
SECTION T4
MASONRY
full len<;ith. Compressive strength shall be 4000 psi, and the finish shall
be "rubbed" as specified in Section T-3: CONCRETE.
Masonry wall reinforcement shall be galvanized truss type extra heavy
Dur-O-Wall or equal (3/16 dia. side rods and No.9 cross rods), installed in
horizontal courses at 16 inches o.c. in all cavity walls and 16" o.c. for
masonry partitions. The cross rods in cavity walls shall have a moisture
drip at the center of the cavity.
Masonry wall anchors shall be provided at the intersection of abutting walls
and at the lime slurry steel tank. Where intersecting partitions are not
bonded by masonry headers, 1-1/2" x 12 gauge galvanized anchors shall be
provided at not more than 16" vertical spacing at the steel tank the anchors
shall be Hohmann and Barnard #360 and #364 (Gripstay) galvanized 14 gauge.
Mortar: Aggregate and other materials for masonry mortar shall conform to
applicable specifications listed above. Mortar mixtures shall contain the
following proportions by volume.
MORTAR PROPORTIONS BY VOLUME
Portland Masonry Hydrated Lime Aggregate Measured in
Mortar Cement Cement or Lime Putty Damp Loose Condition
Type
Cu.Ft. Cu . Ft. Cu . Ft. Cu . Ft.
PC 1 None None
,1 None 1/4
M 1 1 None
1 None Over 1/4
S to 1/2
1/2 1 None Not less than 2-1/4
and not more than 3 times
1 None Over 1/2 the sum of the volumes
N to 1-1/4' of cement and lime
used
None 1 None
Wall fla:,hinq shall be 3 ounce copper laminated with fabric or kraft
installed over heads and under sills of all openings in exterior masonry
walls, including windows, doors, and louvers, and shall be installed at each
line of floor construction. Flashing at floors or roofs shall be made
continuous. Joints in continuous flashing shall be lapped at least 4 inches
and tightly sealed with mastic. Wall flashing shall carry upward across the
cavity at, an angle and through the next higher joint of the inner block wall
where it shall bend back on itself 1/2 inch. Flashing over or under
openings 'which is discontinuous shall have the ends turned up to form a pan.
Weep Holes shall be located at 24" o.c. horizontally in the exterior wythe
of cavity walls directly above all foundations, flashing, or other water
stops in the wall. The holes may be formed by placing 3/8" round fiberglass
or similar cord in the mortar then withdrawing the cord after the wall is
completed. Weep holes shall be kept free of mortar and other obstructions.
'ZEL, ENGINEERS
9905-03 TOL doc
T4-2
I
..
I
,I
I
I
I
I
I
--
I
I
I
I
I,
o
..
I
I
SECTION T4
MASONRY
WORKMANSHIP:
Block sh,:ill be laid in running bond. Only experienced masons shall be
employed. Masonry shall be laid plumb and true with full bed joints,
buttered with sufficient mortar to fill end joints, and all units shoved in
place. Where cutting of exposed masonry is necessary, the cuts shall be
made with a motor driven masonry saw. No masonry shall be laid when the
temperatu,re is below 450 unless it is rising and at ,no time when it is below
400F. The top of exposed walls shall be protected by waterproof material
when work is not in progress. The walls shall be solid and without voids in
the joints. Bond beams shall be filled with 4000 p.s.i. concrete conforming
to the requirements of T3.
Types of mortar: Exterior walls and interior bearing walls shall be laid in
Types M or S mortar.
Interior partitions may be laid with Types M, S or N mortar.
Joints: Both interior and exterior joints shall be tooled; vertical joints
shall be tooled before horizontal joints. Tooling and troweling shall
compact the setting mortar and form a continuous contact with the block.
All holes and cavities shall be filled with mortar before tooling. Exposed
interior masonry joints shall be neatly finished for painting.
Pointinq and Cleaninq: When the
mortar joints in exposed masonry
out and ,:-epointed. All exposed
stiff brushes and water do not
cleaned by procedures utilizing
rinsing. If so cleaned, all
completely protected.
work is completed, all holes or defective
shall be pointed, or where necessary, cut
masonry shall be thoroughly cleaned. If
suffice, the surface shall be thoroughly
'a mild acid application followed by full
sash, frames, or metal lintels shall be
PAYMENT:
No separate payment will be made for any of the work covered by this section
of the specifications. All costs, in connection therewith shall be included
in the lump sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T04.doc
T4-3
I
~
I
II
I
I
I
I
'I
.
I
I
I
I
,I
I
..
I
I,
SECTION T5
STRUCTURAL STEEL & MISCELLANEOUS METAL
SCOPE:
The work covered by this section of the speciifications consists of
furnishing all labor, materials, equipment and services necessary for or
reasonably incidental to the furnishing and erection of all structural
metalwork, beams, ladders, angle frames, hatches, bearing plates, anchors,
anchor bolts, railing, and all other miscellaneous metal items to fully
complete the structures in strict accordance with this section of the
specifications and the applicable plans and subject to the terms and
conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications and any specifications
shown on the drawings form a part of this specification:
AmeI'ican Institute of Steel Construction: "Specification for Design,
Fabrication, and Erection of Structural Steel for Buildings".
AISC: "Code of Standard Practice for Steel Buildings and Bridges".
American Society for Testing Materials Designations:
A-36,
A-193,
A-307,
A-325,
A-386,
B-241,
B-308,
Structural Steel
Stainless Steel Bolting Materials
Unfinished Bolts
High Strength Bolts
Hot Dip Galvanizing
Aluminum Alloy Seamless Pipe
Aluminum Alloy 6061-T6 Std. Shapes
American Iron and Steel Institute:
AISI 304, 309 and 316: "Austenitic Stainless Steels"
'American Welding Society: "Structural Welding Code, AWS D1.1 and
A 5.4 for Stainless Steel".
SUBMITTALS:
Shop Dra'winqs: Fabrication of structural steel, metalwork, brackets
hatches, ladders, frames, and handrails shall not commence prior to approval
of shop drawings by the Engineer. Four sets of shop drawings which have
been checked by the Contractor for dimensions and conformance to the plans
and specifications shall be submitted for approval. Shop drawings shall
include complete details and schedules for fabrication for shop assembly of
members, and details, schedules, procedures and diagrams showing the
sequence of erection.
PRODUCT m:LIVERY, STORAGE AND HANDLING:
Material Storaqe: Protect steel members and packaged materials from
corrosion and deterioration. Welding electrodes shall be delivered in
unbroken packages and stored when opened in a closed, dry heated box. Do
not store materials on the structures in a manner that, might cause
'ZEL, ENGINEERS
9905-03 T05, doc
T5-1
I'
..
I
I
I
I
I
I
:1
--
I
I
I
I
I
I
~
I
SECTION T5
STRUCTURAL STEEL & MISCELLANEOUS METAL
distorti,)n or damage to the members or the supporting structures. Repair or
replace damaged materials or structures as directed.
MATERIALS:
Structural Steel: Except as otherwise indicated, structural steel shall be
Fy 36, ASTM A-36.
Aluminum~: shall be Fy 35, ASTM B-241.
Aluminum shapes: shall be Fy 35, ASTM B-308.
LINTELS:
Lintels supporting 4" block facing shall consist of one angle for the 4
inch wid1:h and shall be of the following size unless otherwise detailed.
Openinq
Up to 4'-0"
Up to 6'-0"
Up to 9'-0"
Anqle Size
4 x 3-1/2 x 5/16
5 x 3-1/2 x 5/16
6 x 3-1/2 x 5/16
Raised Pattern Floor Plate (Chkd. PI.) shall be aluminum with a 1/4" base
thickness and shall be 6061 - T6 aluminum.
Hatchways for the valve pits and pit.for the suction manifold shall be a
Bilco, S1:yle KD, double leaf or K, single leaf aluminum access way or shall
be the comparable product of Badcock-Davis, Waco or equal. The hatch shall
have 1/4" patterned plate designed for 300 #/S.F. Provide stainless steel
hardware including hold open arms, drop handles, and latches with removable
handles. The frame shall be 1/4" extruded or cast aluminum fitted with
suitable anchors into the concrete deck.
Pipe Railinq: Pipe shall be aluminum and shall conform to ASTM 8-241, 5086
H111, Fy = 21,000 psi, or better. Handrails shall be 1.9 inch 0.0. @ 0.94
lbs./ft. and the, posts shall,be 1.9 inch 0.0. @ 1.26 lbs./ft. spaced @ 7'-4"
O.C. max. Finish shall be 204-R1 Natural Anodized having a minimum coating
thickness of 0.4 mils.
Aluminum Ladders: Ladders shall have 2-1/2" x 1/2" stringers with 15/16"
square non-slip rungs spaced at 1'-0" on center maximum. Ladders shall be
aluminum, alloy 6061-T6, FY35 K. S. I. All necessary anchor bolts will be
stainless, steel and furnished with ladder. All material will have a
stand~rd mill finish. The portion of the ladder in contact with concrete
shall have a heavy shop coat of bituminous paint.
Steel Ladders: Steel ladders shall have 2 1/2" x 3/8" stringers spaced @
1'-6".0.1:. with 1" diameter steel rungs at 1'-0" o.c. Ladde+,s shall be
anchored to ,the wall with 1/4" bent plate anchors which provide 7" or more
from the wall to the rungs. Steel ladders shall be commercial blasted and
painted as appropriate for the location.
Unfinished Threaded Fasteners: ASTM A-307, Grade A, regular low-carbon
steel bolts and nuts with hexagonal heads and nuts; ASTM A193 for stainless
steel.
'ZEL, ENGINEERS
9905-03 T05. doc
T5-2
I
..
I,
I
I'
I
I
I
I
--
I
I
I
I
I
I,
~
I
SECTION T5
STRUCTURAL STEEL & MISCELLANEOUS METAL
Electrode,s for Weldinq: For carbon steel conform to AWS Code A-5.1, A-50S,
or A-588, as appropriate utilizing Series F70 electrodes.
Welding of stainless steel and non-ferrous materials shall use electrodes
appropriate for the application.
Cast Nosinq and Thresholds shall be cast aluminum abrasive type cross
hatched s:tyle as manufactured by American Safety Tread Co. or shall be the
comparable products of Wooster, White Foundry, Construction Castings or
equal. E:xcept as otherwise detailed, thresholds shall be Type 815 or 815S,
6 inches wide; nosings for concrete steps shall be Type 801, 3/8 inch
thickness by 4 inches wide and 6 inches less in length than the full width
of the stair.
Cement Grout (PC-G): Portland cement (ASTM C-150, Type I or Type III) and
clean, uniformly graded, natural sand (ASTM C-404, Size No.2). Mix at a
ratio of 1.0 part cement to 3.0 parts sand, by volume, whith only the
minimum amount of water required for placement and hydration.
Expansion Anchors shall have stainless steel shanks and nuts: Fed. Spec. FF-
S-325; cinch anchor type, Group I, Type I, Class 2 (2 unit, or Group I, Type
II, Class 2, Style I (2 unit); wedge type, Group II, Type IV, Class 1 or 2;
or self-drilling type, Group III, Type I. Expansion anchors shall be
installed in conformity with the manufacturer's recommendations for maximum
holding power, but in no case shall the depth of hole be less than four hole
diameters. Minimum distance between the center of any expansion anchor and
an edge or exterior corner of concrete shall be not less than 4-1/2 times
the diamei:er of the hole in which it is installed.
Anchors Between Concrete and Masonry shall be Hohmann and Barnard as
specified" Heckman, or comparable galvanized steel products. The channels
shall be Gripstay #305 continuous channels of 16 gage stainless steel,
embedded in the cast in place concrete; the anchors shall be #303
Corrugated Gripstay Anchors, 12 gage 1 1/2" wide. At the lime slurry steel
tank the anchors shall be H &B #360 with #364, 12 ga. Gripstay Anchors.
FABRICATION:
Structural Steel shall be fabricated in accordance with appropriate AISC
Specifications and as indicated on the final shop drawings. Fabricate with
natural cemmer of the member up. Properly mark and matchmark materials for
field ass:embly. Fabricate for delivery sequence which will expedite
erection and minimize field handling of materials. Where finishing is
required, complete the assembly, including welding of units, before start of
finishing operations. Welders shall be certified for all positions, and
thicknesses appropriate to their work on this project.
Non-Ferrous and Other Miscellaneous Metal shall be fabricated in accordance
with appropriate aluminum association specifications and to a quality
comparable: to. the Commercial Quality of the National Association of
Architectural Metal Manufacturers. Metal surfaces exposed to view shall be
free of s:urface blemishes, including pitting, seam marks, roller marks,
rolled tra.de names and roughness.
'ZEL, ENGINEERS
9905-03 TOs.doc
T5-3
I
..
I
I
,I'
I
I,
I,
I
--
I
I
I
I
I
I
..
I
I
SECTION T5
STRUCTURAL STEEL & MISCELLANEOUS METAL
Connections: Weld or bolt shop connections. Bolt field connections,
except 1,.zhere welded connections or other connections are shown or
specified. All butt welds shall be full penetration butt welds. Fillet
welds not otherwise noted shall be 3/16". Welders shall be certified for
all positions and thicknesses appropriate to their work on this proj ect.
Bolted connections not otherwise noted shall be two 3/4"l2l ASTM A 307 HEX HD
Bolt.
Holes fo:r: Other Work: Provide holes required for securing other work to
structurell steel and miscellaneous metal, and for the passage of other work
through the members. Provide threaded nuts welded to framing as needed to
receive other work.
paintinq: Stainless steel, galvanized steel, and aluminum will not be
painted. All steelwork shall be shop primed with one coat of gray chromate
primer Tnemec poxiprime 65 over a surface which has received commercial
blast (S:3PC-SP6) or better surface preparation. The prime coat shall be
compatible with the coating system specified in the PAINTING section. Where
paint ha:3 been withheld from areas to be welded and other bare spots,
scrapes, etc., the areas shall be touched up with the original primer.
Minimum prime coat dry thickness shall be 2 mils.
Aluminum Pipe Railinqs: Fabricate railing with smooth bends and welded
joints ground smooth and flush. The top rail should be 42" above the
,floor; stairrails shall be 35" above the nose of the tread. Rail posts and
fittings shall be anodized, and rails adjusted to insure matching
alignment. Where aluminum attachments are to be in contact with concrete
or steel, use one layer of #15 asphalt felt applied with bituminous paint
to separate the contact steel unless otherwise noted. Space posts not more
than 7 fE!et on centers. Plumb posts in each direction. Handrail posts,
except where otherwise detailed; shall have a minimum three bolt fascia
type mounting.
Aluminum in contact with concrete shall receive a heavy coating of epoxy or
other c::oating suitable for exposure to drinking water.
ERECTION:
Structural steel and miscellaneous steelwork shall be erected in
conforrnan(::e with current edition of AISC Specifications.
PAYMENT:
No separa~c:e payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Base Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T05. doc
T5-4
I
..
I
I
I'
I
I
I
I
,.
I
I
I
I
I
I
I
~ ; ~. , .
SECTION T5A
STANDING SEAM METAL ROOF
SCOPE:
The worJ, covered by this section of the specifications consists of
furnishing all labor, materials, equipment and services necessary for or
reasonabJ_y incidental to the furnishing and erection of, the standing seam
metal re,of and the simple saver ceiling system, all associated trim,
anchors, anchor bolts, screws, and all other miscellaneous items to fully
complete the roofing and ceiling system in strict accordance with this
section of the s~ecifications and the applicable plans and subject to the
terms and conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications and any,specifications
shown on the drawings form a part of this specification:
American Society for Testing Materials Designations:
A-755, Steel Sheet Aluminum-Zinc Alloy Coated and Pre-painted
A-193, Stainless Steel Bolting Materials
B-308, Aluminum Alloy 6061-T6 Std~ Shapes
E-283, Air Infiltration '
E-331, Water Penetration
.-'
Corps of Engineers
",
, ,
, IJ'
CEGS-07416 Standing Seam Metal Roofing
SUBMITTALS:
Shop DraW~nqs: Fabrication of sheet metal roofing and the ceiling system
shall not',~mmence prior to approval of shop drawings by the Engineer. Four
sets of shop drawings ,which have been checked by the Contractor for
dimension:3 and conformance to ~ the plans and specifications shall be
submitted for approval. Shop drawings shall include complete details for
fabrication and installation.
PRODUCT DELIVERY, STORAGE AND HANDLING:
Material Storaqe: Protect roofing materials and associated packaged
materials from corrosion and deterioration. Do not store materials in a
manner that might cause distortion or damage to the members or the
supportin~r structures. Repair or replace damaged materials or structures as
directed.
ROOF MATEElIALS:
Metal ROofinq: The metal roofing shall be a 2" or 3" high 22 gauge
structural standing seam metal roof suitable for 20 PSF snow load and a 25
PSF wind load. Seamed ribs at 12" or 16" O.C. may have stiffening rib
deformations at the 1/3 points to prevent "tincanning". The panels shall
have a galvalume or galvanized coating pre-painted with 'a manufacturer's
std (medium green exterior; white, interior) kynar 500 coating or
comparable! product. The panels shall be the standard product of MBCI,
Peterson J~luminum, McElroy, or comparable manufacturer. The roofing shall
be suitable for a UL class 90 wind uplift classification.
'ZEL, ENGINEERS
9905-03 T05A.doc
T5A-l
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I .
I
SECTION T5A
STANDING SEAM METAL ROOF
Fasteners: The metal roof shall be fastened with concealed clips or an
integral fastening system. Fasteners shall not be smaller than #12 self-
tapping stainless steel screws, and shall be type 304, grade 8 or better.
Where the fastener penetrates the roofing it shall be sealed with a
stainless steel EPDM or neogrene sealing washer. All metal deck shall be
pinned at the ridge and elsewhere as appropriate for the deck installation.
Accessories: The ridge, hips,
appropriately fitted with trim.
ridge vent as the ridge trim.
system of the roofing.
eaves and other slope changes shall be
The ridge shall have a nominal continuous
Accessories shall have the matching color
VENTS, CURBS:
Vents, curbs, and other roof openings shall match the configuration and
color of the standing seam metal roof furnished for the project. The
fittings shall be manufactured by companies which regularly produce metal
roof fittings. Ridge vents shall ,be continuous screened low profile units
manufactured in lengths sui table for, handling and installation. Roof
penetrations shall provide for reinforcement at the openings, and shall be
sealed watertight with not less than a 10-year guarantee of water
tightnes:::. Penetrations shall be not less than 18 gauge, galvanized and
painted materials; where neoprene or, other rubber like materials are used,
they shall be ultraviolet resistant with proven long lasting qualities.
Support systems which mount to the standing seams shall utilize non
penetrating fittings. Curbs for roof openings shall be' manufactured by
Trimco, l1ctive Vent Products, LMC, MBCI, ELGEE Custom Curb or comparable
manufacturers.
,$4
s ,=-
-e,p' /3' E /Z T
L-jC 2 G-/t;-ij ~ ?- e:; I
CEILING SYSTEM:
The ceilinq-insulation system for the service building
administr.:ltion area shall be the "simple saver system"
Inc. of Hadison, NE or shall be a comparable system.
chlorine loading and storage area is open framed and
ceiling system.
pump room roof and
by Thermal np~n,
The roof above the
does not have the
,.~c
The system shall have an "R" value of 13 or greater. The exposed ceiling
face shall be "super white" suspension fabric. The fabric shall provide a
vapor barrier with a water transmission ratio of 0.02 grains/hour or better
and a li9ht reflectivity of 90%. Support strapping, fasteners, sealants,
thermal break materials shall conform to the same white color. ' Exposed
parts shall have a flame spread ratio of 25 or less.
The insuL:ition shall be not less than 4" of fiberglass supported on the
ceiling fabric smoothly stretched over the steel strap support system. The
steel strap system shall be 3/4" wide 80 KSI high tensile steel painted to
match the ceiling fabric.
All edges of the vapor barrier liner fabric shall be mechanically faitened
with steel retaining straps for the full perimeter of the pump room and the
administra,ti ve wing. Perimeter edges shall be trimmed and sealed to the
adjoining material with vapor barrier lap sealant.
'ZEL, ENGINEERS
9905-03 TOSA.doc
T5A-2
I
'-
I
I
I
I
I
I
I
--
I
I
I.
I
I
I
~
I
, SECTION T5A
STANDING SEAM METAL ROOF
Thermal break materials between the roof deck and steel framing shall be
not less than 1/8" thick foam tape by the width of the supporting member.
Fasteners shall be not less than #12 x 1 1/4" plated and painted screws or
shall be stainless steel.
The installation shall conform to the manufacture's instructions and to the
approved shop drawings.
PAYMENT:
No separ.:lte payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Base Bid for the completed work.
'ZEL, ENGINEERS
9905-03 TOSA.doc
T5A-3
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
~
I
SECTION T6
PLANT AND YARD PIPING
SCOPE:
The work covered by this section of the specifications includes furnishing all
plant, labor, supervision, equipment and materials, and in performing all
operations in connections with the installation of all piping, fittings, and
appurtenances as required for the water treatment facility in compliance with
this section of the specifications and the applicable plans and subject to the
terms and conditions of the contract.
GENERAL:
The Contractor shall submit for the approval of the Engineer complete drawings
of the piping assemblies and appurtenances, accurately and adequately
dimensioned and with' sufficient descriptive matter to indicate clearly the
installation and connection to appurtenant equipment.
Pipe, appurtenances and accessories, unless otherwise indicated or authorized
in writing by the Engineer, shall be new and unused materials and shall be the
standard products of reputable manufacturers normally engaged in 'the
manufacture of that particular item. All material and construction must be in
accordance 'with the AWWA Standards and any PVC material or plastic service line
used must the National Sanitation Foundation (NSF) seal of approval for potable
water use. All pipe, solder. and flux used during installation of the water
lines must be "lead-free" with not more than 8% lead in pipes and fittings, and
not more than 0.2% lead in solder and flux. Fittings for all pipe shall be as
manufactured for the type and class of pipe forming the pipe line in which they
are i!lstalled. The 'Contractor shall submit for the approval of the Engineer
complete drawings of all valves, manholes, and, piping assemblies and
descriptive matter to indicate clearly the installation.
Pipes located inside structures, above ground or attached to structures shall
be rigidly supported. The full length of each section of underground pipe
shall rest, solidly upon the pipe bed, with recesses only to accommodate pipe
joints. Any pipe which has its alignment, grade or joints disturbed after
laying shall be taken up and re-Iaid. The interior of all pipe shall be
thoroughly cleaned of all foreign matter before being placed, and shall be kept
clean durinq laying operations by means of plugs or other approved methods. No
pipe shall be laid in water or when trench or weather conditions are unsuitable
for such wOl:k. Any section of pipe found to be defective before or after laying
shall 'be replaced at no additional expense to the Owner. Rejected pipe shall
be clearly marked and shall be removed from the site. Where not otherwise
indicated, ductile iron water mains shall be installed in accordance with AWWA
C600-93.
INSTALLATION IN TRENCHES:
Excavation, trenchinq and backfillinq shall be done in accordance with Section
T-2 of theSE! specifications. Any pipe that is to be laid in fill shall not be
laid until the fill material has been completely placed and compacted in
accordance with these specifications.
Handlinq, of pipe and accessories shall be in such a manner as to insure
delivery on the job and installation in the trench, or inside the structures in
a sound uno.amaged condition. Cutting of pipe shall be done in a neat and
'ZEL, ENGINEERS
9905-03 T06. doc
T6-1
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T6
PLANT AND YARD PIPING.
workmanlikn manner without damage to the pipe. Cutting shall be done by means
of an approved type of mechanical cutter. Pipe shall be cut square; burrs,
chips, and cuttings shall be removed.
SERVICE PIPING SCHEDULE:
Unless otherwise indicated, pipe and fittings shall be constructed of the
materials ~;hown in the following schedule for the service 'indicated. Ductile
iron pipe and fittings shall be used for all plant and yard piping except as
indicated in the following schedule:
Service
Above Ground plant and yard
Piping not otherwise listed
Below
Below Ground plant and yard
Piping not otherwise listed
Below
24" 0.0. Pump Cans
2", 1-1/2"
1-1/4" and smaller
Sample Lines
Corrosion Control
Fluoride Solution
Liquid Lime System -
Gravity waste
Storm Drains, Culverts
Seepage Drains
Ductwork manholes
Pipe Material
D.I.P. Flanged
special class 53
D.1.P. class 250
push-on joint where
unrestrained.
Push-on joint with
Restraining gaskets
(<14") or American
Lok-Ring or equal
(>14") where restrained.
Type 304
stainless steel
PVC, S ch . 80 ;
Type K or L Copper
except as otherwise
indicated.
PVC, sch. 80
PVC, sch. 80
'Reinforced PVC hose
Fittinq Material
D.1. P. Flanged
class 250
D.1.P. class 250
same joints as
pipe
Type 304 S.S.
PVC
(See Plumbing &
Heating Sect. T-15)
PVC
PVC
Solution lines
furnished and
vendor.
are ~" reinforced PVC hose to be
installed by the lime system
C.1.S.P.
RCP
Perf. PVC (SDR26)
4' dia. precast conc.
C.1.S.P.
RCP
PVC'
9905-03 T06. doc
'ZEL, ENGINEERS
T6-2
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T6
PLANT AND YARD PIPING
!,eqend:
D.I.P.
M'.J.
M.I.
P.V.C.
C.I.S.P.
RCP
S.S.
Ductile Iron Pipe
= Mechanical Joint
Malleable Iron
Polyvinyl Chlorid
= Cast Iron Soil Pipe
Reinforced Concrete Pipe
Stainless Steel
Fittings shall be appropriate for the installation. Suitable couplings, unions
and flexible joint connections shall be furnished and installed in the p~p~ng
system to correct minor misalignment and to facilitate removal and replacement
of piping components. Piping connections to all machinery, equipment and
meters shall be made with flanged or union fittings. Where this is
impractical, a dresser coupling, a union, or similar fitting shall be installed
as close as possible to facilitate equipment maintenance or removal.
Also see Specification Sections TlO, Tll, and Tl5 fot more definitive
specification of small piping for the plumbing and chemical systems.
DUCTILE IRON PIPE:
Underqround:
Pipe: UndE~rground pipe shall be ductile iron, 250 PSI Pressure Class, in
accordance with AWWA/ANSI Specification ,Cl50 & Cl5l/A21.50 and A21.51, using
60/42/10 grade of iron. Pipe shall be coated on the outside with a bituminous
coating, and lined with cement lining in accordance with ANSI A21.4.
Fittinqs shall be ductile iron, in accordance with.AWWA Cl10, ANSI A2l.10, and
AWWA Cll1: 250 psi.
Joints in underground ductile iron pipe shall be push-on joint (American
Fastite or equal) where restraint is not required. At all valves, fittings and
where otherwise indicated, joints shall be restrained. Pipes and fittings
smaller than 14" shall utilize American Fastite joints with Fast-Grip Gasket or
approved equal for restraint. Pipes and fittings 14" and larger shall utilize
American Lok-Ring or approved equal for restraint. Buried valves with
mechanical joint ends shall be restrained with EBAA Megalug, series 1100 or
approved equal. All joints and jointing materials shall conform to the
requirement~l of ANSI A21.11. Where 'solid sleeve connections are made, the space
between pipE! ends shall be filled with a ring of the pipe.
Concrete blocking for restraint may be used where it clearly will not
interfere with other piping or structures and where firm support is available
by concrete bearing against the trench wall; otherwise, piping shall have
restrained joints.
Installatior.~: Pipe and accessories shall be handled in such a manner as to
insure delivery on the job and installation in the trench, or inside the
structures in a sound undamaged condition. Particular care shall be taken not
to injure the coating.
'ZEL, ENGINEERS
9905-03 T06. doc
. T6-3
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
..
I
I
SECTION T6
PLANT AND YARD PIPING
Cutting pf pipe shall be done in a neat and workmanlike manner without damage
to the pipe! or its coating. Cutting shall be done by means of an approved type
of mechanical cutter.
Placinq and Layinq: Pipe and accessories shall be examined for defects and
tapped witt; a light hammer to detect cracks while suspended in the sling before
installing. All damaged, defective or unsound items will be rejected and
removed imnlediately from the site of the work. Deflection from a straight line
and grade as required by vertical or horizontal curves or offsets shall not
exceed the following values:
Pipe Size
Maximum Deflection (Inches per 20 Ft. Length)
Bell and Spigot Mechanical
or Push-on Joint
Inches
6
8
10
12
14.
16
18
20
24
16
16
16
16
13
13
9
9
9
22
16
16
16
11
11
9
9
8
Where pipe ends are left for future connections, they shall be valved, plugged,
or capped and blocked.
Mechanical ;oints shall be installed in accordance with the notes on method of
installation as shown in ANSI Specification A21.11, Appendix A. The socket
gland, gasket and spigot shall be cleaned and the gland and gasket slipped on
the spigot end. The last 8 inches of the spigot and inside of the bell of
mechanical joint pipe shall be thoroughly cleaned and then painted with a soap
solution made by dissolving one-half cup of granulated soap in one gallon of
water. The spigot shall be pushed into the socket and centered. The gasket
shall then be properly seated in the socket and the gland bolted finger tight
to the socket. The joint shall then be made tight with a suitable ratchet
wrench; nuts spaced 1800 apart shall be tightened alternately to produce an
equal pres:3ure on all parts of the gland; bolt threads shall be lubricated
before tightening., If effective sealing is not attained at the maximum torque
range recornmended by the joint manufacturer, the joint shall be disassembled
and reassenililed after thorough cleaning.
Incidental Items of Work: All plugs, caps, wyes and tees shall be provided
with adequate reaction blocking or suitable joint restraint.
ABOVE GROUND:
Above qround pipe shall be ductile iron, thickness Class 53 for Flanged Pipe in
accordance with ANSI Specification A21.50 and A21.51, using 60/42/10 grade of
iron. Flanged pipe shall have threaded on ductile iron flanges.' Pipe shall be
manufacturE~d -in accordance with AWWA Specification C11S/21.1. S. Pipe shall be
coated on the outside with a bituminous coating, and lined with cement lining
in accordance with ANSI A21.4.
'ZEL, ENGINEERS
9905-03 T06. doc
T6-4
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T6
PLANT AND YARD PIPING
Flanqed Fittinqs shall be ductile iron in accordance with the requirements of
AWWA Specification e110, coated and lined same as pipe. Flanges shall be faced
and drilled to match AWWA ellS threaded-on flanges. Bolt circles shall be ANSI
B16.1, class 125.
Flanqed Joints shall have the gaskets inserted between flanges, and bolts shall
be tightened in such a manner as to distribute evenly the stresses carried by
the bolts so as to bring the pipe in alignment and make a tight joint without
overstressing the pipe or the individual bolts. Gaskets shall be full faced
1/8" thick rubber. Bolts shall be in accordance with ANSI Specification
B18.2.1; nuts 818.2.2.
WALL SLEEVE;3 AND WALL PIPES:
The penetration of pipes passing through concrete walls shall be made
watertight. Pipes 6" and larg~r shall have cast iron or ductile iron wall
pipes. Wall pipes shall have a dam inside the wall and shall have the proper
joint to connect with the pipe on each side of the wall. Pipes 4" and smaller
shall be duc:tile iron. Wall pipes where used as' sleeves shall be fitted with
Thunderline Link seals or comparable product. Before casting concrete, wall
pipes and sleeves shall be accurately positioned and secured.
Wall Pipes ~:hall be flange-ws-flange or flange-ws-plain end type, or M.J. FIg.
- PE fabricated from Class 53 centrifugally cast ductile iron pipe, Grade 60-
42-10. End flanges shall be ductile iron, threaded-on, in accordance with AWWA
Specification CllS. Any flanges to be installed flush against the wall shall
be tapped fcr studs. Drilling pattern shall match equipment to be connected.
PUMP CANS:
Pump suction cans shall be furnished for all 6 positions, two of which are to
be capped with a D.I. blind flange. The cans shall be set in concrete at the
alignment an.d level tolerances necessary for properly installing the pumps.
The cans shall be 24" 0.0., ~" thick, type 304 stainless steel, fitted with a
head flange of 1-1/2" thick stainless steel, faced drilled and tapped to match
the AWWA C11!; Flange of the discharge head. The side inlets of the cans shall
be 13.2" 0.0. stainless steel nozzles. Stainless steel can assemblies shall be
in full compliance with the STAINLESS STEEL PIPING section of these
specifications.
CONCRETE COLl.ARS, CRADLES, SADDLES, AND ENCASEMENT:
Collars, cradles, saddles, or encasement shall be constructed of concrete with
a minimum 28-'day strength of 3,000 psi.
PIPE SUPPORTS::
The Contractor shall furnish and install such pipe supports and hangers as are
indicated, or as may be required to prevent excess stresses in the joints, and
to hold piping rigid and free from vibration under all conditions of operation.
Horizontal runs of pipe shall be provided with support spaced not more than 8'-
8" on center.
'ZEL, ENGINEERS
9905-03 T06.doc
T6-5
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T6
PLANT AND YARD PIPING
FLEXIBLE RE:INFORCED PVC HOSE: Shall be clear, food grade, Technoflex by Spears
Manufacturi.ng Company or equal. The hose' shall be compatible with the fluid
being conveyed. Hose installed in direct sunlight shall be insulated.
Fittings shall be as recommended by the manufacturer and consist of rigid pvc
insert with double male tubing adapters and a stainless steel clamp. Hose
shall be suited to 150 psi pressure.
POLYVINYL CHLORIDE (PVC) PIPE:
Pipe AND DUCTS: polyvinyl chloride (PVC) pipe shall be extruded, using Type I,
Grade I PVC compound conforming to ASTM 01784 Designation l2454A. PVC pipe
shall be Schedule 80 conforming to ASTM Specification 0-1785.
Fittinqs shall be PVC, Schedule 80 socket or threaded fittings for Schedule 80
pipe. SockHt to thread adapters shall' be used for connecting to threaded
fittings. Threaded fittings shall be used for Schedule 80 piping above ground.
Socket type: PVC fittings shall conform to ASTM 02467; solvent cements shall
conform to ,~STM 02564.
Handlinq: Pipe and accessories shall be handled in such a manner as to insure
delivery on the site and installation in a sound undamaged condition. If pipe
is to be stoned outside for more than 30 days it shall be covered to protect it
from prolo!':,ged exposure to the sun. Cover shall be canvas or other opaque
material, Kith provision for air circulation under the cover. When pipe is
received in standard lifts it shall remain in the lift until ready for use.
Lifts shall not be stacked more than three high and shall always be stacked
wood on wood. Loose pipe shall be stored on racks. with a maximum support
spacing of three feet. Pipe shall be shaded but not covered directly when
stored outside in high ambient temperatures. This will provide for free
circulation of air and reduce the heat build-up due to direct sunlight
exposure.
Cuttinq: P:Lpe shall be cut in a neat workmanlike manner without damage to the
pipe. Pipe shall be cut square, using either a tubing cutter or a miter box
and a fine tooth saw. All burrs, chips and cuttings shall be removed and pipe
end beveled..
Placinq and Layinq: Pipe and accessories shall be examined for defects before
installing. All damaged, defective or unsound items will be rej ected and
removed irnml~diately from the site of the work. The pipe shall be assembled
above ground in a straight line, then curved and laid in the trench. All
curvature shall be accomplished by bending ,the pipe with no deflection at the
joints.
Jointinq: Clean the inside of the fitting and inside and outside of the end of
the pipe with a clean dry cotton rag. Surfaces to be joined shall be
thoroughly dry. Apply primer to the inside of the socket and outside of the
pipe with a'dauber, keeping the surfaces wet 5 to 15 seconds. Apply a second
coat to the inside of the socket. Immediately upon finishing the application of
the cement, and before it starts to set, insert the pipe to the full socket
depth, rotating the pipe or fitting 1/4 turn to insure a complete and even
distribution. of the cement. Hold joint together a minimum of 10 to 15 seconds
to make su:ce that the pipe does not move or back out of the socket.
Immediately after joining, wipe off all excess cement from the circumference of
'ZEL, ENGINEERS
9905-03 T06.doc
T6-6
I
..
I
I
I
I
I
I
I
811
I
I
I
I
I
I
..
I
I
SECTION T6
PLANT AND YARD PIPING
the pipe a,nd fitting. Joints shall be allowed to dry 48 hours prior to
movement or subjection to internal pressure. Joints shall not be made when
temperature is above 900 F when exposed to direct sunlight, or when the
temperature is below 400 F. Primer and solvent cement shall be fresh and
uncontaminated, and as recommended and supplied by the pipe manufacturer.
Detection Tape: PVC pipe installed underground shall be marked by the use of a
continuous inert bonded layer plastic tape with a metallic foil core, buried in
the pipe trench 24 inches below the surface. Tape shall be yellow, 2 inches
wide with continuous imprinting; "CAUTION - PIPELINE BURIED BELOW". Tape shall
be Seton Metallic Lined, or equal. Multiple ducts encased n concrete shall be
marked with one line of metallic tape.
INSULATION ,~ND HEAT TRACING:
Water, chemical, and solution lines 3" and smaller which are exposed or located
in unheated spaces shall be heat traced and insulated. Exposed lines carrying
liquid fluo,cide, however, shall be, insulated, but not heat traced. Lime slurry
lines and lines in the chemical feed pits do not require insulation or heat
tracing. M~ere the lines are in ducts exposed to the weather, the insulation
can be omitted but heat tracing in the duct still will be required. lines
shall be in:sulated with a flexible foamed plastic insulation not less than ~
inch thick. Insulation shall be closed cell with a "K" factor of not more
than 0.26 ai: 700F mean temperature. Insulation shall be furnished in tubular
form and applied to the pipe with longitudinal seams and butt joints sealed
with adhesi'Te. Insulation shall be sealed vapor tight at walls and ceilings.
Fittings and valves shall be insulated with fitting covers "fabricated from
insulation rrraterials in accordance with recommendations and template patterns
of the insulation manufacturer. All joints in the fitting covers and joints
between fitting covers and adjacent pipe insulation shall be sealed with
adhesive. Insulation shall be furnished with four coats of Weatherproof
Plastic reinforced with glass mesh. Glass mesh shall be embedded in the
first and third coat while wet. After the insulation is complete and dry, it
shall be painted. Insulation shall be Armstrong Armaflex 22, with 520
Adhesive, and Armstrong Weatherproof Plastic, or equal.
CONCRETE PIPE:
Pipe: Concrete pipe shall be Class IV reinforced concrete pipe conforming to
ASTM Specifi.cations C76. Pipe shall have "0" ring joints. Except as otherwise
indicated, ~;torm drains shall be terminated with standard flared end sections
conforming t,o Georgia DOT STD. No. 1120.
Joints: C..:mcrete pipe shall be provided with "0" ring gasketed joints
conforming t.o the requirements of ASTM C442. A grove for confining the gasket
shall be cast in the spigot. Gaskets shall have a circular cross section'and
the hardness shall be 45 plus or minus 5 when measured in accordance with ASTM
D676. Joints shall be made using such adhesive or lubricating substances as
recommended by the manufacturer. Care shall be taken to prevent excessive
exposure of the gaskets to sunlight.
'ZEL, ENGINEERS
9905-03 TOG. doc
T6-7
,
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T6
PLANT AND YARD PIPING
SOIL, WASTE: AND DRAIN PIPING:
pipinq: P:i.ping from floor drains and manholes shall be cast iron soil pipe;
piping 3 in.ches and larger, and indirect drains shall be coated service weight
bell and spigot cast iron soil pipe, or no-hub soil pipe. Bell and spigot pipe
shall be used below the floor or underground, with the bell of the pipe or
fitting extending above the floor.
Installation: Horizontal drainage p~p~ng shall be run in practical alignment
at a uniform grade. Sloping drains and horizontal branches of 3 inches nominal
size and smaller shall be installed with a slope of not less than 1/4 inch per
foot, and larger than 3 inches nominal size, not less than 1/8 inch per foot.
Fittinqs: All changes in pipe size on soil, waste, and drain lines shall be
made with l:educing fittings or recessed reducers. All changes in direction
shall be made by appropriate use of 450 wyes, half wyes, long-sweep 1/4 bends,
1/6, 1/8 or 1/16 bends. Where it becomes necessary, because of space
conditions, to use short-radius fittings in any location, approval of the
Engineer shall be obtained before they are installed.
Joints:
Gasket: Joints in bell and spigot cast iron soil, waste, and vent pipe shall
be made with neoprene gaskets. Bell of the pipe shall be cleaned and gasket
inserted. Cut end of pipe shall be rounded off and, burrs removed. Outside of
the pipe and inside of the gasket shall be lubricated, and the pipe inserted.
Gaskets shall conform to ASTM C564.
No-Hub: Joints in no-hub pipe shall be made, with a neoprene gasket and
stainless steel sleeve. Pipe ends shall be inserted into the neoprene gasket,
the stainle~:s steel sleeve placed around the gasket and screws tightened to the
Manufacturer's recommended torque. Gaskets shall conform to ASTM C564, sleeves
to ANSI 301-,305.
PROVISIONS E'OR FUTURE CONNECTIONS:
Where pipe ,=nds are for future connections, they shall be plugged or capped
using mechan.ical joint plug or cap and restrained as needed,
MANHOLES:
General: Manholes shall be constructed with cast iron frames and covers. The
base of the manhole shall be constructed of 4000 PSI concrete or better.
Manhole steps shall be 1'-4" O.C., cast iron and R-1981-I for precast manholes.
Flat top manholes shall have 8" thick flat bottoms and tops constructed of 4000
PSI concrete.
Precast Concrete Manholes: Precast manholes shall consist of precast risers
and tops conforming to the requirements of ASTM C478 and having a minimum wall
thickness of 5 inches. Except for flat tops, the precast top section shall be
of the eccentric cone type and shall have a top outside diameter larger than
that of the inanhole ring. The lower end of the bottom section shall be set in
a bed of mortar in a recess formed in the cast-in-place base slab and the
outside of the joint shall then be sealed with a beveled fillet of mortar.
'ZEL, ENGINEERS
9905-03 T06. doc
T6-8
I
..
I
I
I
I
I
I
I
III
I
I
I
I
I
I
..
I
I
SECTION T6
PLANT AND YARD PIPING
Integral bases of equivalent strength may be used if the manhole base section
is leveled by setting in a bed of mortar. The joints in the riser pipe shall
be sealed ~,i th a mastic gasket, similar and equal to K. T. Snyder "Ram-Nek". In
lieu of precast units, duct manholes also may be comparable cast-in-place
units.
Brick Manhole Tops: The top of the manholes shall be topped out with brick.
The number of courses will depend on the required elevation of the top of the
manhole. Not more than 5 courses shall be used above the cone section of a
manhole. The brick shall be laid radially in header courses with joints broken
by staggeri.ng each successive course. After the manhole frame and cover has
been set in a bed of mortar on the top course of brick, the outside of the
manhole shall be plastered for the full extent of the brickwork with mortar to
the thicknE~ss of not less than 1/2 inch. The inside face of the manhole
brickwork may be rubbed with a cloth in lieu of striking the joints. The
brickwork and mortar shall be protected against low temperatures and cured so
as to prevent damage by elevation adjustments.
Manhole Ste~ shall be installed in all sections of each manhole. The steps in
the precast, sections may be installed when the sections are cast or may be
inserted after the manhole has been constructed. All damages to the precast
section caused by the insertion of the steps shall be repaired and sealed with
expanding mortar to prevent leakage . Steps shall be located only on the
vertical inside face of eccentric cones and shall be aligned with the steps in
the lower sections. Manhole steps in concrete boxes also shall be located to
align with the access manhole frame and cover.
Manhole Frames and Covers:
General: M~nhole frames and covers in improved areas or streets shall be set
flush, with the finished grade; the Contractor shall set and adjust manhole
frames and covers as necessary to meet this requirement.
Standard Frames and Covers: Cast iron for manhole frames and covers shall
conform to ASTM A 48, Class 30, gray iron. Castings shall be quality cast iron
such that the metal is strong,' tough and of uniform grain. They shall be
smooth, fref~ from scale, lumps, blowholes, blisters and defects of every kind
which render them unfit for the intended use. No plugging or filling shall be
permitted. Standard frames and covers shall have machined bearing surfaces and
shall ,be Neenah No. R-1706 and weighing approximately 400 pounds total, or
shall be the comparable product of Sumter, Dewey Bros., U.S. Foundry, or equal.
Manhole fr~nes and covers in flat concrete slabs shall have machined bearing
surfaces and for heavy duty applications shall be Neenah No. R6065, or equal,
weighing approximately 400 pounds, total; light duty frames and covers shall be
used in unpaved areas and shall be Neenah No. R6044-A, or equal, weighing
approximately 165 pounds, total.
TESTING:
General: After completion of the piping, it shall be tested for leaks and
proved tight:. Gravity lines shall be tested at 15 psig. Pressure lines shall
be tested at 250 psig for high service lines, and 150 psig for'the raw water
lines.
'ZEL, ENGINEERS
9905-03 T06.doc
T6-9
I
..
I
I
1
'I
I
I
I
--
1
I
I
I
I
I
I
SECTION T6
PLANT AND YARD PIPING
Pressure TElst: All newly laid pressure pipe or any valved section thereof shall
be subjected to the appropriate hydrostatic pressure. All valves shall be in
place when lines are tested. The duration of each pressure test shall be at
least thir::y minutes. Before applying the specified test pressure, all air
must be expelled from the line. The Contractor will make the necessary taps and
insert plU9S after the test is completed. All exposed pipe, fittings, valves,
and joints shall be carefully examined; defective joints shall be repaired or
replaced to the satisfaction of the Engineer. Any cracked or defective pipes,
fittings, or valves discovered in the consequence of this pressure test shall
be removed and replaced with sound material, and the test shall be repeated
until satisfactory.
STERILIZATION:
All service piping complete with fittings shall be flushed until clean, and
sterilized as specified in AWWA Specification C 601-86, "disinfecting Water
Mains". Di.sposal of heavily chlorinated water (following disinfection) must be
accomplishE!d in accordance withAWWA Standard C651 (latest revision). The
requirements of this paragraph apply equally to new pipe and fittings, and to
existing pJ_pe lines into which connections have been made, or which may have
been otherwise disturbed to the extent that contamination may have occurred.
CLEAN-UP:
Upon complEltion of the installation of the water lines and appurtenances, all
equipment a,nd debris remaining as a result of the Contractor's operations shall
be removed from the site of the work.
PAINTING:
All exposed piping and appurtenances shall be painted in accordance with the
requirements of Section T-9 of these specifications.
AS BUILT DFAWINGS:
Upon completion of the work, the Contractor shall furnish to the Engineer a
complete SE!t of marked-up drawings showing all changes in the location of all
underground: and above ground piping, valves, and drains.
PAYMENT:
No separate payment will be made for the work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
'ZEL, ENGINEER'S
9905-03 T06.doc
T6-10
I
I.
I.
I,
I
I
I
I
I
,lit
I
I
I
I
!!!!-
I
SECTION TOGA
STAINLESS STEEL PIPING
The work c.;:)vered by this section of the specification includes furnishing all
plant, labor, supervision equipment and materials, and in performing all
operations in connection with the installation of all piping, fittings,
hangers, supports and appurtenances as required for the proper connection and
operation of the water treatment plant in strict compliance with this section
of the specifications and the applicable plans and subject to the terms and
conditions of the contract.
GENERAL:
This specification is applicable to piping assemblies containing 12 inch
nominal dic~meter piping or larger.
The Contractor shall submit for the approval of the Engineer complete
drawings of' all pump manifolds, and all complex assemblies and appurtenances,
accurately and adequately dimensioned and with sufficient descriptive matter
to indicate clearly the installation and connection to appurtenant equipment.
Pipe, appUJ~tenances and accessories shall be new and unused materials and
shall be the standard products of reputable manufacturers normally engaged in
the manufacture of that particular item. Fittings for all pipe shall be as
manufactured for the type and class of pipe forming the pipeline in which
they are installed. Pipes located inside structures, above ground or
attached to structures shall be rigidly supported.
At all times when actual pipe erection is not in progress, all open ends of
pipe and fi.ttings shall be securely and completely closed with mechanical or
expandable plugs so as to positively exclude the entrance of all trench
water, earth or other foreign substance into the line. All completed
pipelines ~:hall be cleaned of dirt and superfluous materials and shall be
flushed to remove any foreign matter remaining therein. Any section of pipe
found to be defective before or after laying shall be replaced at no
additional expense to the Owner.
Joints: Flanged joints shall have the gaskets inserted between flanges, and
bolts shall be tightened in such a manner as to distribute evenly the
stresses ca:rried by the bolts so as to bring the pipe in alignment and make a
tight joint without overstressing the pipe or the individual bolts. Gaskets
shall be fu:LI faced 1/8" thick rubber. Bolts shall be stainless steel.
PIPE SUPPOR'J~S:
The Contractor shall furnish and install such pipe supports and hangers as
are indicated, or as may be required to prevent excess stresses in the
joints, and to hold piping rigid and free from vibration under all conditions
of operation. Pipe to be supported above concrete slabs shall be supported
on approved supports. Piping supported from above shall be supported on
adjustable pipe hangers.
The pipe shall be made by a manufacturer experienced in producing pipe of the
type and size specified herein. 'The pipe manufacturer shall have produced
such pipe, having a successful performance record of at least five years in
this country.
'ZEL, ENGINEERS
9905-03 TOGA.doc
TOGA-1
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T06A
STAINLESS STEEL PIPING
Desiqn Conditions:
The Contractor shall furnish to the Engineer, for his approval, copies of the
shop drawir"gs, design calculations and laying schedule from the manufacturer
specified in his bid proposal. All pipe shall be designed in accordance with
AS ME 831.1 CODE FOR PRESSURE PIPING.
, .
The following design conditions must be met:
. Operating pressure:
. Surge pressure:
· Test pressure:
· Fluid:
Suction Manifold
20 psig
150 psig
150 psig hydrostatic
water at 600 F.
Discharge Manifold.
150 psig
300 psig
300 psig
Testinq:
Prior to shipping to the project site, the fabricator shall shop test the
header, nozzles and piping specified herein and on the drawings at the design
conditions shown herein and shall supply the Engineer a written factory test
report signed by the Chief Executive Officer and the party in charge of
testing for the company fabricating the pipe. The Engineer for the Owner
shall be notified five working days prior to conducting these tests in order
for the Owner's Authorized Representative to witness the tests if he elects
to do so.
WALL THICKNl!:SS AND REINFORCING:
Header, noz:~le, and piping design shall comply with Section 8 of ASME
Pressure VeBsel Code and shall be the following minimum thickness.
Header wall - 1/4 inch
10 and 12 inch nozzle and piping - 1/4 inch
PIPE MARKINGS:
All pipe, fittings and specials shall have design information marked on the
outside of the pipe. All fittings and special pipe shall be marked with a
number corrE!sponding to that shown on the installation schedule.
LAYING-INSThLLATION SCHEDULE:
An installa;tion schedule for the pipe, fittings and specials shall be
submitted to the Engineer prior to the start of construction for review. The
installation schedule is to be used by the Contractor as a guide for delivery
and install,ltion sequence. The installation schedule shall list the sequence
and location of the pipe, fittings and specials comprising the proposed
pipeline.
PIPE INSTALLATION:
The pipe shall at all times be handled with equipment designed, to prevent
damage to the joints, or to the inside or outside surfaces of the pipe.
'ZEL, ENGINEERS
9905-03 T06A.doc
T06A-2
I
..
I
I'
I
I
I
I
I
--
I
'I
I
I
I
I
..
I
I
SECTION T06A
STAINLESS STEEL PIPING
DEFECTIVE ~mRK:
If the in:3pection or tests show defects, such defective work or material
shall be replaced and inspection and tests repeated. All repairs to piping
shall be made with new material. No caulking of joints or holes will be
acceptable.. Adjustments required in order to obtain satisfactory operation
of the systems shall be made by the Contractor without additional expense to
the Owner.
PAINTING:
All exposed'non-stainless steel p~p~ng and appurtenances shall be painted in
accordance with the requirements of Painting Section of these specifications.
AS BUILT DF~WINGS:
The Contractor shall maintain a current and
drawings showing the as built location of all
piping, valves, and drains. Upon completion
shall furnish this set to the Engineer.
complete set of marked up
underground and above ground
of the work, the Contractor
PIPE AND FITTINGS:
Pipe shall be manufactured from ASTM A240 annealed and pickled sheets and
plates in e:ccordance with ASTM A778 in type 304L stainless steel. Pipe shall
be manufactured to nominal pipe sizes, as listed in ANSI B36.19, Table 2.
Pipe shall be die-formed or rolled true to dimension and round. Tolerances
for length., inside and outside diameter and straightness shall conform to
ASTM A530. The two edges of sheet shall be brought to line so as not to
leave a shoulder on the inside of the pipe. Ends of pipe and fittings shall
be perpendicular to the longitudinal axis. Longi tudinal seams on pipe and
fittings shall be welded by either the tungsten gas, or metallic-gas, or
plasma meth.od. The interior welds shall be smooth, even and shall not have
an internal bead higher than 1/16". All pipes shall be marked with gauge and
type of stainless steel.
Fittings shall be butt weld type manufactured in accordance with ASTM A774 of
the same relW material and in the same thicknesses as the pipe. Long radius
elbows up to 24" diameter shall be smooth flow; i.e., centerline to end of
elbow equals 1.5 times the nominal pipe size. All short radius, special
radius, and reducing elbows and long radius elbows greater than 24" diameter
shall be of mitered construction with at least (5) mitered sections for 900
bends, (3) mitered sections for 450 and 600 bends, and (2) mitered sections
for 300 and. smaller bends. Reducers shall be straight tapered, cone type.
Tees, crOSSI~S, laterals and wyes shall be shop fabricated from pipe.
t
The finish .::m the raw material, manufactured to ASTM A240 will be No.1, HRAP
(hot rolled. annealed and pickled) or better. The finish on the completed
pipe and fii:tings shall be as'specified in ASTM A778 and A774 respectively.
FLANGES:
Flange pipe ends shall be made up of type 316L stainless steel slip-on type
rolled angle face rings and prime painted ductile iron or 304L backup flanges
drilled to ANSI 16.5 class 150 standard. All slip-on angle face rings ,will
be offset 1/4" and will be continuously welded on both sides to the pipe or
'ZEL, ENGINEERS
9905-03 T06A.doc
T06A-3
I
..
I
I
I
I
I
I
I,
lit
I.
I
I
I
I
'I
..
I
,I
SECTION T06A
STAINLESS STEEL PIPING
fitting. The backup flanges shall be supplied with nominal thicknesses in
accordance with the requirements.
COUPLING:
The piping will be shop prepared for pipe couplings where shown on the
drawings OJ: specified herein. Where joint harness is required, lugs will be
provided per ANNA Steel Pipe Manual Table 19.8 at 50 psi.
JOINTS:
Flanges shall be provided at valve and equipment where shown in the Drawings
and at other locations where necessary for proper installation. Flanges shall
be provided as a minimum at all flanged valves, meters, couplings, and other
equipment.
Pipe and fitting spools shall be shop fabricated to the fullest extent
possible.
All other. joints required for shipping, handling, and installation of the
piping spools shall be flanged unless otherwise shown or specified.
If field welding is required, plain ends 10GA (.141") and heavier will be
beveled.
CLEANING AN'D PICKLING:
After the manufacture of individual stainless steel fittings and pipe
lengths, they shall be pickied by immersion in a tank containing an ambient
10% nitric and 3% hydrofluoric acid in a water bath at 120oF. the duration
of immersion shall be 15 to 20 minutes and may be supplemented by manually
scrubbing or brushing with non metallic pads or stainless steel wire brushes.
The acid treatment shall be followed by immersion in a rinse water tank,
followed, if necessary, by a spray rinse. The stainless steel products shall
be allowed to air dry to achieve passivation.
After shop fabrication into pipe spools, exterior welds and heat affected
zone will be cleaned using one or both of the following applications:
. All internal welds, where accessible, shall be cleaned manually
and/or mechanically scrubbed or brushed with' non metallic pads or
stainless steel wire brushes to remove weld discoloration (rinsed
with clean water and allowed to air dry.
. Application of a pickling paste to remove any weld discoloration,
followed by a clean water rinse and allowed to air dry.
WELDING:
Welding of pipe spools shall be performed using welders and procedures
qualified in accordance with ASME Section IX. Piping with wall thicknesses
up to and including llGA (0.125") shall be welded with TIG (GTAW) process.
Heavier walls shall be beveled according to procedure, root pass welded with
the TIG (GTAW) and have subsequent weld passes performed using the TIG
'ZEL, ENGINEERS
9905-03 TOGA.doc
T06A-4
I
..
I
I
I
I
,I
I
I
III
I
I
I
I
I
I
I
SECTION T06A
STAINLESS STEEL PIPING
(GTAW), MIG (GMAW), or Metallic Air (SMAW) process. Filler metal of equal or
superior EI,C grades only shall be added to all weids to provide a cross
section at the weld equal to or greater than the parent metal. Weld deposit
shall be smooth and evenly distributed.
Concavity, undercut, cracks, or crevices shall not be allowed. Butt welds
shall have full penetration to the interior surface, and inert argon gas
shielding :5hall be provided to the interior and exterior of the joints.
Angle face rings shall be continuously welded on both sides to pipe or
fitting. E:xterior welds, such as the back side of face rings or flanges and
structural attachments, may be welded by the MIG (GMAW) or Metallic Arc
(SMAW) process; interior surface on very light walls. Excessive weld
deposits, slag, spatter, and projections shall be removed by grinding. Welds
on gasket surfaces shall be ground smooth.
Spools shall be fabricated to the "pipe Fabrication Institute"
tolerances ES-3 (1981).
fabricating
After fabrication, pipe spools shall be plugged, blanked or capped for
storage and/or transport:
labeled showing line number and spool number
Spools longer than 8'-0" shall have labels at
All pipe spools shall be
utilizing an adhesive label.
each spool, on opposite sides.
PAYMENT:
No separate payment will be made for any of the work covered by this section of
the specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 TOGA.doc
T06A-5
I
..
I
I
I,
I
I
I
I
II
I
I
I
,I
I
I
I
SECTION T7
VALVES AND HYDRANTS
SCOPE:
The work c,:>vered by this section of the specifications consists' of furnishing
all plant, labor, supervision, equipment and materials, and performing all
operations in connection with the installation of the valves, 6" and larger,
fire hydrants, and appurtenances, complete, in accordance with this section of
the specifications and the applicable plans, and subject to the terms and
conditions of the Contract.
GENERAL:
All valves and accessories furnished by the Contractor for incorporation into
the work shall be new, unused, and of the type specified herein. Valves for
buried service shall be furnished with restrained mechanical joint connections.
Exposed valves shall be flanged with current ANSI Standards to match the
piping. Each valve shall have the identifying mark of the manufacturer, year
of manufacture and pressure rating cast on the body. All valves shall be
opened by turning counter-clockwise and shall have an arrow cast into the metal
of the ope,rating nut or on the handle or wheel to indicate direction of
opening. All valves of a single type shall be furnished by a single
manufacturer. The small valves of chemical and water piping are specified in
Section TIS.
GATE VALVES:
Gate valves 6" - 16" shali be of the resilient seat type designed for a minimum
working pressure of 250 psi. Valves 16" and larger shall be fitted with gear
operators. Underground valves shall have restrained mechanical joint ends to
match the piping in which they are installed. Exposed valves shall be flanged.
Gate valves shall have a clear waterway equal to the full normal diameter of
the pipe. Prior to shipment from the factory, each valve shall be tested by
hydraulic pressure equal to twice the specified working pressure. All valves
shall conform to the specifications for Gate Valves for Ordinary Water Works
Service, ANNA C509. Coatings shall be per ANNA C550. Valves shall be non-
rising stem type with 2-inch square operating nut. Val ves shall be U. S.
Metroseal 0:1:" approved equal.
BUTTERFLY ~;LVES:
Butterfly valves shall be of the tight closing, rubber seat type with seats
which are bonded to and mechanically retained in the valve body. No metal-to-
metal seating surfaces permitted. Valves shall be bubble tight at rated
pressures ~,ith' flow in either direction, and shall be satisfactory for
applications involving throttling service and/or frequent operation and for
applications involving valve operation after long periods of inactivity. Valve
discs shall rotate 900 from the full open position to the tight shut position.
Valves shall meet the applicable requirements of the ANNA C504. The
manufacturer shall have manufactured tight closing rubber seated butterfly
valves for a period of at least five. (5) years. Butterfly valves shall be
Dezurik, or Pratt.
Valve Bodies shall be constructed of ductile iron and shall have integrally
cast mechanical joint ends or flanged ends as appropriate. Flange drilling
shall be in accordance with ANNA ClIO & C115, 250 psi working pressure.
'ZEL, ENGINEERS
9905-03 TO? doc
T7-1
I
I.
I
I
I
I
I
I
I
II
I
I
I
I
I
I
&
I
I
SECTION T7
VALVES AND HYDRANTS
Val ve Disc:s shall be constructed of ductile iron.
Valve Shafts: Shafts of all valves shall be turned, ground and polished.
Valve shan.s shall be constructed of 18-8 Type 304 stainless steel.
Valve Seat:~ shall be of a natural rubber or synthetic rubber compound. Valve
seats shall be field adjustable and replaceable without dismounting operator
disc or shaft and without removing the valve from the line according to AWWA
C504. All retaining segments and adjusting devices shall be a corrosion
resistant material and shall be capable of a 1/8 inch adjustment.
Valve Bearinqs: Valves shall be fitted with sleeve type bearings.
shall be corrosion resistant stainless steel and self lubricating.
Bearings
Val ve actuators shall conform to latest revision of AWWA C504, and shall be
designed to hold the valve in any intermediate position between full open and
fully cloSE!d without creeping or fluttering. The bearing load shall not exceed
1/5 of the compressive strength of the bearing or shaft material.
Manual vabre operators shall be of the worm gear or traveling nut type and
fully enclosed. Units furnished for buried service shall be fully gasketed and
grease packed. Above ground operators shall have a suitable indicator arrow to
give valve position at any point from full open to fully closed. Manual
operators :shall require at least' 30 turns of the handwheel to rotate 900.
Operator cc'mponents shall, at the extreme operator positions, withstand without
damage a pull of 200 lbs. for handwheel or chainwheel operators or an input
torque of 300 ft. lbs. for operating nuts. Buried valves shall be provided
with extension stem and valve position indicator or extended bonnet.
Electric Check Valves: shall be single seated, line pressure operated,
diaphragm clctuated, pilot controlled globe valves. The valve body shall be
constructed' of ASTM A536 ductile iron, epoxy coated inside and shop coated
outside. The valve shall seal by means of a cbrrosion-resistant seat and a
resilient seat disc. The diaphragm shall be nylon reinforced Buna-N and the
seat disc and O-rings shall be Buna-N. These and other' parts shall be
replaceable in the field; all such service and adjustments to be possible
without removing the valve from the line. The valve and ,its control system
shall contain no packing glands or stuffing boxes.
The control system of the valve shall utilize a full ported 3-way solenoid
valve, indelpendently adjustable opening and closing speed needle valves, a
valve position indicator/limit switch assembly, ball stop valves 'for isolating
the control system, in-line check valves, and the appropriate strainers. The
assembled valve shall be operationally and hydrostatically tested prior to
shipment and shall carry a one-year warranty which includes defects in material
and workmanship as well as performance.
The valve shall function to minimize surges caused by startup and shutdown of
the pumps and shall protect the pump from backflow during the shutdown cycle or
in the even't of power failure. The valve shall be capable of direct electrical
interconnec'tion with the pump motor.
,The valves :shall be OCV model 125-K or the approved equal product of CIa-Val.
'ZEL, ENGINEERS
9905-03 TO? doc
T7-2
I
I.
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
SECTION T7
VALVES AND HYDRANTS
Val ve Appu::-tenances:
Concrete Valve Boxes: Except as otherwise indicated, all underground valves
shall be installed with Megaflange or solid sleeve couplings in concrete valve
boxes. A filler ring shall be installed to prevent closure movement of the
pipe and valve after assembly.
Cast Iron Valve Boxes: All underground gate valves shall be installed with
cast iron valve boxes having a suitable base and shaft extension sections to
cover and ~rotect the valve and permit easy access and operation. Extension
stems and position indicators for underground butterfly valves shall be as
specified under "Manual Operators" for Butterfly Valves. Box assemblies shall
be Mueller H-I0357, Grinnell, or an approved equal. The word WATER shall be
cast on covers for valve boxes on potable water lines only.
Floor Box with operatinq nut shall be high strength cast ir6~ with a bronze
bushed, operating n~t size as suitable for the service intended, and shall be
similar or approved equal to a craft floor box with operating nut.
Two OperatinqHandles for 2" square nut operators shall be furnished of the
size, diameter and length normally supplied for the valves.
Installation: Valves in valve boxes shall be plumb and appropriately located
to provide for removal and installation using a suitable coupling. Earth fill
shall be carefully tamped around valve boxes to the undisturbed face of the
trench. Valves shall have the interiors cleaned of all foreign matter before
installation. Stuffing boxes shall be tightened and the valve shall be
inspected in both opened and ,closed positions to see that all parts are in
working condition. Manhole frame and cover for valve boxes shall be Neenah
#R6060 or comparable product.
PAINTING AND TESTING REQUIREMENTS:
Paintinq an.d Testinq: All iron surfaces of the valves shall be painted;
surfaces shall be clean, dry, and free from grease before painting. The valve
surfaces, e:<cept for seating, shall be evenly coated with a suitable primer to
inhibit rus1: or black asphalt varnish in accordance with Federal Specification
TT-V-51C or 512. Hydrostatic and leakage tests shall be conducted in strict
accordance \d th AWWA CSOO.
"
Affidavit of Compliance: The Vendor of the valves shall, upon co~pletion of
manufacture, provide to the Owner an "Affidavit of Compliance" in accordance
with AWWA C:iOO or C509 as appropriate.
Proof-of-De~liqn Test: Vendor shall include with his submittal certified copies
of Proof-of--Design Tests in accordance with the applicable AWWA specification.
FIRE HYDRAN1:S:
The Contract:or shall furnish and install fire hydrants in conformance with the
following requirements:
'ZEL, ENGINEERS
9905-03 T07. doc
T7-3
I
I.
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
SECTION T7
VALVES AND HYDRANTS
Materials: Fire hydrants shall be cast iron, fully bronze mounted designed for
200 psi wo]~king pressure, and shall conform to the requirements of AWWA C502.
Hydrants sball be suitable for connection to pipe having 42 inch cover. Stem
and barrel extensions shall be installed where necessary to bring the hydrants
to an apprc,ved mounting height. Hydrants shall have a minimum valve opening of
5-1/4 inches, and shall be equipped with two 2-1/2 inch hose nozzles and one 4-
1/2 inch pumper nozzle, with National Standard Hose Thread, and shall be
Mueller Improved Type No. A-423 with oil reservoir, or approved equal. Each
hydrant shall have the standard red enamel paint finish.
Installaticn: Hydrants shall be set plumb and at such elevation that the
connecting pipe shall have at least 42 inch cover over the pipe. Earth fill
suitable for backfill as previously defined, shall be carefully placed in 6
inch layers and to 3 feet on all sides, or to the undisturbed face of the
trench if nearer, and carefully tamped. Not less than 7 cubic feet of crushed
or broken stone shall be placed around the base of the hydrant to insure
drainage. The interior of the hydrant shall be thoroughly cleaned of all
foreign matter prior to installation, and after installation, each hydrant
shall be operated to assure proper operation. The 6 inch auxiliary valve shall
be independently secured to the hydrant and main line tee with fully restrained
joints or the rod harness. The rod harness shall consist of Star Fig. 7 tie
bolts with threaded rods and nuts. Entire assembly shall be coated with coal
tar bitumastic after installation. Concrete blocking will not be permitted.
TESTING, CLEAN-UP, AND STERILIZATION:
Testing and clean-up shall be performed in accordance with the prov~s~ons of
Section T-6 of these specifications. All valves shall be in place when
lines are tested. Any cracked or defective valves discovered in consequence of
the testin<;:i shall be removed and replaced with sound material and the test
shall be repeated until a satisfactory test is achieved.
PAYMENT':
No separate payment will be made for the work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum price for the completed work.
'ZEL, ENGINEERS
9905-03 T07.doc
T7-4
I
I.
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
SECTION T8
BUILDINGS AND ACCESSORIES
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, ,equipment, appliances, materials and in performing all
operations in connection with the installation of the doors, windows, lettering
and all other building and accessory items for the service building and the
chemical feed building as hereinafter designated, complete, in strict
accordance with this specification, the applicable drawings, and subject to the
terms and conditions of the Contract.
GENERAL:
Concrete, masonry, and metal roofing shall conform to the appltcable
specifications.
ACOUSTICAL CEILING TILE:
Ceiling tile shall be "Cermaguard" as manufactured by Armstrong World
Industries, 24" x 24" x 5/8" lay-in units with a suspended heavy duty exposed
grid system or the comparable product of Conwed, U.s. Gypsum, or equal. Tile
shall have a "Travertine" texture and off white factory painted finish. The
suspension grid shall be secured from the roof purlins on a 4' x5' grid.
Ceilings shall be suspended 9' -0" above the floor except as otherwise shown
with No.8 galvanized annealed wire spaced 4'-0' o.c. maximum and attached to
3/16" galvanized eyebolts in the purlins. All joints shall be straight, in
alignment and exposed surfaces level. The grid shall consist of galvanized
runners and cross tees having a baked enamel finish suitable for the lay-in
ceiling units and in a matching color.
DOORS, FRAM~S, AND HARDWARE:
Threshold, frames, and hardware shall be furnished by
factory ass,embled and prehung with hardware attached.
free from w3.rps or buckles; miters shall be accurate.
finished wii:h color imbedded in gel coat. Color to be
the door manufacturer,
Finished work shall be
Doors shall be factory
approved by the Owner.
Doors shall be 1 3/4" thick Fiber Reinforced Plastic (FRP) and shall be the
standard product of Chern Pruf Door Co. Ltd.. or approved equal.
Frames shall be double rabbeted having 5/8 inch stops with 5/8 inch integral
returns, and shall have 4 inch head and 2 inch jambs. Frames shall be
reinforced for hinges and other hardware and shall be provided with sill
anchors and six 3/8"x5" sleeve anchors (stop anchors) 3 each side for
anchoring the jambs to the masonry walls.
Thresholds for the exterior doors shall be cast aluminum abrasive type,
American Safety Tread Co., Inc., or equal, 6 inch wide, Style 8155, except
where Style 815 is required for in-swinging doors, and shall be set by securely
anchoring to the floor slab with stainless steel expansion bolts.
Hardware: J~xcept'as otherwise indicated, door hardware shall be the standard
product of Sargent whose catalog numbers are used hereinafter as a guide, or
shall be the comparable product of Schlage, Yale, or equal; hinge Nos. are
McKinney. 1~emplates shall be furnished to make proper provisions for hardware
'ZEL, ENGINEERS
9905-03 TOB. doc
T8-1
I
I.
I
I
I
I
I
I
I
II
I
I
I
I
I
SECTION T8
BUILDINGS AND ACCESSORIES
in doors and frames. Locksets shall be lubricated by graphite and shall be
adjusted for proper operation; hinges shall have maintenance free lubrication.
The Contractor shall submit manufacturer's catalog numbers, hinge and door
closer sizes, and hardware set identification with corresponding ANSI or BHMA
standard t~~e or function number to manufacturer's catalog number. All locks
shall be kE!yed alike. Two keys shall be provided for each lockset furnished.
All keys shall be stamped "Do Not Duplicate."
Finishes on all hardware shall be US32D unless otherwise noted. Hinges shall
be 5 knuckle stainless steel, Type TA for wood doors and Type TB for metal
doors. Fastenings of proper type, size, quantity, and finish shall be supplied
with each article of hardware. Fastenings shall be of brass, bronze, or
stainless steel.
Hardware Group No.1 (Door Type 1) (PR Doors at Lime Slurry Room)
3 pro Hinges, Full Mortise, McKinney TB2314
4-1/2 x 4-1/2 SS
1 ea. Lockset Sargent 8G24-LB
1 ea. Threshold AM Safety Tr. 815S
1 ea. H,ead Bolt, 12" Rockwood 555
1 ea. F':lot Bolt, 12" Rockwood 555
2 ea. Silencers Ives 20
2 ea. Door closer w/stop & hId open Sargent EN281-CPSHxTBGN
Hardware Group No.2 (Door Type 2) (1-3/4" thick, 1/2 glass doors, 2 at the
chemical building.) Each Door:
1 1/2 pro Hinges, Full Mortise, McKinney TB2314
4--1/2 x 4-1/2 SS
1 ea. Lockset Sargent 8G24-LB
1 ea. Threshold AM Safety Tr. 815S
3 ea. Sj.lencers Ives 20
1 ea. Door closer w/stop & hid open Sargent EN281-CPSHxTBGN
Hardware Group No. 2A (Door Type 2A) (1-3/4" thick, 1/2 glass doors, 1 at the
chemical building. ) Each Door:
1 1/2 pro Hi.nges, Full Mortise, McKinney TB2314
4-,1/2 x 4-1/2 SS
1 ea. Push Bar/Keyed Entry Sargent 8804-K-PRK
1 ea. Tt.lreshold AM Safety Tr. 815S
3 ea. Si.lencers Ives 20
1 ea. Dc-or closer w/stop Sargent EN281-CPSxTBGN
Hardware Group No.3 (Door Type 3, DBL Storefront.)
I As specified, under Aluminum Entrance Wall in this Section.
Hardware Group No.4 (Ext. DR. Type 4)
~
I
I
1 1/2 pro Hinges, Full Mortise,
4-1/2 x 4-1/2 SS
McKinney
TB2314
'ZEL, ENGINEERS
9905-03 TOB. doc
T8-2
I
..
I
I
I
I
I
I
I
II
I
I
I
I
I
I
l-
I
I
1 ea.
1 ea.
3 ea.
1 ea.
Push Bar/Keyed Entry
Threshold
Silencers
[loor closer w/stop
Sargent
AM Safety
Ives
Sargent
1 1/2 pr
Hardware Group No. 4A (Ext. DR. Type 4A)
McKinney
1 ea.
1 ea.
3 ea.
1 ea.
Hinges, Full Mortise,
4-1/2 x 4-1/2 SS
Lockset (Heavy duty)
Threshold
Silencers
Door closer w/stop & hid open
1 112 PR
Hardware Gr~ (Int. WD. DR. Type 5)
1 ea.
1 ea.
1 ea.
2 ea.
Hinges, Full Mortise
4 1/2 x 4 1/2 SS
Lockset (Heavy duty)
Threshold
Dl)or Holder & 1100 Stop
Silencers
1 1/2 PR
Hardware Gr(~ (Int. FRP. DR. Type 6)
1 ea.
1 ea.
3 ea.
1 ea.
Hinges, Full Mortise
4 1/2 x 4 1/2 SS
Latchset
Threshold (4" Vinyl)
Sj~lencers
~)or closer w/stop &
Sargent
AM Safety
Ives
Sargent
McKinney
Sargent
Marble
Sargent
Ives
McKinney
Sargent
Ives
hId open Sargent
1 1/2 PR
Hardware Gr(~ (Int. WD DRS Type 7) Each Door:
McKinney
1 ea.
1 ea.
1 ea.
2 ea.
Hinges, Full Mortise
3 1/2 x 3 1/2 SS
LClckset
Threshold
Door Stop
Si.lencers
Hardware Grc~ (Ext. FRP Door Type 8)
3 Leaf Door
5 PR
1 ea.
2 ea..
2 ea.
.1 ea.
8 ea.
2 ea.
9905-03 TOB. doc
Hinges, Full Mortise
4 1/2 x 4 1/2 SS
Lcckset
Flush Jamb Bolts
Flush Head & Sill Bolt
Threshold
Silencers
Door closer w/stop & hid open
'1'8-3
Sargent
Marble
Hager
Ives
McKinney
Sargent
Hager
Hager
'AM Safety
Ives
Sargent
SECTION '1'8
BUILDINGS AND ACCESSORIES
8804-K-PRK
Tr. 815S/815
20
EN281-CPSxTBGN
TB2314
8G24 LB
Tr. 815S/815
20
EN281-CPSHxTBGN
TB2314
8G24 LB
4" Wide
s93H
20
TB2314
8U15 LB
20
EN281-CPSHxTBGN
TA2314
BU6s LB
4" Wide
255W
20
TB2314
8G24 LB
282D
283D
Mtl 815
20
EN281-CPSHxTBGN
'ZEL, ENGINEERS
I
I.
I
I
I
I
I
I
I
.
I
I
I
I
I
I
I
SECTION T8
BUILDINGS AND ACCESSORIES
Hardware Group 9 (Int. MTL DR Type 9)
2 PR Hinges, Full Mortise McKinney TA2314
~: 1/2 x 4 1/2 SS
1 ea. 1~hreshold Am Safety Mtl 815
3 ea. ~:ilencers Ives 20
1 ea. pushbar/passage Sargent 8804-K-PTB
1 ea. Door closer w/stop & hId open Sargent EN281-CPSHxTBGN
Glass for the doors shall be 3/16 inch clear sheet glass.
ALUMINUM STORE FRONT ENTRANCE WALL:
The entrance wall, doors, and miscellaneous fittings shall be PPG Industries or
the compara,ble products of Kawneer, Amarlite, Anaconda, or approved equal. The
entrance wall shall be aluminum and glass and shall, consist of PPG TMT 114
framing, 2" x.4 1/2". Entrance doors shall have 2" x 3" stiles and 6" bottom
rail. The finish of the aluminum shall be #62 dark bronze anodize. The
entrance wall shall be designed for a uniform wind load of 25 psf. Door
glazing shall be I" bronze tinted double glazing (Ext. 1/4" bronze float glass
into 1/4" clear float glass). Side panels shall be textured finished insulated
panels which provide an R value of 5 or greater. Aluminum facing shall be 14
gage textured similar to Tajima Excel # P7 and finished in dark bronze to match
the frame.
The doors shall be pair of' 2' -8" x 6' -8" single acting aluminum and bronze
tinted double glazed doors. The hardware for each leaf shall include 1-1/2
pairs of butts, a top jamb mounted closer, LCN 1460, Size 3 hold open type; and
style 12 push bar and pull handle. The active leaf shall be the right door
which shall be fitted with a cylinder operated dead bolt keyed alike to the
other doors. The inactive leaf shall be fitted with a pair. of flush bots.
The threshold shall be cast aluminum, abrasive type, 6 inches wide. Weather-
stripping shall include pile weather-stripping on three sides and a pile sweep
for the bottom rail.
The entrance framing shall be weather tight and shall be complete with all
trim, fittings, and a full sub sill for drainage. Shop drawings are required.
WINDOWS:
General: Windows shall be thermal break aluminum projected windows with single
glazing, Alenco, Series 5000, or shall be the comparable product of Hope,
Peerless, Winco Mfg. Co., or comparable product. Windows shall be furnished
with anchors and attachments and complete with all related and necessary
material for a weather tight installation. Shop drawings, including
installation details, shall be submitted for approval prior to commencing
fabrication.
Aluminum Proiected Windows shall have open out ventilators, shall be inside
glazed, the:rmal break, double weather-stripped and shall be fitted with inside
screens. Windows shall have a dark bronze anodized finish; hardware shall be
matching finish. Operating handles shall be heavy duty cam type.
'ZEL, ENGINEERS
9905-03 Toe. doc
T8-4'
I
I.
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
SECTION T8
BUILDINGS AND ACCESSORIES
Screens shall be 18 x 14 mesh standard aluminum screens, inside mounted, with
wicket aCCI~SS having ample room for the cam handle operators.
Stools shall be concrete.
GLASS AND GLAZING:
General: ~~he work consists of furnishing and installing glass for all windows
and doors.
Glass: Mc:tnufacturer' s labels showing strength,
quality shall be required on each piece of glass.
be installed horizontally.
grade, thickness, type and
Any wave in the glass shall
Glass for all doors except store front shall be 3/16 inch clear sheet glass.
Aluminum projected windows shall have 1/8 inch pane double strength clear
glass.
Glazinq: Glazing compound for openings in aluminum frames shall be Tremco
Silicone Glazing Sealant: Proglaze, ASTM C920-79, or equal, in aluminum color.
Glass shall set with blocks and spacers of neoprene to prevent contact of glass
on metal. No glazing shall be done when the temperature is below 400 F. Seal
all glass Kith glazing in accordance with the best standard practices and with
the directions and recommendations of window, sash, glazing sealant and gasket
manufacturers.
Clean all 9lass on both sides at completion of the building. Do not use acid
or caustic solutions for cleaning glass and do not disturb edges of glazing
with scrapers. After cleaning, leave all glass free from rattles, scratches
and imperfections.
BUILT-UP ROOFING, ROOF FLASHING AND INSULATION:
Roofinq for the chemical feed buildings shall be four-ply, built-up, coal tar
pitch, black armor glass felt, and gravel roofing similar to Allied signal
Specification No. RP-51 (TC) (20 year warranty). Joints in the insulation
shall be sealed prior to application of the roofing.
Insulation shall be 1-1/2" consisting of 1" armor plus roof (polysiocynurate
foam) insulation and ~" of armor-lite (perlite) insulation. The insulation
shall be installed with a vapor barrier. Insulation shall be kept dry both in
storage and during application; it shall be laid by pressing each sheet into
the mopping of asphalt applied immediately ahead of installation.
Flashinq at vertical surfaces shall conform to Allied Signal Specification No.
G250 at gra,vel stops. Nailers and cants shall be CCA treated wood to retain
O. 4#/ft. 3 o,E dry chemical. Base flashing shall be installed before the top
coating and surfacing of the built-up roof. Joints in continuous metal
flashing shall be lapped at least 4 inches and tightly sealed with mastic.
Gravel Stops and Fascias shall be made of .032" thickness 3105 Aluminum fy
26,000 psi conforming to the Gravel Stop System shown on the drawings having
fascia and soffit extensions, pitch dams, and joint flashing.
'ZEL, ENGINEERS
9905-03 Toa.doc
T8-5
I,
I.
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
SECTION T8
BUILDINGS AND ACCESSORIES
Cants and Blocks: Install treated wood cant strips and/or blocks at the
juncture of the roof and vertical surfaces by mopping the horizontal and
vertical surfaces with hot asphalt and immediately embedding the cant strips.
Pipe PenetI'ations shall be sealed with weather seal roof flashing for the 1.9"
0.0. handrc,il posts and other pipes passi~g through the roofing. Weather seal
flashing shall be elastomeric with a double sealed collar and a 24 gagegalv.
Steel base, McMaster-Carr #2390K41 or comparable product.
Protection of Dissimilar Metal: Where dissimilar metals are in contact with
each other (such as copper and galvanized iron) a piece of 15# felt shall be
installed 11'/ith hot asphalt in such a manner to separate the metals from
contact. Felt shall be neatly trimmed and excess asphalt removed after
completion.
Bond: The Contractor shall provide a twenty-year warranty covering the roof
installed under this Contract. Copies of the warranty shall be supplied to the
Owner before final payment is made.
Traffic pads shall be W.R. Meadows "Whitewalk" pads (1/2"x3'x5' sections) laid
3' wide on the roof between the ladders.
FLOOR COVERINGS:
Finish Schedule Floor Coverings shall be installed in accordance with the
manufacturer's recommendation, shall be complete with all. trim pieces, and
edging strips, and shall be fitted wall to wall to the floor being covered
and shall b,= installed before cabinets and other equipment is set in place.
Ceramic Floor Tile shall be 12 x 12 x 5/16 inch thick unglazed vitreous floor
tile and shall be thin set in epoxy grout to a thickness of tile and setting
bed of 1/2 inch :t. Joints shall be 3/8" minimum width. Tile shall be
American Olean Company's numbers as follows or shall be the comparable
products of Marazzi, Florida, Metropolitan, or equal:
Laboratory, Restroom and Storeroom - QC68 Pasadena (3)P with silver grout
All tile shall be bonded to the concrete floor in conformance with the latest
printed recommendations of the "Tile Council of America, Inc." A 4 inch high
stand on coved solid color, Q 54 smoked gray, glazed tile base shall be
installed around the wall juncture with the floor tile.
Marble Thre:;;holds shall be provided at doorways to ceramic tile floor areas,
and shall be 4 inch wide and tapered from 1/2 inch to 1/4 inch thick marble,
American Ol{~an Tile "Transition Trim" or equal. Threshold shall have a sand
rubbed fini:;;h and abrasive hardness of eleven (11) or higher. Set threshold
in a stiff bed of Portland cemen,t mortar and tap down to proper level.
Before setting, butter back with neat cement paste. Make joints 1/16 inch
wide with even straight edges. Carefully cut and grind edges around
projections.
Resilient Tile flooring shall
Medintech with 60 mil wearing
be sheet
surface.
vinyl floor covering, Armstrong
Selection shall be Armstrong as
'ZEL, ENGINEERS
9905-03 Toe. doc
T8-6
I
I.
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
SECTION T8
BUILDINGS AND ACCESSORIES
follows or shall be the comparable product of Congoleum, Forbo, Marley, or
equal.
Office and Closet - Almond #91416
Resilient 'rile Base shall be 4 inch high embossed vinyl. The base shall have
a coved bottom lip, tapered top, pre-formed coved corners, and shall be
Armstrong il14 933 Mulberry.
Floor Coverinq Schedule: a schedule complete with color chips or samples
shall be submitted for approval.
TOILET, LAB AND OFFICE ACCESSORIES:
AccessorieH shall be Bobrick as specified below or shall be a standard
product line of comparable style, satin finish, stainless steel and quality.
All accessories shall be installed in a secure and workmanlike manner in
accordance with the manufacturer's recommendations. All screws, bolts, nuts,
fittings, (:!tc. used for mounting shall be stainless steel. Install surface
mounted accessories on masonry and tile walls and bolts and expansion shields
or toggle bolts.
Robe Hooks: Bobrick No. B6707; install two on the south wall of the
restroom, two on the end walls of the closet; and one each on the doors of
the closet, restroom, and lab.
Paper Holder: Bobrick No. B6857, double; install beside water closet;
provide four rolls of toilet paper.
Towel Bar: Bobrick No. B67 37, 30" long; install on the west wall of the
restroom, beside the shower.
Bath Cabinet and Mirror: Bobrick B-398, IS" x 25" x 3 5/8" recessed cabinet
with. 17" ~: 27" stainless steel trimmed plate glass mirror; install above
toilet room lavatory.
Stainless Steel Shelf:
mirror-cabinet.
Bobrick B-2957, 5" wide x 18" long; install below
Paper Towel Dispensers: Bobrick B262 surface mounted for C-fold towels, size
II" x IS" 1i: 4"; install one on the north wall of the restroom and one on the
south wall of ~he.~ab, near the sink.
Paper Cup Dispenser: Bobrick B235, stainless
mounted type for cups 2" to 2-3/4" diameter;
laboratory; furnish 150-6 oz. paper cups.
steel satin finish
install on east
surface
wall of
Waste Receptacles: Bobrick B2260, open top 13 gallon capacity, 12" x 12" x
22" high, provide three 'in satin finish stainless steel, one each in office,
lab and restroom.
Restroom Bench shall be Bobrick B519 or comparable product. The bench shall
be 1'-6" long x 1-4" wide stainless steel with padded seat. The bench shall
be securely mounted..
'ZEL,
ENGINEERS
9905-03 Toe.doc
T8-7
I
I.
I
I
I
I
I
I
I
--
I
I
I
I
I
,I
l-
I
I
SECTION T8
BUILDINGS AND ACCESSORIES
Shower Cur~ain: Bobrick B204-2 42" wide x 72" long white vinyl; furnish with
7 stainless steel hooks #204-1; provide heavy duty stainless steel shower
curtain rod 18 gauge x 1 1/4" diameter and 36" long, Bobrick B6047.
VENETIAN BLINDS:
Venetian Blinds shall be supplied for all windows in exterior walls in the
laboratory/office area. Blinds shall be standard 1 inch "Riviera" contract
blinds marmfactured by Levolor, or equal. Slats shall be 1 inch wide
tempered aluminum; ladder shall be near invisible type. Headrail and bottom
rail shall be formed of 24 gauge and 22 gauge steel. Tilters shall be
concealed and lubricated and shall be of the drum type with cords positively
locked to the drum to prevent slippage. The cycle of the til ter shall be
limited to the arc from fully closed to horizontal. The lift cords shall be
nylon or rayon having good abrasion resistance and a breaking strength
greater than 175 pounds. Tassels shall be soft molded plastic. All metal
parts shall be given an appropriate bond coat followed by a baked enamel
finish; co],or of the blinds shall be ivory.
LETTERING P.ND PLAQUE:
Metal lettE!rinq shall be furnished and installed on the west end of the high
bay building. Letters shall be Helvetica medium 2004 cast aluminum letters
with black baked on enamel finish as manufactured by Andco Industries
Corporatior:, of Greensboro, NC, or approved equal. Height of aluminum letters
shall be 1:~ inches high. Letters shall be mounted one inch from the face of
the masonry using studs and expansion shields. Letter spacing shall be
provided by the manufacturer.
A bronze plaque 22" x 34" shall be installed on the interior east wall of the
lobby. The plaque shall be cast bronze with. raised block letters and
numbers, concealed mounting, straight edge border and containing
approximately 300 letters and numbers. Finish of the raised portions shall
be bright. The background shall be dark natural bronze.
'ZEL, ENGINEERS
9905-03 Toa. doc
T8-8
I
..
I
I
I
I
I
I
I
It
I
I
I
I
I
I
I
SECTION T8
BUILDINGS AND ACCESSORIES
CAULKING:
All joints between metal and metal, between metal and masonry on the exterior
of the buildings, and under all metal thresholds at exterior doors shall be
filled and caulked with Tremco "Mono", non-staining caulking compound (Fed.
Spec. TT-S-00230) applied by gun in a manner that will exclude dust, air and
rain. All masonry to be in contact with caulking compound shall be given a
coat of she,llac before caulking is applied. Caulk joints before final coat of
paint is applied to adjacent work if painting is required.
CARPENTRY:
General: The requirements for carpentry in connection with form work is
covered under CONCRETE of these specifications.
Lumber grading shall be in accordance
Southern Pi.ne lumber, full and square,
sizes and job ripped to sizes indicated.
wi th the current grading rules for
surfaced four sides to standard yard
Dimension lumber shall have moisture content not exceeding Association Rules
for the grade.
All lumber, nailers, blocking, curbs, cants,
Yellow Pine treated in conformance with LP22
(CCA) and shall retain 0.4# per cu. ft. of dry
after treatment.
etc. shall be treated Southern
with Chromated Copper Arsenate
chemical. Lumber shall be dried
Plywood shall be grade-stamped in accordance with American Plywood Association
standards and unless otherwise shown shall be Group 1 or 2, C-C impr.
manufactured with waterproof glue and painted each face.
Shel vinq shall be shelving grade 1 x 12 kiln dried white pine or shall be 3/4
inch APA In;: Grade plywood C/O improved and edge banded.
Closet rods shall be 1 inch diameter Schedule 40 (1.3" 00) galvanized steel
pipe.
furring, nailers, grounds, etc.,
structure with bolts, screws and
countersunk as needed for fit of
Installation: Install framing, blocking,
accurately and securely attach to building
nails. Bol ts shall be drawn up tight and
the' work.
1
Miscellaneous Materials: Bolts, nuts, washers, wood screws, metal screws, lag
bolts, lead expansion shields and toggle bolts shall be furnished in sizes,
types and ~lantities appropriate for the installations and in accordance with
the best practices of the trade. Where exposed they shall be non-corroding
type.
SHOP DRAWINGS AND SAMPLES:
Shop drawinqs shall be furnished in four copies for doors', finish hardware, -
accessories, windows, -lettering, and plaque; fabrication shall not proceed
until after Engineer's approval. Sample shall be submitted for approval of
ceiling materials, and other materials at variance with the _specified item.
'ZEL, ENGINEERS
9905-03 TOB. doc
T8-9
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION TS
BUILDINGS AND ACCESSORIES
PAYMENT:
No separate payment will be made for any of the work covered by this section of
the specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
9905-03 TOB.doc
. TS-10
'ZEL, ENGINEERS
I
..
I
I
I
I
I
I
I
--
I
I,
I
I
..
I
I
SECTION T9
PAINTING AND FINISHING
SCOPE:
The work covered by this specificati'on consists of furnishing all plant, labor,
equipment, appliances, and materials, and in performing all operations in
connection with the painting of metals, masonry, concrete, wood, plastic, and
equipment of the buildings and process work. Ferrous metals shall be prime
coated in the shop as specified herein or in other se6tions and shall have any
bare spots resulting from handling or welding touched up with one coat of the
respective shop paint.
MATERIALS:
All paints shall be fresh and shall arrive on the job in the original, unopened
containers which clearly show the name of the manufacturer and directions for
application. This specification utilizes the products of the Tnemec Company as
the standard of quality and color; the comparable products of Pittsburgh,
Glidden, Indural, Pratt and Lambert, and Sherwin Williams will be considered
equal.
SURFACES RE';2UIRING PAINTING:
The painting required by this section shall include painting the service
building, the chemical feed buildings, the covered hoistway, piping and
equipment of this contract. Included in the painting are interior walls,
ceiling (where not prefinished), doors, trim, all piping and equipment,
including the steel work associated with the project.
Ekterior painting shall include: all ferrous metal associated with the work of
this contract and all exposed plywood.
Interior painting shall include all exposed interior concrete and block (except
floors), exposed wood, ferrous metal work, piping, fittings, valves, equipment
and other metal work of this contract. Interior painting shall also include
touch up of all surfaces modified or damaged during construction.
Equipment pre finished by the manufacturer shall conform to the special
requirement~l of the specification section in which the equipment is specified,
but shall ndt have a finish of lower quality than herein specified for exterior
and interior metal work.
Exterior masonry, concrete, aluminum, chrome, stainless
fiberglass and exterior galvanized pipe shall not be
specifically noted elsewhere.
steel, prefinished
painted except as
SURFACE PREPARATION:
All surface~: which are to be painted shall, prior to application of paint, be
cleaned, wa~ihed and further prepared as specified herein. Surfaces of ferrous
metal to receive Phenolic, Vinyl, Epoxy, or Alkyd Primers shall be thoroughly
cleaned by Bandblasting to commercial blast metal (SSPC-SP6). Where long oil
primers are elsewhere specified, SSPC-SP3, power brush cleaning is acceptable;
submerged surfaces shall be near-white blast (SSPC-SP10).
'ZEL, ENGINEERS
9905-03 T09. doc
T9-1
I
..
I
I
I
.1
I'
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T9
PAINTING AND FINISHING
Masonry and. concrete surfaces requl.rl.ng paint shall be free of moisture, dust,
dirt, oil, grease or stains. Efflorescence or laitance shall be removed by
brushing, sandblasting, or, subject to the directions of the Engineer, by acid
etching.
Wood surfaces shall be thoroughly cleaned and free of all foreign matter, with
cracks and nail holes and other defects properly filled and smoothed.
Pol yvinyl Chloride (PVC) pipe surfaces shall be sol vent wiped and lightly
sanded.
Prepainted surfaces: Primed surfaces where the coating is in good condition
shall be lightly sanded, wire brushed, or brush blasted to slightly roughen the
surface. Where the paint is showing rust, or otherwise failing, the surface
shall be sand blasted for repainting as new material. Surfaces shall be sanded
to eliminate the scale marks and other imperfections which will not permit a
smooth finished surface. Cracks, nail holes, and other defects shall be
appropriately filled and smoothed.
COATING SYSTEMS:
Surface:
Prime Coat:
1st. Coat:
2nd. Coat:
Surface:
Prime Coat:
2nd pr:l.me:
1st Coat:
2nd Coat:
Surface:
Prime Coat:
1st. Coat:
2nd. Coat:
Surface:
Prime Coat:
1st. Coat:
2nd. Coat:
Concrete and concrete block walls and exposed concrete
ceilings in the Chemical Feed Rooms, Pump Room and
Laboratory.
Concrete block filler 54-660 Polyamide Epoxy
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
.Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
Concrete and concrete block walls in the office, electric
vault, restroom, closets, etc.
Envirofill 130, waterborne cementious acrylic
Series 151 waterborne modified polyamide epoxy
Series 158 specialized waterborne acrylate (Bio-Iastic)
Series 158 specialized waterborne acrylate (Bio-lastic)
Exposed structural steel.
Tneme-Zinc 90-97
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
Machinery, pumps, pipes, valves, manholes.
Bituminous coated pipe shall be sealed before recoating.
Poxiprime Series 65 (Epoxy-Polyamide)
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
9905-03 T09.doc
T9-2
'ZEL, ENGINEERS
I
..
I
I
I'
I
,
I'
,I
I
lit
I
I
I
I
I
I
..
,I
I
SECTION T9
PAINTING AND FINISHING
Surface:
Polyvinyl chloride pipe.
Prime Coat:
1st. Coat:
2nd. Coat:
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
Steel tanks and machinery (shop primed) .
Surface:
Prime Coat:
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy if
compatible.
Endurashield Series 73 (Aliphatic Acrylic Polyurethane)
1st. Coat:
WORKMANSHIF:
All painting shall be done in a workmanlike manner, leaving the finished
surface free from drops, ridges, waves, laps and brush marks. Sufficient time
shall be allowed between coats to insure proper drying. Paint shall be applied
under dry and dust free conditions. Paint shall be applied in a manner that
the coveraqe shall not exceed that recommended by the manufacturer. Where
there is ciny doubt, either about generic composition or compatibility of
existing coatings a test application shall be made and after 14 days checked
for adhesion characteristics and other forms of incompatibility.
COLORS:
Where two field coats or more are required by these specifications, the colors
shown in this section shall be used for all except the final coat. Final paint
shades must be approved after application of the initial coats and before the
application of the final coat. Selected colors for the project are from the
Tnemec color book. Trim shall be finished same as wall colors. A color
schedule complete with color chips shall be submitted for approval.
Exterior Work:
Manhole frames and covers
Pipe rails
Steel Ladders
Structural Steel
Standing, Seam Metal Roof
Metal doors and trim
Electrical Equipment & Poles
Street Marking
Guards: and Caution Marking
Piping - Stenciled names and
Direction Arrows
Valve::: - To match Pipe Color Code
Black IND6
Aluminum Rails are not to be
painted. Aluminum color for others.
Safety Yellow SCDl
Monterrey Tile SCOS
MFR's Medium Green outside,
white inside.
Monterrey Tile SCOS
Aluminum Color
Yellow
Safety Yellow SC01
Color Code
9905-03 T09. doc
T9-3
'ZEL, ENGINEERS
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T9
PAINTING AND FINISHING
Interior Work:
Structural Steel
Hoist and Rail
Ceilings
Interior Walls
Interior Doors (Except Store Front).
Monterrey Tile
Safety Yellow
Mfr's White
Light Eggshell
Monterrey Tile
scos
SCOl
AA17
SCOS
PIPING, PUMPS, VALVES: Color Code
Identification painting shall be provided for all, piping in accordance with
the following schedule. Names and flow arrows shall be painted on all the
piping in an appropriate contrasting color.
NAME OF PIPE GENERIC COLOR TNEMEC
Raw Water olive oreen EN07 Clover
Finished or Potable Water dark blue SC06 Safety Blue
Sewer (Sanitarv or Other) dark ora v GR28 Fossil
Chlorine (Gas and Solution) yellow SCOl Safety Yellow
Fluoride light blue with GB04 Fountainbleu with
red band SC09 Safety Red band
Lime Slurry lioht oreen PA30 Daiouiri Ice
Corrosion Control light green with PA30 Daiquiri Ice with
,red band SC09 Safety Red band
Electrical liqht Qrav INOl Lioht Grav
Hoists/Trollevs vellow* SCOl Safety Yellow
Fire Protection red* SC09 Safety Red
CLEAN UP:
The work area shall be kept free from surplus materials, dirt and rubbish at
all times. After completion of the work, all paint spots or other marks shall
be removed ,:rom floors, walls, doors, and windows, etc. All exposed metal work
and glass shall be carefully cleaned and the work area left clean.
PAYMENT:
No separate payment will be made for any work covered by this section of the
specifications. All costs associated therewith shall be included in the lump
sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T09. doc
T9-4
I
..
I
I
I
I
I
I
I
--
I
I
,I
I
I
I
..
I
I
SECTION TI0
CHLORINATION EQUIPMENT
SECTION T-10 - CHLORINATION EQUIPMENT
SCOPE:
The work ce>vered by this section of the specifications consists of furnishing
all plant, labor, equipment, materials, and appliances and in performing all
operations in connection with furnishing, installing, testing, and the
initial operation of the chlorination equipment, complete with all
appurtenances, in strict accordance with this specification, the applicable
drawings and subject to the terms and conditions of the Contract.
GENERAL:
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufacturers who are regularly, engaged in the production of equipment of
this type, and who have produced such units which have been in satisfactory
and succes:::ful water works operation for a period of at least five years.
All equipmemt shall be of the latest and most modern design of a single
manufacturer and shall be guaranteed to meet all of the specified performance
requirements. Equipment herein specified is manufactured by Wallace &
Tiernan. Comparable equipment from BIF or Fischer & Porter may be
substituted with approval of the, Engineer.
Equipment Submittal: The plans show the extent and general arrangement of the
equipment and may be modified as required to suit the equipment furnished
subject to the approval of the Engineer'. As soon as practicable, and not
later than 90 days after the' award of the Contract, the Contractor shall
submi t the following descriptive literature and drawings for all equipment
being furnished under this section of the specifications:
Equipment and Piping Installation Drawings: Five sets showing complete
details of the installation and any necessary changes in arrangement,
pipinq etc., from that indicated,on the plans.
Equipment, Specifications, Outline Dimension Drawings, Wiring and/or
Pipinq Diagrams: Five sets for each item of equipment being furnished.
Operation and Maintenance Instructions: Fi ve sets for each item of
equipment being furnished.
EQUIPMENT:
General: The Contractor shall furnish and install a complete chlorination
system of standard equipment and shall include optional equipment as
indicated. Each chlorinator shall be made of plastics and alloys resistant
to corrosion. by chlorine. Each control module shall be corrosion....resistant
and a wall mounted model.
Chlorinator~l and Chlorine Supply: Two chlorinators shall be furnished and
installed. The chlorinator shall be the remote vacuum type in which chlorine
gas is meteJ~ed under a vacuum developed by an inj ector. Two vacuum regulator
units at the gas supply header shall reduce the gas pressure to a vacuum
'ZEL, ENGINEERS
9905-03 T10 Chlorination.doc
TI0-l
I
..~
,I
-I
I
,I
I'
I
I
--
I
I,
I
I
I
I
~
I
I
SECTION TI0
CHLORINATION EQUIPMENT
immediately and without venting. Dry gas shall move through the gas supply
.. system und3r vacuUm. There shall be no lines between the vacuum regulator
un:j.ts.. and the inj"ector that will be carrying gas under pressure. Each
chlorinator shall have a rotameter to measure chlorine gas, calibrated to
read in pounds of, chlorine gas per '24 hours. The position of the rotameter
floa~ shall indicate the chlorine feed rate. A sonically regulated gas feed
system will not' be acceptable. The chlorine feed rate shall be flow paced
based, 011. a' 4-20 mA input signal input to 'a microprocessor based signal
'conditioning unit. The chlorinators and chlorine supply equipment shall be
furnished by the' chlorinator manufacturer complete with the items and
aCl:::essorie~: ,inq.icated or hereinafter specified. ,Unless specifically stated
othe.rwise the numbers shown in the following lists are Wallace and Tiernan
, Catalog' numbers. Items, and acc~ssories of' equal performance and quality as
inanufacture,d by BIF or Fischer & Porter will be acceptable upon engineer
approval.
Chlorinators':
Two (2)
W & T Series V-I0k Wall Mounted gas feed system, maximum
capacity 200 pounds per 24 hours, each including:
3/4" Fixed Throat Injector, panel mounted
Automatic rate positioner
Signal ,Conditioning Unit; panel mounted
Set of Minor Accessories to include Wrenches, Gaskets,
Ammonia and Lubricant
Accessories:
One (1)
W & T Series 200C, Automatic Switchover System to include
two (2) 200 lb./day vacuum regulators with trap and filter
kit.
One (1)
Five-Tank Manifold.
130.460
One (1)
Auxiliary Ton Container Valves
130.420
Two (2)
Auxiliary Chlorine Cylinder Valves
130.411
One (l )
Hydraulic load cell scale for a single I-ton cylinder
(3,600 lb) with wall-mounted local display and 4-20 mA
output. The load cell shall be a part of a scale frame
that includes two, sets of trunions. The frame shall tilt
for easy cleaning. The frame shall be of such size that it
is within the dimensions of the tank that it supports. The
scale shall be specifically constructed for weighing
chlorine cylinders by a company that regularly produces
such items. The scale shall be primed and painted with two
coats of corrosion resistant epoxy paint. Display shall
have suitable mounting brackets, shall have provisions for
tare adjustment, and shall have one N.O. and one N.C. low
level alarm contacts. Provide a Refill Gun. The scale
shall be ChI or-Scale as manufactured by Force Flow
Equipment, A.H. Emery, or approved equal.
'ZEL, ENGINEERS
....
TI0-2
9905-03 TlO Chlorin..tion .doc
I
~
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
t.
I
I
SECTION T10
CHLORINATION EQUIPMENT
One. (1)
Series 50~350 Two~cylirider Scale with Digital
Display and 4-20 mA signal output
130.115
One (1)
Set of ton,container support blocks, maple
130.040
One (1)
Ton Container Grab
130.040
One (1)
Vacuum Gauge
Water Supply Accessories:
One (1)
Set; Pressure gauge, shutoff valves, strainer, and
appurtenances r~quired, for the water supply ~y~tem.
CHLORINE GAS MASK:
One (1) 'chlorine gas mask' shal~ be .supplied for storage in a non-locKing, ABS
plastic, wall cabinet. The-chlorine gas mask shall be of the pressure demand
type with Cl 30 minute air tank with full visibility and full coverage face
mask. Unit shall be as manufactured by Scott or approved equal. Unit shall
be supplied with a spare 30-minute tank.
CHLORINE GA:3,LEAK DETECTOR:'
The chlorine gas leak detector ~ith sensor shall be,~ristalled in the chlorine
room and shall, in event- of a chlorine, leak, initiate operation of. the
chlorine ro()m exhaust fan. The chlorine gas leak detector shall consist of a
sensor unit mounted' approxi,mately 12. inches above the floor, and a control
uni t mounted at eye level. The detector shall ,be Wall.ace & Tiernan 50-135 or
approved alternate. The system shall have battery backup to maintain
operation f-:)r at least two hours and recharge automatically once power is
restored.
The sensor unit shall be ,electrochemical of the oxidation/reduction type
requiring no addition of chemicals. The contrOl unit shall be corrosion
resistant and wall mounted. The control unit shall display error and alarm
conditions and be equipped with relay outputs for external alarms.
In the event of a chlorine leak, the control unit shall activate an alarm
units with both visual and audible alarm signals at the chlorine room. The
alarm unit shall also transmit an alarm signal to the SCADA system.
ELECTRICAL:
It shall be the responsibility of the Contractor to refer to the ELECTRICAL
Section of these specifications and to provide suitable connections for all
electrical e:quipment and accessories required for operation of Chlorination
Equipment.
'ZEL, ENGINEERS
9905-03 TlO ChlorinatIon.doc
TIO-3
I
t..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
.~
I
~J
SECTION TlO
CHLORINATION EQUIPMENT
PIPING AND APPURTENANCES:
The chlorination equipment
fittings, valves, adapters,
operation of the equipment.
shall be
s~pports ,
installed complete with all p1p1ng,
etc., required for the connection and
All chlorine gas and solution lines, operating water lines, and appurtenances
shall be as specified in the PLANT AND YARD PIPING, VALVES, and PLUMBING
sec~ions of these specifications.
SUPERVISION OF INSTALLATION:
The installation of the equipment furnished under these specifications shall
be under t:he direction of a specialist employed by the manufacturer of the
equipment, who will test and adj ust .the equipment during initial operation
and instruct the operating personnel in the care, operation and adjustment of
the equipme,nt. Complete printed operating instructions and spare parts lists
shall be furnished, supplemented by cuts and diagrams showing the component
parts of the equipment and all control devices. .
PAINTING:
Chlorinaticn equipment shall be furnished with factory finish coating in
manufacturers' standard finish equipment shall all be furnished in the same
color finish coating.
GUARANTY:
The equipme,nt furnished under these specifications shall be guaranteed for a
period of one (1) year from the date of final acceptance thereof against
defective materials, design and workmanship. In the event of the failure of
any part o:c parts during the guaranty period, due to the above causes, the
affected part or parts shall be removed and replaced promptly and at the
expense of the Contractor.
PAYMENT:
No separate' payment will be made for the work covered by this section of the
specifications. All costs in connection therewith shall be included in the
lump sum bid for the completed work.
'ZEL, ENGINEERS
9905-03 no Chlorination.doc
TIO-4
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION Tll
CHEMICAL FEED EQUIPMENT
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, materials, and appliances and in performing all
operations in connection with furnishing, installing, testing, and the
initial operation of the chemical feed equipment, complete with all
appurtenances, in strict accordance with this specification and the
applicable drawings and subject to the terms of the Contract.
GENERAL:
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufacturers who are regularly engaged in the production of equipment of
this type, and who have produced such units which have been in satisfactory
and succesBful water works operation for a period of at least five years.
Chemical Fe~ed Equipment is specified herein for all process chemicals except
chlorine. See section T-10 for specification of chlorination equipment.
Equipment Submittal: The plans show the extent and general arrangement of the
equipment and may be modified as required to suit the equipment furnished,
subject to the approval of the Engineer. As soon as practicable, and not
later than 30 days after the award of the Contract, the Contractor shall
submit the following descriptive literature and drawings for all equipment
being furnished under this section of the specifications:
~ment and Pipinq Installation Drawinqs: Five sets showing complete
details of the installation and any necessary changes in arrangement,
piping, etc., from that indicated on the plans.
Equipment, Specifications, Outline Dimension Drawinqs, Wirinq and/or
Pipinq Diaqrams: Five sets for each item of equipment being furnished.
Operation and Maintenance Instructions:
equipment being furnished.
Five sets for each item of
LIME SLURRY FEED EQUIPMENT:
General: The Bulk Lime Slurry Storage and Feed System shall be the Cal Flo
Slurry Chemical Storage and Feed System furnished and serviced by the Burnett
Lime Co., Inc., 7095 Hwy. 11, Campobello, S.C. 29322 (Phone: 1-800-726-4187).
/
The Bulk Slurry Chemical Station shall be a complete system for receiving and
storing, calcium hydroxide and feeding the slurry. The system shall consist
of a baffled 16,000 gallon storage tank with top entry mixer, two feed pumps,
level indicator, fill pipe, vent pipe, 'overflow pipe, tank circulation
startup pipe, reverse agitation pipe, and an electrical panel. The system
,shall be capable of feeding calcium hydroxide at a feed rate ranging from 1.5
gal/hr to 48 gal/hr~ The calci,urn hydroxide slurry shall maintain a particle
median size of twenty-two (22) microns and suspended solids are not to exceed
ninety-six (96) microns as expressed by HWTG standards. The storage tank
shall be installed on foundations as detailed on the plans and the remaining
'ZEL, ENGINEERS
9905-03 T11. doc
Tll-1
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION Tll
CHEMICAL FEED EQUIPMENT
equipment for that system shall be located in the pump room shown and
detailed on the plans for that purpose.
Equipment ~:ubmittals: The equipment manufacturer shall submit for approval of
the Engineer six copies of the following:
1. Drawings and/or data showing physical dimensions, equipment
interfaces, and anchor bolt locations.
2. Process and instrumentation drawings, electrical schematics,
power wiring, and external wiring diagrams.
3. Motor data sheets.
4. Component Specification Data.
5. Operation and Maintenance Manuals.
Bulk Slurrv Tank: The bulk slurry tank shall be fabricated of carbon steel
having the following minimum thicknesses: 1/4" top, 3/16" wall, 1/4" bottom
and shall include flanges for anchors and lugs for lifting. The tank shall
be furnished with a manhole/inspection port and a side manhole, other
necessary openings, ladder, cage, and guard rails. The exterior of the tank
shall receive commercial sand blast and be shop primed for field painting. A
motorized tank agitator/mixer shall maintain an even suspension from top to
bottom of the tank and shall include a 7-1/2 H.P. mixer motor, gear box
reducer, mixer shaft, and two sets of mixer blades set for the specific
slurry concentration. Two brass or copper pads shall be furnished at base of
tank to connect #4/0 copper grounding conductors furnished under the
Eiectrical Section of these specifications.
Equipment:
An ultrasonic level transducer shall be furnished, to be mounted on a
standard 3" flange on top of the tank, to indicate slurry level within the
tank. The transducer shall be "Sonocell" manufactured by Kistler-Morse for
connection to a "Sonologic II" level indicator panel to be furnished under
Section T17 of,these specifications.
The fill pipe shall be 2" diameter, Schedule 80 tube complete with all
fittings and. truck hose quick connect coupling.
The control panel shall be as specified here-in-below.
The chemical feed pumps (Pulsa series metering pumps) shall be positive
displacement, reciprocating pumps. The metering pump shall ensure feed of
the calcium hydroxide slurry with a metering accuracy of +/- 1% on a 10:1
flow range and shall operate ona 4-20 mA stroke adjustment control. Manual
stroke, adj u;stment at pumps shall also be provided.
Slurr~ Pump Motors shall be 1 HP, 4 60V., 30, 1750 RPM, mill and chemical
duty, TEFC, constant speed with 1.15 service factor throughout the entire
operating range of the pump performance curve.
Manual Flush: The chemical system shall be furnished with manual flush valve
for the pump and slurry line.
'ZEL, ENGINEERS
9905-03 111. doc
Tll-2
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION Tll
CHEMICAL FEED EQUIPMENT
Electrical power to the lime slurry control panel will be
a 480 Volt distribution panel (PDP-2) and from a 120/240 Volt
installed under the Electrical Section (T16) of these
EI~ctrical work furnished and installed by the lime system
conform to the requirements of the Electrical section listed
Electrical:
provided fI'om
panel (LP-'2) ,
specifications.
supplier sball
above.
Electrical Panel:, The electrical panel shall be housed in a NEMA 4X
enclosure with engraved laminated nameplates giving the name and function of
all push button, selector switches, lights, etc. Wiring within the enclosure
shall be SIS rated. Terminal blocks shall be furnished for all external
wiring and internal wiring where required. Terminal blocks shall be labeled
in accordance with wiring diagrams. The panel shall include, but not be
limited to, the following items:
1. Lockable 480 Volt main disconn~ct
2. 120 Volt circuit breaker if required
3. C.ircuit breaker combination full voltage non-reversing starter for:
a. Mixer
b. Slurry Pump 1
c. Slurry Pump 2
Starters may be furnished with individual 480-120 volt control transformers,
or one 480-120 Volt transformer may be furnished for the panel.
Instrumentation and Control Panel: An instrumentation and control panel will
be furnished under Section 17 of these specifications, and will be installed
adjacent to the electrical panel. This control panel will contain the
selector switches, indicating lights, push buttons, relays, etc. to control
and provide signals to start and flow pace the lime slurry metering pumps.
This panel will also contain a PLC to transmit data to the SCADA system and
to the Plant office display unit.
Condui t and Wirinq: Empty conduits will be installed from the electrical
panel to the metering pumps and to the lime slurry tank for completion and
installation of wiring by the Lime System supplier.
Coordinatiol1: The Lime System supplier shall coordinate his work with the
Electrical and Instrumentation Contractors to provice a complete and
.operational system.
Installation And Initial Operation: The Manufacturer of the bulk slurry
chemical storage and feed system shall install the system and make it
operational.. In addition, the service of' a trained, qualified technician
shall be provided for the purpose of inspecting the installation to assure
compliance INlth the shop drawings, check-out, initial startup, certification,
and instruction of the plant operating personnel in the proper method of
operation and maintenance of the equipment.
Miscellaneous: Removable, all-metal guards in conformance with OSHA shall be
provided fClr all motor couplings. All fasteners such as anchor bolts,
building fasteners, and bolts, used to interconnect system components shall
'ZEL, ENGINEERS
9905-03 T11.doc
Tll-3
I
I.
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T11
CHEMICAL FEED EQUIPMENT
be furnished by the manufacturer and shall be zinc plated, 'and shall include
all associated washers and nuts.
FLUORIDE AND CORROSION CONTROL FEED EQUIPMENT:
General: The contractor shall furnish and install a Fluoride Feed System and
a Corrosion Control Feed system complete with pumps, controls, piping, and
accessories as indicated. The systems shall pump liquid fluoride
(hydrofluosilicic acid) or corrosion control (liquid Orthopolyphosphate)
directly fx'om a storage tank (see the CHEMICAL STORAGE TANKS section of these
specifications) to the point of application. All components of the system
shall be designed for use with commercial grades of the chemical to be
pumped~ All feed equipment shall be specifically suited to the pumping
equipment supplied and shall be supplied by the pump manufacturer.
Feed Equipment:
Four (4)
Electrically powered, positive displacement, diaphragm
type, hydraulically actuated liquid metering pumps. The
pumps shall bePulsafeeder Pulsar 25HJ, 13 rom piston, PTFE
diaphragm, PVC head and alloy C valve or the approved equal
product of Alldos, or Wallace & Tiernan. The pump shall be
furnished with a 5-year warranty. The pumps shall
accurately meter the product at flow rates between 0.1 and
1. 75 gph and shall be manually adjustable over at least a
10:1 range while operating. The pumps shall be fitted with
a DC motor with SCR controller through which the pumping
rate can be controlled by a 4-20 mA signal from the
influent flow meter in addition to manual dosage control.
Each pump shall be supplied with a preventive maintenance
kit containing at the minimum a diaphragm, check valve
seats, balls, and O-rings.
Four (4)
Stainless Steel pump stands,
manufacturer.
furnished by the pump
Two (:2)
PVC calibration columns, 200 ml, graduation .005 gal.
Two (2)
Diaphragm type back-pressure valves with EPDM/PTFE gasket
and PVC construction. The valve shall be factory set for
50 psi and spring tension adjustable between 0-150 psi.
Four (4)
Diaphragm type pressure relief valves with EPDM/PTFE gasket
and PVC construction. The valve shall be factory set for
50 psi and spring tension adjustable between 0-150 psi.
The valve shall be adjusted to 65 psi. for normal service.
Two (:n
Bladder type pulsation dampeners. The unit shall be of PVC
construction with' a Hypalon bladder and a capacity of at
least 36 cubic inches. A gas fill valve and pressure guage
shall be an integral part of the unit. The bladder shall
be replaceable.
'ZEL, ENGINEERS
9905-03 T11. doc
Tll-4
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION Tll
CHEMICAL FEED EQUIPMENT
Instrumentation and Controls:
An instrument and control panel shall be furnished under the
INSTRUMENTATION AND CONTROLS section of these specifications for each
system to control and provide a signal to flow pace the metering pumps. The
panel shall also cause a normally closed solenoid valve to open just prior to
starting either of the pair of feed pumps and shall cause the solenoid valve
to return to closed position shortly after the metering pumps are shut down.
Controls shall be coordinated with the pump supplier and the Electrical
Contractor in order to provide an integrated control system.
START UP SUPPORT:
The contractor shall provide up to three (3) days of Start-up, Check-out and
Instruction Service by a Factory Authorized Service Technician for all
Chemical Feed Equipment.
ELECTRICAL:
It shall be the responsibility of the Contractor to refer to the ELECTRICAL
Section of these specifications and to provide suitable connections for all
electrical equipment and accessories required for operation of the complete
systems of the Chemical Feed Equipment.
PIPING AND APPURTENANCES:
The Contractor shall furnish and install complete with necessary valves,
adapters, and supports all chemical lines, water lines, and solution lines of
the size and type indicated to connect the feeders with the chemical and
water supply and with the desired point of chemical application. All water,
chemical, and solution lines and appurtenances shall be as indicated and as
specified i;:l the Section, PLANT AND YARD PIPING.
SUPERVISION OF INSTALLATION:
The installation of the equipment furnished under these specifications shall
be under the direction of a qualified representative employed by the
manufacture:r of the equipment, who will test and adjust the equipment during
initial operation and instruct th~ 6perating personnel in the care, operation
and adjustment of the equipment. Up to 3 days of on-site supervision shall
be provided. Complete printed operating instructions and spare parts lists,
as herein previously specified, shall be furnished, supplemented by cuts and
diagrams showing the component parts of the equipment and all control
devices.
PAINTING:
All equipment shall be shop painted with the manufacturer's standard complete
paint system which shall be certified by the manufacturer as suitable for the
use and, eiwironrnent in which the equipment shall be placed. The manufacturer
shall provide for the Engineer a color chart showing the available finish
coat colon. 'normally available for the equipment and the Engineer shall
select the finish coat color fr.om that chart. If the manufacturer has a
standard finish color and does not provide a choice, then he shall so state
'ZEL, ENGINEERS
9905-03 Tll.doc
Tll-5
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION Tll
CHEMICAL FEED EQUIPMENT
in writing and shall provide a color chip showing his standard color and
shall furnish the equipment properly finished in that color. The
manufacturer shall provide a suitable quantity of field touch-up paint for
each type and color on his equipment
GUARANTY:
Unless otherwise specified, the equipment furnished under these
specifications shall be guaranteed for a period of three (3) years from the
date of final acceptance thereof against defective materials, design, and
workmanship. In the event of the failure of any part or parts during the
guaranty period, due to the above causes, the affected part or parts shall be
removed and replaced promptly at the expense of the Contractor.
PAYMENT:
No separate payment will be made for the work covered under this section of
the specifications. All costs in connection therewith shall be included in
the lump swn Base Bid for the completed work.
'ZEL, ENGINEERS
9905-03 Tll.doc
Tll-6
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T12
BASIC FURNISHINGS AND EQUIPMENT
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances and materials and in performing all
operations in connection with the furnishing and installation of the office
and labora,tory furniture, kitchen unit and lockers, complete with all
accessories, in accordance with this section of the specifications and the
applicable drawings, and subject to the terms and conditions of the Contract.
GENERAL:
The plans show the general arrangement and location of the basic furnishings
and equipmemt for specific rooms. All items furnished shall be the standard
products of the manufacturers listed or an approved equal. The item numbers
used for reference in this section of the specifications are identical to
those liste!d on Drawing No. 15. All cabinets, casework and equipment shall
be install,~d, complete and operational, with all plumbing and electrical
connections provided as specified, shown on the plans or required.
Equipment Submittal: Within 90 days after award of contract, the Contractor
shall furnish for the Engineer's written approval, five (5) copies of the
manufacturer's bulletins and specifications describing the uni t and
indicating size and performance. Prior to beginning construction involving
mounted facilities, the Contractor shall submit for approval, five (5) copies
of shop drawings giving the size, shape, location and installation details of
the equipment.
LABORATORY ,A.ND OFFICE FURNISHINGS:
The laboratory and office furnishings shall be the products
Scientific Equipment Corporation or shall be the comparable
listed manufacturer's or an approved equal. Unless otherwise
catalog references in the following descriptions are those,
Scientific.
of Kewaunee
products of
stated, the
of Kewaunee
VWR Scienti:Eic, Inc.
104 Meco Lane
Oak Ridge, TN
Curtin-Mathison Scientific, Inc.
955 Cobb Place Blvd. NW
Kennesaw, GA 30144
Kewaunee Scientific Corp.
1411 County Rte. 179
Crane Hill, AL 35053
or Marketing Services
Statesviller NC 28687-1842
Fisher Hamilton Scientific
1316 18th St.
Two Rivers, WI 54241
American Desk Mfr. Co.
Taylor Division
1353 West 2nd St.
Taylor, TX 76574
General: Laboratory tabletops shall be 1-1/4" "Kemresin", black in color,
epoxy resin with 4" sides and backsplash.
Cabinets shall be wood in light oak finish. Base cabinets shall be provided
with 4" high, black vinyl cove base, and all drawers and doors shall be
'ZEL, ENGINEERS
9905-03 T12. doc
T12-1
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T12
BASIC FURNISHINGS AND EQUIPMENT
fitted with stainless steel handles,
hardware.
hinges, drawer guides, and other
Laboratory Furnishinqs Schedule:
Item No.
Description
Quantity
L-1
2 door solid wood wall cabinet 30"h x 36"w
X 12"d. 2 equally spaced interior shelves
full depth of cabinet. Doors equally sized.
2
L-2
14'-0"L x 2'-9"H x 2'-0 0 Counter top and base cabinet.
Provide 1-1/4" thick Kemresin top in black finish;
provide 7" x 1" splashguard on 3 sides. 2-Cabinet
sections 48"w with 1 equally spaced interior shelf
full depth of cabinet, 2 wood doors each cabinet section
equally sized.
1
L-3
2 door solid wood wall cabinet 30"h x 36"w X 12"d.
2 equally spaced interior shelves full depth of
cabinet. Doors equally sized with 2-10"x12"2 x 3/4"
shelves mounted on 1 side of each cabinet and
attached to wall.
2
L-4
1~'-5"L x 2'-9"H x 2'-0"0 counter top and base cabinet.
Provide 1-1/4" thick Kemresin top in black finish
and 7"x1" splashguard on 3 sides. 3 equal sized
cabinet and 2 equally sized wood doors each cabinet
section.
1
L-5
30"L x 12"0 x 1" thick wood shelf with heavy duty metal
shelf brackets.
1
L-6
2 door solid wood cabinets 8'-0"H x l'-6"w x 2'0"0 with
upper and lower compartments. Upper compartment to be
2'-8"H with 1 equally spaced interior shelf full depth
of cabinet in top section. Lower compartment to have
no shelves.
1
L-7
Stools: 14-1/2" diameter seat, 3-1/2" upholstered
in black vinyl, swivel top, with 5 dual wheel casters
and with pneumatic height adjustment.
2
Office Furnishinqs Schedule:
A-I
Corkboard: 30" x 40".
Solid oak frame. Quill Catalog No. 992-7-13449.
1
A-2
Dry-marker board: porcelain on steel surface. Heavy
gauge aluminum frame 48" x 48" Quill Catalog
No. 992-M644AFW.
1
A-3
Chair: Tilt tension adjustment and 3600 swivel, dual 2 '
wheel casters. Quill Catalog No. 992-257SC-BK.
'ZEL, ENGINEERS
9905-03 Tl2.doc
T12-2
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T12
BASIC FURNISHINGS AND EQUIPMENT
A-4
Double pedestal: 60" x 30" light oak finish wood desk, 1
high pressure laminate, light oak top, full suspension
file drawers.
A-5
Wall clock: 115 V, AC plug in 13 3/8 dia. X 3" deep.
Quill Cat. No 992-7-79589
A-6
4-drawer file cabinet: Letter size, full suspension
files 52"H x 15"w. Quill Catalog No. 992-514P-PY
2
A-7
Bookcases: Solid oak and/or oak veneer plywood.
36H x 36W X 12 1/20. 3 shelf. Light oak finish.
1
A-8
Enclosed corkboard: Resilient surface and 2 glass
Doors, oak frame~ 36"H x 48"W.
Quill Catalog No. 992-987501
1
Kitchen Unit: Kitchen unit shall be the product of Dwyer Products Co. or the
comparable product, as approved by the Engineer, of a company regularly
engaged in the manufacture of such units.
Kitchen Unit Description:
Item No.
Description
Quantity
Kitchen Unit: A 51-inch wide combination
unit with a 6 cf refrigerator, a two burner
electric range suitable for 120/240 V single
phase power, an under counter storage unit in
lieu of an oven, stainless steel sink with an
8" chrome plated single handle mixing faucet
and base storage cabinet, a stainless steel
drain board and back splash. Finish color
of the unit shall be light oak. Unit shall
be Dwyer Products Corp. Model E51SC, modified
or approved equal.
Wall cabinet, 27"L x 30"8 x 12"W.
Dwyer WC2730, with microwave.
Wall cabinet, 24"L x 24"8 x 12"W with a
no-duct range hood. Dwyer WC2424, light oak.
Restroom Lockers: '
Item No.
Description
Quantity
R1
Double tier locker: 2-12" x 18" x 36" doors. 2
Wesco #DG504186 - 16" x 20"
'ZEL, ENGINEERS
9905-03 T12.doc
T12-3
I
I.
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T12
BASIC FURNISHINGS AND EQUIPMENT
GUARANTY:
The equipm,:mt furnished under this section shall be guaranteed for a period
of one year from the date of final acceptance by the Owner, against faulty
design, defective materials and inferior workmanship. The Contractor shall
make neces:3ary repairs to or replacement of equipment which develops defects
or fails within the guarantee period.
PAYMENT:
No separatE~ payment will be made for the work covered under this section of
the specifications. All costs in connection therewith shall be included in
the lump S~~ Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T12. doc
T12-4
I
..
I
I
I
I,
I
I
I
III
I
I
I
I
I
I
..
I
I
SECTION T13
CHEMICAL STORAGE TANKS AND ASSOCIATED EQUIPMENT
SCOPE:
The work covered by this section of specifications consists of furnishing all
plant, labor, supervision, equipment and materials and performing all
operations in connection with furnishing and installing the chemical solution
tanks and associated equipment. The work shall be in accordance with this
section of these specifications and the applicable drawings, subject to the
terms and conditions of the contract.
GENERAL:
The tanks shall be high density polyethylene or fiberglass reinforced plastic
tanks as appropriate which are heated and insulated and appropriate for
storing hyclrofluorosilic acid, and a corrosion control chemical. The tanks
shall be the standard product of Poly Processing Co., Core-B Inc., Augusta
Fiberglass, Engineered, Process Equipment, Inc. or comparable products
approved. A~l piping and fittings, connections, insulation, heat tracing
equipment and appurtenances as hereinafter specified and/or required to
assure a complete and satisfactory installation shall be provided.
APPLICABLE SPECIFICATIONS:
The latest edition of the following specifications form a part of this
section of these specifications.
American Society of Testinq Materials Specifications:
C 5131
Chemical Resistance of Thermosetting Resins
Used in Glass - Fiber Reinforced Structures
Reinforced Plastic Laminated for Self-Supporting
Structures in a Chemical Environment.
Flexural Properties of Unrein forced and Reinforced
Plastic and Electrical Insulating Materials.
Filament - Wound Glass - Fiber Reinforced
Polyester Chemical Resistant Tanks
Rigid Polyvinyl Chloride Compounds
Polyethylene Upright Storage Tanks
C 5B2
D 790
D 3299
D 1784
o 1998
ARM (Association of Rotational Molders) Standards:
Low Temperature Impact Resistance (Falling Dart Test Procedure)
ANSI Standards
B-16.5 Pipe Flanges and Flanged Fittings
OSHA Standards
29 CFR 1910.106 Occupational Safety and Health Administration,
Flammable and Combustible Liquids
'ZEL, ENGINEERS
9905-03 T13. doc
T13-1
I
..
I
I
I
I
I
I
I,
--
I
I
'I
I
I
I
..
I
'I
SECTION T13
CHEMICAL STORAGE TANKS AND ASSOCIATED EQUIPMENT
CHEMICALS IN CONTACT:
The chemical to be stored in the Fluoride Tank will be a 24% solution of
hydrofluorc,silic acid. The chemical in the corrosion control tank will be a
solution of orthopolyphosphate, having 31% phosphate.
SIZE, FITTINGS AND MATERIALS:
The tanks ~:hall be vertical, flat-bottomed cylindrical tanks with a semi-flat
dome top. The fluoride tank shall be a double walled containment type. The
corrosion control tank shall be insulated. Tanks shall have suitable and
adequate tie down and lifting lugs. Tank volumes of the following tabulation
are minimum; tank sizes and types are as follows:
Contents
LD.
Min.
Capaci t Y
Gals.
0.0.
Insul.
HT.
@ Crown
Liquid Fluoride
Corrosion Control
5'-4"
5'-1"
1,100
1,050
8'-8"f,
8'-6":1:
6'-4"
5'-8"
Materials based'on Chemical Contents:
Chemical
Tank Material Fittinq, Boltinq, Gasket
24% Hydrofluorosilic Acid
Linear HDPE* PVC or PP, Hastelloy, Viton
Orthopolyphosphate,
31% Phospha1:e
FRP or PVC, 316ss, EPDM
Crosslinked HDPE*
*Linear=ASTH 1998 Type II Crosslinked=ASTM 1998 Type 1
*Fiberglass Reinforced Plastic (FRP); high density polyethylene (HOPE)
Loadinq Conditions: The tank shall meet the following criteria: a wind load
limit of 100 MPH when anchored, and a concentrated top load design for a 250
pound man on 16 sq. inches. Tank designs shall be for chemical temperatures
up to 1000 F. Tanks shall be securely fastened to the foundation using' a
metal band encircling the tank ,and at least four 1/2" SS bolts sized by the
manufacturer to provide the required restraint or with an equivalent approved
manufactureI' recommended restraint.
Openinq, Connections,' and Accessories:
be provided with each storage tank:
The following minimum fittings shall
1 - 3"
1 - 3"
1 - 2"
1 -
screened vent.
nozzle, tbp mounted for liquid level.
nozzle, top mounted, for fill.
side bottom drain and outlet, at least I" or larger, to
match chemical feed lines.
overflow positioned above the volume elevation.
I.D. manway, top mounted.
1 - 3"
1 - 20"
'ZEL, ENGINEERS
9905-03 T13. doc
T13-2
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T13
CHEMICAL STORAGE TANKS AND ASSOCIATED EQUIPMENT
1 - (Double wall tank orily) - 1" side bottom drain with ball
valve and threaded cap with chain.
All side 1~all inlet and outlet nozzles shall be double flanged bolted
fittings. Top fittings shall be standard or self aligning bulkheads. Flanges
shall conform to ANSI B16. 5 150 Ibs. for diameter and drilling. Gaskets
shall be provided for all tank openings and shall be neoprene, 40-50
Durometer, 1/8 inch thick, and full faced. Bolts for all flanged openings
shall be ~ltainless steel. Insofar as possible, the orientation of all
nozzles and man-way shall be suitable for the installation.
Fiberqlass 'JPtion:
Description: Fiberglass storage tanks shall be reinforced plastic (FRP),
filament wound, vertical chemical storage tank in a non-pressure, non-vacuum
application utilizing laminate construction beginning with a 100-mil
corrosion resistant barrier suitable for the chemical storage and temperature
of the stored chemical. Strength of the tank shall be in accordance with ASTM
D 3299 and provided by a filament-wound layer, oriented for highest
circumferen'::ial strength.
Hiqh Densit\T Polyethylene Option:
Description: HDPE tanks shall be of one piece seamless construction and
shall conform to ASTM D 1998. The processing conditions used shall be such
that the finished tank virtually is stress free. The inside 1/8" of the tank
shall have a minimum of 70% gel. The molded tank shall be internally and
externa~ly inspected 'for pinholes, foreign particle~, blemishes or other
defects which could reduce the structural integrity of the tank. After
installation of the fittings, the tank manufacturer shall hydrostatically
test the tank. Samples from the tank shall pass low temperature impact test
(-20oF) following the Association of Rotational Molders Low Temperature impact
Test Procedure. The minimum low temperature impact based on part wall
thickness shall be a minimum of 200 Ft. Lbs. to failure.
INSULATION hND HEAT TRACE REQUIREMENTS:
The corrosion control storage tank walls and tops shall be insulated with 2
inches of polyurethane foam insulation (density 2 to 3#/fe), U factor of
0.086 BTU per hour per square foot per degree Fahrenheit which shall be
protected by a 100-mil layer of resin and chopped fiberglass or latex mastic
and an exterior pigmented white gel coat surface. The tanks shall be highly
resistant to ultra violet radiation.
LEVEL INDICP"TORS:
The Contractor shall furnish, and install liquid level indicators on the
exterior of the storage tanks. The level indicator shall be actuated by a
float within the tank through a stainless steel tape with high visibility
numbers in feet and inches to a counterweight on a pulley system. All wetted
parts, part~l subject to condensation or exposure to the atmosphere within the
tank shall be, suitable non-corrosive' durable material approved by the
Engineer. The calibrated tape shall be visible through an observation window
located at eye level. All moving parts shall be vapor tight fully enclosed
'ZEL, ENGINEERS
9905-03 T13. doc
T13-3
I
..
I
I
I
I
I
I
I
--
'I
I
I
I
I
I
..
I
I
SECTION T13
CHEMICAL STORAGE TANKS AND ASSOCIATED EQUIPMENT
but easily accessible for maintenance. The indicator shall utilize the 2"
top openin9 in the tank and shall be mounted on the floor adjacent to the
tank. Finish of the gauge shall be white. The level indicator shall be
similar to Model 7-S-SS (for fluoride, coat with Teflon) as manufactured by
Moormann Bros. Mfg. Co. of Rushville, Indiana or shall be comparable flexible
type where more suitable for the tank furnished. The fluoride tank and the
corrosion control tank also shall have a 3" flange on top for mounting an
ultrasonic level measurement unit (see the specification for
Instrumentation) .
PIPING, FITTINGS, VALVES:
All PVC piping and fittings shall be Schedule 80 Type 1, Grade 1, polyvinyl
chloride (PVC) conforming to the requirements of the Plant Piping Section of
the specifications.
Valves shall be thermoplastic 'ball valves and manufactured of the same PVC
compound as the fittings to assure compatibility. All ball valves shall have
Teflon ball seals and Viton stern and body seals. Ball valves shall carry a
working pressure rating of 150 psi gauge at 730F. The design of all ball
valves shall be such that a union design will be incorporated into each end
of the valve. Ball valves sized ~ inch through 2 inch shall be provided with
socket ends and be equal to Chemtrol TU series as manufactured by Celanese
Piping Syst,ems. All 2 inch ball valves shall have one flanged end and one
socket end and be equal to Chemtrol DE series as manufactured by Celanese
Piping Systems, 'Louisville, Kentucky.
Fill Stations: A permanent fill station shall be constructed proximate to
each of the two tanks and shall be fitted with quick couplers. Quick Coupler
Adaptors and caps for making quick connections shall be Kamlok 633A and 634B,'
respectively or equal. Adaptor for corrosion control shall be stainless
steel; for hydrofluorosilic acid: Hastelloy.
OVERFLOW RECEPTOR:
A 50 gallon overflow container shall be provided for each system. The drum
shall be suitable for the chemical system and shall have a ported removable
top. The overflow drain from the tank shall be piped to but not connected to
the recepto:r.
Pipe Installation
solvent welding,
recommendat,ions.
Installation practices, including support spacing and
shall be in compliance with the manufacturer's printed
Valve sterns shall be positioned up.
Insulation: All exposed exterior liquid lines shall be insulated with a
flexible fe.amed plastic insulation not less than ~ inch thick. Insulation
shall be closed cell with a "K" factor of not more than 0.26 at 700F mean
temperature. Insulation shall be furnished in tubular form and applied to
the pipe ....Iith longitudinal seams and butt joints sealed 'with adhesive.
Insulation shall be sealed vapor tight at walls and ceilings. ,Fittings and
valves shal.l be insulated with fitting covers fabricated from insulation
materials i.n accordance with recommendations and template patterns of the
insulation Jnanufacturer. All joints in the fitting covers and joints between
fitting covers and, adjacent pipe insulation shall be sealed with adhesive.
'ZEL, ENGINEERS
9905-03 Tl3.doc
T13-4
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T13
CHEMICAL STORAGE TANKS AND ASSOCIATED EQUIPMENT
Insulation shall be furnished with four coats of Weatherproof Plastic
reinforced with glass mesh. Glass mesh shall be embedded in the first and
third coat while wet. After the insulation is complete and dry, it shall be
painted. Insulation shall be Armstrong Armaflex 22, with 520 Adhesive, and
Armstrong Weatherproof Plastic, or equal.
SUBMITTALS:
Five (51 sets of detailed shop drawings, catalog data, and installation
instructions for all tanks, piping and equipment shall be submitted to the
Engineer for approval. Shop drawings are to include critical dimensions,
fitting locations, construction materials and certification of approved
chemical U:3age in this application. Fabrication of the tank shall not
commence until shop drawings are approved. Five (51 copies of operating and
maintenance instruction bulletins for each type of equipment shall be
furnished, and such bulletins-shall include a parts list.
STERILI ZATI<)N:
The tank and piping installed in this contract shall be sterilized by filling
the tank with water to which enough chlorine, either as high test calcium
hypochlorit,e or liquid chlorine, to produce a minimum concentration of 50
milligrams per liter (mg/.11 throughout the tanks. After the tank has been
standing full for 24 hours, the solution shall be tested and shall show a
minimum chloFine concentration of 10 mg/1 and zero coliform bacteria. The
chlorinated water shall then be appropriately wasted. The tank and piping are
to be sealed after meeting this requirement.
WARRANTY:
The tank, equipment and pl.pl.ng furnished and installed by the Contractor
shall be guaranteed by the Contractor against all defects in materials and
workmanship for a period of one year and warranted for three years from the
date of final acceptance. The Contractor shall be obligated to replace all
parts and accessory construction proved defective within one year at no cost
to the Owne:c.
PAYMENT:
No separate payment will be made for the work covered by this section of the
specifications. All costs involved shall be included in the lump sum Bid for
the completed work.
'ZEL, ENGINEERS
9905-03 T13 .doc
T13-5
I
I '
.
I
I
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION T14
PUMPING EQUIPMENT
SECTION T-14 - PUMPING EQUIPMENT
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, materials, and appliances and in performing all
operations in connection with furnishing, installing, testing, and the
initial opE!ration of the pumping equipment, complete with all appurtenances,
in strict accordance with this specification and the applicable drawings and
subject to the terms of the Contract.
GENERAL:
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufacturers who are regularly engaged in the production of equipment of
this type, and who have produced such units which have been in satisfactory
and successful water works operation for a period of at least five years. .
Equipment E:ubmittal: The plans show the extent and general arrangement of the
equipment and may be modified as required to suit the equipment furnished,
subject to the approval of the Engineer. As soon as practicable, and not
later than 30 days after the award of the Contract, the Contractor shall
submi t the following descriptive literature and drawings for all equipment
being furnished under this section of the specifications:
1. Certified sectional and dimension drawings.
2. Certified performance curves showing head, flow, Bhp, Hydraulic
efficiencies, and NPSHR.
3. Certified data on motor giving following information:
. Full load amps.
. Locked rotor amps,.
. Full load rpm.
. Efficiency at full, %, and ~ loads.
. Power ractor at full, %, and ~ loads.
. Sound pressure at operating point, DBA.
4. Equipment and Piping Installation Drawings: Five sets showing complete
details of the installation and any necessary changes in arrangement,
piping, etc., from that indicated on the plans.
5. Equipment, Specifications, Outline Dimension Drawings, Wiring and/or
Piping Diagrams: Five sets for each item of equipment being furnished.
6. Operation and Maintenance Instructions:
equipment being furnished.
Fi ve sets for, each item of
'ZEL, ENGINEERS
9905-03 T14 Pumping Equipment. doc
T14-1
I
Ie
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T14
PUMPING EQUIPMENT
PUMPS:
Furnish fc.ur (4) vertical lineshaft turbine pumps meeting the following
performance requirements. The pump's electric motor shall be capable of
operation on 460 Volts, three (3) phase, 60 Hz service. The pumps shall be
Goulds 14R,JMO or an equal product of: Fairbanks Morse, Pee_rless, Patterson,
or IngersoJ,I-Dresser.
Capacities (GPM)
2,200
1,850
,Shut Off
TDH (Feet)
259
337
488
Minimum Efficiency (%)
80%
82%
Referenced Standards:
American Iron & Steel Institute (AISI)
American Society for Testing'and Materials (ASTM)
Factory Mutual (FM)
Hydraulic Institute Standards for Pumps (HI)
National Fire Protection Association (NFPA)
National Electrical Code (NEC)
National Electrical Manufacturers Association (NEMA)
Anti-Friction Bearing Manufacturers Association (AFBMA)
Institute of Electrical and Electronic Engineers (IEEE)
Warranty:
The pump manufacturer shall warrant the pump and motor to the PURCHASER
against defects in workmanship and materials for a period of three (3) years
under norma.l use and service for municipal applications. In the event that
the equipment should fail' to perform in accordance with the purchase
contract, or proves defective.' modifications or additions shall be promptly
made by the Vendor at no cost to the Purchaser. In the event that the Vendor
is unable to modify the equipment to meet performance guarantees, the
purchaser shall have the option to return the equipment to the Vendor for a
fuli refund of the purchase price. The pump manufacturer's warranties shall
be in published form and shall apply to all similar units. The warranty
period will begin on the day that successful test runs of the equipment is
performed. A copy of each warranty shall be provided to the PURCHASER with
delivery.
The performance of any or all pumping units shall be guaranteed at the
specified pumping conditions. The total horsepower required by the pumps
shall not be in excess of that indicated by the results of the manufacturer's
shop test.
A pump exhibiting excessive vibration, noise levels, or wear under normal
service during the warranty period will be considered defective.
Accept~ble Manufacturers:
All products must fully comply with these specifications. Standard product
must be modified, if required, for compliance. All pump components shall be
supplied by the manufacturer of the pump.
'ZEL, ENGINEERS
9905-03 Tl4 Pumping Equipment.doc
T14-2
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
\1
SECTION T14
PUMPING EQUIPMENT
Pump Construction:
Length of the Pump and Motor Assembly: The overall length of the entire pump
assembly sh.all be such that the entire assembly can be lifted out of the pump
can using the hoisting equipment supplied in the HOISTING EQUIPMENT section
of these specifications. It shall be the responsibility of the Contractor to
coordinate with the manufacturers of the Hoisting Equipment and Pumps to
ensure ade~~ate clearance to remove the pumps without disassembling the motor
from the pump. The vertical location of the pump bowls shall be determined
by the manufacturer and coordinated with the location of the can suction
shown on the drawings. The can suction elevation may be modified with
engineer approval.
Discharge Head: Pump shall be supplied with a surface discharge head of
fabricated steel having flanged'discharge opening faced and drilled to match
AWWA CllS flanges. The top diameter of the discharge head shall be NEMA
Standard and of such diameter as to match the diameter of the motor base.
Tapped dra:Ln opening shall be provided in the discharge head. The head'
design shall allow for easy access to the mechanical seal. The head
baseplate shall be flanged and faced to match the 24 inch diameter AWWA C11S
flange of the pump can. The thickness of the base flange shall be siZed by
the pump manufacturer to adequately support the full weight of the entire
pump assembly, but shall be at least 2 inches in thickness.
Seals: Each pump shall be provided with a water flush or dripless stuffing
box type :;:eal. The packing material shall be a commercially available
graphi ted synthetic material.'
Suction Case, Intermediate Bowls a'nd Discharge Bowl:' shall be of at mJ.nJ.mum
ASTM A48 Class 30 cast iron with smooth surfaces devoid of blow holes and
other irregularities.
Impellers: The impellers shall be of bronze, of the enclosed type and
dynamically balanced. They shall be securely fastened to the impeller shaft
with tapered split collets or lock nuts. The impellers shall be adjustable
vertically by means of an adjusting nut located at the top of the driver.
Pump Shaft: The impeller shaft is to"be turned and polished stainless steel
having a chromium content of not less than 12%. It shall' be supported by
bearings above and below eachimpeJ,ler. The suction case bearing is to be
bronze and permanently packed with special water resistant lithium-base
grease. A bronze sand collar shall be locked to the impeller shaft to
protect the: suction case bearing. Intermediate bowl bearings are to be
lubricated by the water being pumped and shall be of bronze.' The size of
each shaft shall be ample to transini t the horsepower required by the pump.
The pump shaft coupling shall be an adjustable flanged or spacer type to
allow removal and replacement or repair of the mechanical seal. without
disturbing the driver.
Lineshaft: Each lineshaft shall be turned and polished stainless steel
having a chl:omium content of not less than 12%. The lineshaft shall be sized
by the manU)~acturer but not less than 1.69 inches in diameter. The shaft for
'ZEL, ENGINEERS
9905-03 Tl4 Pumping E:quipment.doc
T14-3
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T14
PUMPING EQUIPMENT
each pump shall be furnished in interchangeable sections having a nominal
length of not over 10 Ft. The butting faces shall be machined square to the
axis of thE: shaft. The lineshafts shall be coupled with steel couplings and
shall have a left hand thread to tighten during pump operation. Each shaft
shall be provided with a non-corrosive sleeve of 316 stainless steel at the
location of each guide bearing.
Lineshaft Bearings: The bearings shall be designed for vertical turbine pump
service to be lubricated by the liquid being pumped. - They shall be mounted
in bearing retainers which shall be held in position in the column couplings
by means of the butted ends of, the column pipes. The bearings shall be
spaced at intervals of not more than 10 ft.
Discharge Column Pipe: Column pipe shall not be smaller than 10" nominal
diameter. The pipe shall be furnished in interchangeable sections having a
nominal length of 10 feet; and shall be connected, by steel flanges with
double fillet welds. The column pipe shall have a wall thickness of at least
0.279 inches. The column length shall be at least 18~nches.
Suction Manifold: A bell type suction manifold shallqbe affixed to the bottom
bowl.
'Strainer: A hot dip galvanized steel basket strainer shall be furnished with
the pump. The basket shall have a net inlet area of not less than four times
the suction inlet area to the impeller section.
MOTOR:
Each pump motor shall be vertical hollow shaft typ~, open Weather Protected
Type 1 com:truction. The motor shall be sized to operate the pump through
specified capacity range without exceeding rated horsepower. Motors shall be
built to form an integral part of the pump discharge head assembly and shall
be high thr;!lst design having a thrust bearing designed to carry the weight of
the rotating parts of the pump, including the unbalanced thrust of the
impeller. Motor, insulation shall be Class F with Class B temperature rise.
Frame, end brackets, and conduit box shall be of cast iron construction.
Motor shall be NEMA frame size with "P" base, NEMA Design B, and shall be
designed to meet NEMA MG-1, MG-13, and IEEE 841 standards where applicable.
Motor shall be equipped with a ,non-reversing ratchet. Pump motors shall
operate on 480 volts, 3 phase, 60 Hertz power, sha).l have a 1.15 service
factor, and shall be of the energy efficient design'. Motors shall be as
manufactured by U.S. Electrical Motors or equal approved by the Engineer.
PAINTING:
All pumps, motors, bases, and auxiliary equipment and accessories shall be
shop painted with the manufacturer's complete paint" system' which shall be
certified by the manufacturer as suitable for the' use and environment in
which the equipment shall be placed. The manufacturer shall provide a color
chart showing the finish coat colors normally available for his equipment,
and the Engineer shall select the finish coat color.paint for each fype and
color used on his equipment.
'ZEL, ENGINEERS
9905-03 T14 Pumping Equipment.doc
T14-4
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T14
PUMPING EQUIPMENT
PUMP FOUNOJ~IONS AND SETTING:
All pumpinq equipment shall be set, aligned, leveled, and grouted in place
and such \Ii'ork shall be approved by a responsible representative (s) of the
manufacturE~r of the pump. The Contractor shall utilize certified shop
drawings which have been approved by the Engineer to coordinate placement of
anchor bol t:s and construct the foundation pad on which the pump base will be
grouted in place.
SPECIALTIE~: :
Pressure Gauges: shall be furnished and installed in the discharge piping of
each pump upstream of the electric check valve. The gauges shall be bronze
tube Bourdon type with 3-1/2 inch dials, 0 to 250 or 0 to 300 psi scale. Each
gauge, shall be installed with snubber and gauge cock and shall be Ashcroft
Model 1010 or equal.
Pressure Svli tches: shall be furnished and installed in the discharge piping
of each pump upstream of the electric check valve. The switch shall be
interfaced with the pump controls to prevent the check valve from opening
until the pump produces sufficient pressure. The pressure switch shall be
industrial grade consisting of a switch unit and a transducer unit. The
pressure switch shall have high accuracy with repeatability of +/- 1% of the
full operating range. The deadband shall be adjustable, independent of the
set and reset points, over the full operating range. The switch shall have
external adjusting nuts and externally visible pressure scales in psi.
The electr:Lcal chamber shall be separate from the pressure and adjusting
chamber. The switch shall be vibration resistant and capable of withstanding
high pressure surges. The switch shall be mountable in any position. The
pressure gauge and pressure switches shall share a common tap.
Condui t hubs shall be provided for making conduit connections. The SPOT
electrical contacts in the switch unit shall be rated for at least SA at 250
VAC and shall be enclosed in NEMA 4 watertight enclosure. The pressure
transducer unit shall consist of a brass body and a Buna "N" diaphragm
suitable for sensing pressure in filtered water.
The operating range of the pressure switch shall be 13-300 psi with an
overrange rating of 600 psi. The pressure switches shall be ASCO Tri-point
Series SA, or approved equal.
TESTS:
Shop Tests: Certified, witnessed performance tests for each pump assembly
shall be p'~rformed in accordance with the latest Hydraulic Institute Test
Standards. Five (5) copies of the laboratory data sheet and certified
performance curves shall be provided with the bid.
Field Test: After all pumping equipment and controls are' installed, the
Contractor shall conduct, in the presence of the Engineer and responsible
representatives of the manufacturer of the pumps, acceptable test runs
covering th,~ full range of operating cond~tions for each pump. Acceptance of
'ZEL, ENGINEERS
9905-03 T14 Pumping Equipment.doc
T14..,.5
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T14
PUMPING EQUIPMENT
the equipment shall be predicated upon satisfactory operation during these
field test::;. The Contractor shall furnish all equipment, labor, materials,
and powE;lr and bear all costs of the 8 hour test run of each pump.
TOOLS AND PARTS LISTS:
Tools: The Contractor shall be responsible for furnishing any special tools
or lubricating devices required to perform maintenance on the pumping
equipment. Fi ve copies of printed instructions for lubrication or other
preventive maintenance operations shall be furnished.
Parts Lists: showing each component part of the pumping unit
furnished. Five copies of the parts list and operations manual
furnished.
shall be
shall be
PAYMENT:
No separate payment will be made for the work covered under this section of
these specifications. All costs in connection therewith shall be included in
the lump SLm bid for the completed work.
'ZEL, ENGINEERS
9905-03 T14PumpinQ' Equipment.doc
T14-6
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION TIS
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor and material, and in performing all operations in connection
with the installation of the plumbing, heating, ventilating, and air
conditioning in strict accordance with this section of the specifications and
the applicable drawings, and subject to the terms and conditions of the
Contract.
PERMITS, INSPECTION FEES, ETC.:
The Contractor shall obtain at his own expense, all necessary permits required
for the pJ~oper prosecution of the work covered by this section of the
specifications. Further, he shall comply with code requirements of any and all
municipal, county and state agencies having jurisdictional authority in
connection with this work and shall deliver to the Owner, without charge, all
certificates of inspection issued by the inspecting authorities.
DESCRIPTION:
This work consists of furnishing fixtures, and the hot and cold water supply
and piping to supplement the plant and yard piping; drainage piping of the
buildings and underground boxes; and all heating, air conditioning and
ventilating equipment for the water plant. The work includes fixtures and
piping at the chemical feed buildings, at the main building, and the
underground boxes.
Heating for the buildings will be by electric unit heaters and wall heaters;
ventilation will be provided by exhaust ventilators and motor operated inlet
louvers; air conditioning for the office and lab is by through the wall heat
pumps, and by a split system air conditioning unit for the Electrical Equipment
Room.
GENERAL:
Drawinqs: The drawings show the general arrangement of all piping and
equipment; however, where local conditions necessitate a rearrangement, the
Contractor shall submit the proposed rearrangement for approval. Because of
the small scale of the drawings, it is not possible to indicate all offsets,
fittings and accessories which may be required. The Contractor shall carefully
investigate the structural and finish conditions affecting all his work and
shall arrange such work accordingly, furnishing such fittings, traps, valves,
and accessories as may be required to meet such conditions.
Cuttinq and Repairinq: The work shall be carefully laid out in advance and any
cutting of construction shall be done only with the written permission of the
Engineer. Cutting shall be carefully done and damage to building, piping,
wiring or equipment as a result of cutting for installation shall be repaired
by skilled workmen of the trade involved, at no additional expense to the
Owner, as part of this Contract.
Intent: The drawings and specifications are intended to cooperate and should
any items be specified and not shown on the drawing, or vice versa, which are
'ZEL, ENGINEERS
9905-03 1-15
TIS-I
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
~
I
I
SECTION TIS
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
necessary for the completion of the system, they shall be furnished by the
Contractor the same as if shown on both.
Workmanship: The complete plumbing, heating, ventilating and air conditioning
systems shall be installed in a first class workmanlike manner in the best
general practice of the trade.
Material and Equipment: All material and equipment shall be new, and equipment
intended for incorporation in this work shall be submitted to the Engineer for
approval prior to purchase or fabrication.
Material List: As soon as practicable, after award of the Contract, the
Contractor shall submit for approval in quadruplicate, the names of
manufacturers, catalog number or trade name of all items of material and
equipment as noted in these specifications or on the drawings. This list shall
include all items not noted, which are necessary to the installation of the
material and equipment. The Contractor shall also submit his requirements for
size and location of all masonry openings.
EXCAVATING, TRENCHING AND BACKFILLING:
Excavating, trenching and backfilling shall be in accordance with Section T-2
of these specifications.
SAFETY PROVISIONS:
All belts, gears, chains, sheaves, couplings, projecting set screws, keys and
other rotating or reciprocating parts shall be enclosed or properly guarded.
All overflows, relief valve discharges, etc., shall be piped to a point of safe
discharge.
PIPE SLEEVES, PIPE HANGERS, AND PIPE SUPPORTS:
Pipe sleeves, pipe hanqers, and pipe supports shall be furnished and set, and
the contractor shall be responsible for their proper and permanent location.
Pipe will not be permitted to pass through footings, beams or ribs, unless
noted on the drawings.
Pipe sleeves shall be installed and properly secured in place at all points
where pipes pass through masonry or concrete, except unframed floors on earth.
Pipe sleeves, except sleeves in footings, shall be of sufficient diameter to
provide approximately 1/4 inch clearance around the pipe, and in the case of
insulated pipe, 1/4 inch clearance around the insulation. Pipe sleeves in
footings shall be of cast iron or steel pipe and shall be suitably larger in
diameter than the pipe to be installed. Pipe sleeves in walls and partitions
shall be of cast iron or steel pipe. Annular space between pipe and sleeve
shall be sealed with mineral wool and pensil 100, or equal.
Pipe Hanqer.s, Inserts and Supports: Hangers shall be forged steel clevis type
and provid~d with turnbuckles or other approved means of adjustment. Chain,
strap, perforated bar or wire hangers will not be permitted. Except as
otherwise shown, cast iron pipe shall be supported at 5 foot intervals, steel
pipe at 10 foot intervals, and copper pipe at 6 foot intervals. Copper plated
hangers sha,ll be used on copper pipe. '
'ZEL, ENGINEERS
9905-03 T-15
T15-2
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION TIS
PLUMBING, HEATING, VENTILATING AND, AIR CONDITIONING
FLOOR, WALL AND CEILING PLATES:
Where expoHed pipes pass through ceilings, floors or finished walls, they shall
be fitted with chromium-plated cast brass plates on chromium-plated pipe, or
with cast iron or steel plates on ferrous or copper pipe. Plates shall be
large enou~rh to completely close the hole around the pipes and shall be square,
octagonal, or round, with the least dimension not less than 1-1/2 inches larger
than the outside diameter of the pipe. Plates shall be secured in an approved
manner.
WATER PIPE, FITTINGS AND CONNECTIONS:
Pipe and Fittinqs:
Copper Pip~: All pipe 1-1/4" and smaller required for cold water shall be
copper wat,=r tube, Type "L" hard temper above ground, and TyPe "K" below
ground, with cast bronze or wrought copper solder type fittings. Threaded
adapters ar:d IPS brass nipples shall be provided as required for connection to
fixtures an.d equipment. Dielectric unions shall be provided where copper pipe
connects to pipe or equipment of other metals.
PVC Pipe: Chemical and water piping, 2" diameter, shall be schedule 80 PVC.
Joints:
Soldered Joints: Joints in copper water tube above ground shall be made with
soft solder. Tube shall be cut square and burrs removed. Outside of the tube
and inside of the fitting shall be cleaned bright and fluxed. Fitting shall be
heated evenly until proper soldering temperature is reached. Solder shall be
fed into the joint until a ring of solder appears at the end of the fitting.
Soft solder shall be lead free, flux shall be non-corrosive. Soldered joints
in copper water tube below ground shall be made with hard solder, Phoscopper,
Silfos, or equal. Flux shall be as recommended by the manufacturer.
Screwed Joints: All threaded joints shall have American National Taper Pipe
Thread ANSI B2.1. Pipe ends shall be reamed or filed out to the full size of
the bore ar,d all burrs, chips and cuttings shall be removed. Joint compound
shall be applied to the male thread only. Joint compound shall be teflon tape,
or equal.
Gate Valves on Copper Pipe: Gate valves on copper pipe shall be 150 pound
bronze, union bonnet, rising stem, solid wedge, sweat-end, Milwaukee 1169 or
equal.
Globe Valves: Globe valves shall be 150 pound SWP, cast bronze, rising stem,
union bonne:t, sweat end, with "Buna-N" disc, Milwaukee 1590, or equal.
Sillcocks shall be automatic draining, freeze-less type with vacuum breaker-
backflow pr,=venter, Woodford Model 27, or equal.
Backflow Preventers shall bea double check valve type; Two 2" BfPs shall be
furnished., Body shall be bronze with replaceable seats and discs, ball type
test cocks" quarter turn full port, resilient seated bronze ball shut off,
'ZEL, ENGINEERS
9905-03 T-15
T15-3
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T1S
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
bronze strainer, A.S.S.E. Standard No. 1015, A Standard No. C510-89, Watts No.
007 QT-S, or equal.
Pressure Rl:!ducinq Valve shall be bronze body, nickel alloy seat, renewable disc
with built-in strainer, Watts No. 223S, or equal.
Pressure Relief Valve shall be bronze body, screwed pattern, bronze trim,
Consolidatl:d No. 1479, or equal.
Water MeteE shall be a single register compound type 2" 'meter having accuracy
at low flews as well as flows up to 100 gpm. The meter shall be direct or
magnetic drive type in a threaded type single cast bronze body. It shall be
the standard product of Water Specialties or shall be the comparable product of
Rockwell International, Sparling, Kent, Badger, Corad, or equal. The meter
shall have a 5 year warranty against defective materials and workmanship. The
meter shall be fitted to provide for remote readout as well as direct reading
in gallons. The numerals shall be 3/16" in height and readable up to 450 from
vertical. The unit also may be furnished as a close coupled part of the
adjoining backflow preventer.
BALL VALVES:
Ball Valves shall be thermoplastic type of PVC by Chemtrol of Celanese or
equal, anc: shall be compatible with the associated piping and the liquid
carried. Ball valves shall have Teflon ball seals and viton stem and body
seals; the valves shall carry a pressure rating of 150 psi gauge at 7SoF. In
line valves shall be isolated by unions; valves connecting to wall pipes and
inj ection point fittings shall have flanged or screwed ends to match the
connection point.
QUICK COUPLERS:
A quick coupler shall be provided at each chemical injection point to make the
connection between the ball valve and the flexible chemical feed line. The
coupler shall be type 316 stainless steel, McMaster-Carr Supply Co. Nos.
S57SKll and SS76Kll or comparable product.
Hose Bibbs shall be vacuum breaker-backflow protected wall faucets, Woodford
Model 24, or equal.
Unions on Copper Pipe:
Unions on copper pipe shall be copper to copper, ground joint, sweat end, Nibco
No. 733, OJ: equal.
Dielectric Fittinqs:
Dielectric fittings shall be designed to eliminate metal to 'metal contact
between cepper pipe and other metallic pipe or equipment, Epco Dielectric
Unions, or equal.
Pressure qauqes shall be bronze bourdon tube type, 4-1/2 inch diameter, 0 to
160 psig, i\shcroft 1010, or equal.
'ZEL, ENGINEERS
9905-03 T-15
TlS-4
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
'-
I
I
SECTION TIS
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
INSULATING AND HEAT TRACING:
The requirE!ments for insulating and heat tracing of chemical solution lines are
specified in section T6 of the specifications. Where water lines are extended
outside pr,;)tected or heated areas they shall be similarly heat traced and
insulated.
WATER HEATE:R:
Water heater shall ~e an electric, 240 volt, single phase, with glass lined
steel tank. Tank shall be insulated with fiber glass blanket insulation and
enclosed in a sheet metal jacket with baked enamel finish. Heater shall have a
magnesium anode accessible for replacement, and a heat resistant dip tube.
Heater shall have immersion type heating elements. Heater shall have surface
mounted thermostat, high energy cut-off, and a temperature and pressure relief
valve meeti.ng the requirements of ANSI Z21. 22. All tank openings shall have
welded couplings or forged flanges. Heater shall comply with Underwriter's
Laboratory Standard No. 174 and shall have the Underwriter's label. Standby
heat loss of the heater shall not exceed 4w/sf of tank surface area. Heater
shall be a Hubbell E40, or equal. Relief valve shall be piped to a point of
safe discharge.
FLOOR DRAINS:
Floor drair"s shall be Josam Model #36600 with 10" Nikaloy Round top and 4"
outlet. Floor drains of the lime slurry building shall be Josam Model #38424,
14" Nikaloy round top, with sediment bucket and side outlet. For the fluoride
building, the cover of the. floor drain shall have a 10" nominal diameter
stainless steel cov~r. All drains shall be connected with 4" diameter cast
iron soil pipe.
PLUMBING FIXTURES:
General: Rfeferences made to catalog numbers of plumbing fixtures are to be the
products of Kohler Company unless otherwise indicated. The use of' Kohler
Company figure numbers is for the purpose of indicating the style and quality
of the fixtures to be f~rnished and does not exclude furnishing fixtures of
other manufacturers which are of equal quality and similar in design. All
fixtures shall be White. All exposed fittings, trimmings and connections shall
be chromium' plated with polished surfaces.
Fixtures:
Water Closet: Fixture No. K-3422 - Vitreous China, elongated bowl, l.~ gallon
flush tank, K-46S2, white seat with cover.
.
Lavatory:. Fixture No. K-2023 - Vitreous China, wall hung lavatory, size 16X18
inches; K-15012-2 lavatory faucet K-7437-K; perforated drain with 1-1/4 inch
tailpiece; J~-7606 P-angle supply with stops and annealed vertical tube risers
on hot and Gold water; K-8998, 1-1/4 inch cast brass P trap with cleanout plug
and tubing outlet.
Shower:
shower,
"F'ibersheen" Model 3636INS: One piece FRP coated galvanized steel
siz(~ 36X36. Shower shall be institutional quality. Floor shall be
'ZEL, ENGINEERS
9905-03 T-15
T1S-S
I
..
I
'I
I
I
I
I
I
-'
I
.1
I
I
I
I
.~
I
I
SECTION T15
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
white mold,~d polyester with slip resistant finish and stainless steel drain
body with removable strainer plate. Shower shall be complete with brass valve
with chromE~ plated, handles and shower heat, soap dish, curtain rod, curtain
hooks, and heavy plastic curtain.
Janitor's Sink: Fixture No. K-67l6 cast iron service sink; K-8937 stainless
steel rim quards; K-8906 service sink faucet K-6673 standard trap; and K-6673
Hangers.
Laboratory Sample Sink: with supply fittings are specified elsewhere; stops,
traps, connections are required under this section of the Specifications.
Traps shall be polypropylene, Lab-Line/Enfield W50l with adapters as required,
or equal.
Safety shower and eyewash unit shall be Haws #8111FP with Haws #7433P eyewash,
with stainless steel push flag activation; the eyewash receptor is 11" diameter
stainless steel, bright finish exterior.
Kitchen Unit: the kitchen unit is being furnished under another section of the
specifications. Plumbing connections are to be provided complete under this
section, including K-7606 angle supply stops and annealed vertical tube risers
on hot and cold water, and K-8998, 1-1/2" cast brass P trap with cleanout plug
and tubing outlet.
ELECTRIC HEATERS:
Unit heaters shall be provided for the pump room. Heater cabinets shall be
steel with baked enamel finish and the heating elements shall be high mass
steel finne:d tubular type. Fan motors shall be totally enclosed with sealed
bearings. Heaters shall be complete ,with thermal overload protection, terminal
panel, magnetic contactors, transformer, built-in power disconnect switch, and
wall brackets for vertical mounting. The units shall be listed by
Underwriters' Laboratories, Inc. and shall be Chromalox as designated or the
comparable product of Markel, or equal.
Wall Heater's for the chemical area shall be convection type with stainless
steel strip heating element, and heavy gauge perforated steel enclosure. All
metal parts, except the stainless steel heating element, but including the
terminal connection -shall be coated for corrosion protection, Heresite baked
phenolic. Heaters shall be Chromalox Type H, or equal.
Wall heater for the restroom shall be similar to above without the corrosion
protection, but with a built in adjustable thermostat, and shall be Chromalox
Type HVT, 0:1::" equal.
Heatinq Controls: Unit heaters and wall heaters, except restroom heater, shall
be controll.ad by weather-proof thermostats. Thermostats shall be heavy duty,
line voltag;:, snap-acting, SPOT, range 400 to 1000 F. Thermostat case shall be
sealed with a neoprene gasket, and the knob opening closed with a lubricated
"a" ring. Thermal bulb shall be nickel-plated and shielded from damage.
Thermostat shall be a Chromalox WCRT-lOO, or equal. Thermostats shall' be
installed 5 feet above, the floor.
'ZEL, ENGINEERS
9905-03 T-15
T15-6
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
~
I
I
SECTION TIS
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
,
, I
Refer to the elelctrical drawings for locations and wiring detail~ for heaters
and thermo1ltat.
THROUGH-THE-WALL HEATING AND AIR CONDITIONING UNITS:
The units shall be self contained console through-the-wall type Heat pumps.
Unit shall be furnished with an 18 guage galvanized steel wall sleeve and clear
anodized aluminum exterior louver. A dark anodized aluminum intake collar
shall be furnished to frame the louver. Unit cabinet shall be 18 guage steel
with removclble panel for access to filter. Filter shall be throw-away type. A
wall guard flange shall be furnished to conceal the j oint between the wall
sleeve and the interior wall. The unit chasis shall consist of a compressor,
outdoor fan(s) and coil, rooms ide fan(s) and coil, and limiting co~trols. This
section shall be completely assembled and factory tested prior to shipment.
The compre~:sor shall be hermetically sealed and vibration isolated. Indoor and
outdoor coils shall be seemless copper tube with aluminum fins.' Unit shall
have a manual damper with adjustment at the damper. The auxili1ary electric
heating elements shall be wire type with integral high temperature cutout and
shall be protected with a metal safety screen. Thermostat shall be unit
mounted with manual change over from heating to cooling. Operating control
shall be me.rked "OFF-HEAT-COOL", and roomside fan shall run continuously except
when the unit is off. The unit shall be TRANE #PT4A150, 14,70b BTUH, with
auxiliary Ellectric heat coil, or equal and shall operate on 208 v;olts, single
phase power..
AIR CONDITIONING SYSTEM FOR ELECTRIC EQUIPMENT ROOM:
Air conditioriing system shall consist of a self-contained air conditioner and
an outdoor condensing unit., Units shall operate on 480 volts, 30 ,power.
Indoor Unit:
The indoor unit shall contain cabinet, evaporator, compressor and refrigerant
circuit, vibration isolation, filters, 3 directional discharge head, return air
grill, and self-contained control. System shall provide capacity of 30,000
BTUH at ARI conditions, and shall be a model SRUB-3 as manufactured by Trane,
or an approved equal.
!
t
Cabinet exterior panels shall be fabricated from IS-gauge i zinc-coated
galvanized steel.' The unit exterior shall be cleaned, phosphatized and painted
with an air dry enamel finish. The fan and compressor sectiqns shall be
insulated with 3/4-inch of I-lb. density fiberglass insulation. 1
The unit shall be provided with temovable panels to allow servi1e acces~ to
compressor, condenser, fan motor and bearings coils and valves.i Knockouts
shall be provided on both sides of the unit to allow for elect~ical power,
control wiring, piping connections and fan shaft removal. i '
I
Compressor shall have .hermetic 3,600 rpm motor with crankcase heat~r.
!
The evaporator coil shall be constructed ith 3/8-inch 0.0. interna~ly enhanced
, copper tubes expanded into alumin~ fins. Coils shall be fa~toryi leak tested
to 475 psig. The drain pan shall be fabricated of galvanized steel, coated
with corrosion resistant coating.
'ZEL, ENGINEERS
9905-03 T-15
T15-7
I
..
I
I
I
I
I
I
I
,III
I
I
I
I
I
I
"
I
I
SECTION T15
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
Refrigerant circuits shall be completely piped including: filter driers,
distributOJ=s, and thermal expansion valves. The circuit shall be tested,
dehydrated, and then charged with nitrogen at factory. Access valves shall be
provided in the suction and liquid lines.
The compressor shall be mounted on rubber-in-shear isolators for vibration
isolation. Supply fan shall be two forward curved centrifugal-type secured to
a solid steel shaft with permanently lubricated bearings. The drive components
shall include adjustable pitch sheaves and V-belts. The supply fan motor type
shall be (,pen drip-proof with a standard T-frame. The fan wheel shall be
dynamically balanced.
One-inch throwaway filters shall be installed in the unit within the coil
section, accessible from front of unit.
Thermostat shall be a factory mounted cooling only type controller.
Anti~short cycle timer shall be provided to protect the compressor cycling.
Compressor shall be locked out for five minutes when either the thermostat
contacts open or there is a momentary power outage.
Outdoor Condensinq Unit:
Exterior panels shall be fabricated from l8-gauge galvanized steel, and prime
painted.
All necessary controls to run unit fans shall be factory installed. The
control panel shall include fan motor contactor, terminal block connection for
compressor interlock, and 115 volt control power transformer.
Condenser coils shall be seamless 3/8-inch o. D. copper tubes expanded into
aluminum fins and shall include an integral subcooler. Coil shall be leak
tested under water at 425 psig air pressure.
Condenser fans' shall be weatherproof with permanently lubricated motors and
built-in thermal overload protection. Fans shall be direct drive, statically
and dynamically balanced at the factory.
Provide low ambient control for operation down to 200F.
The condensing unit shall bea Trane Model CAUD-3 or equal and shall be by same
manufacturer as the indoor unit.
Refriqerant and Condensate Pipinq shall be type "L" hard Temper Copper tubing,
cleaned and capped for refrigeration service . It shall be insulated with
flexible foam plastic, closed cell insulation 3/4 inch thick with a "K" factor
of not morl~ than 0.27 at 750 F. mean temperature, Armstrong "Armaflex", or
equal. Adhesive used with insulation shali be Armstrong 520, or equal.
Insulation shall be furnished in tubular form and applied to the pipe with
longitudinal seams and butt joints sealed with adhesive. Insulation shall be
continuous through walls and ceilings. Fittings and valves shall be insulated
with fittin.g covers fabricated from insulation materials in accordance with
recommendations and template patterns of the insulation manufacturer. All
'ZEL, ENGINEERS
9905-03 T-15
T15-8
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
~
I
I
SECTION TIS
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
joints in the,fitting covers and joints between fitting covers and adjacent
pipe insulcltion shall be sealed with adhesive. Pipe hangers shall be placed on
the outside of the insulation. A rigid insert shall be placed in the
insulation 0 support the weight of the pipe, and a galvanized insulation saddle
on the outside to protect the insulation. Inserts and saddles shall be in
accordance with the manufacturer's instructions. Insulation on outdoor piping
shall be finished with two coats of WB Armstrong finish over glass mesh fully
adhered to the insulation with Armstrong 520 adhesive.
POWER VENTILATORS:
Power venti.lators shall be direct drive, centrifugal type exhausters with heavy
gauge, alunlinum housing and aluminum wheel. Motor and drive assembly shall be
mounted on rubber vibration isolators. Ventilators shall be complete with
electrical disconnect, integral overload protection, bird screen and gravity
shutter, for operation on 120 volts, single phase, with gravity dampers and
prefabricated curbs.
Prefabricated Curbs for roof ventilators of the chemical buildings shall be
heliarc welded 16 gauge aluminum construction with glass fiber insulation,
premolded 9asket, and damper rack, Greenheck, GPNS, or equal. Curbs for the
sloping roef areas are specified in Section T5A.
DUCT WORK: All duct work" required for the ventilation system shall be
constructed of galvanized steel sheets in accordance with the 3rd Edition HVAC
Duct Construction Standards by the Sheet Metal and Air Conditioning Contractors
National Association. Joints shall be made substantially airtight and shall be
taped with a self-vulcanizing adhesive tape to eliminate leakage. Where ducts
pass through walls or floors, the space between the duct, or duct insulation,
and the opening shall be tightly packed with refractory fiber insulation.
Curved elbows shall have a centerline radius equal to 1-1/2 times the width of
the duct. Air turns shall be installed in all abrupt elbows. Air turns shall
consist of curved metal air-foil blades or vanes, so as to permit the air to
make abrupt turns without appreciable turbulence. Branch duct takeoffs shall
be made by fittings' and adjustable splitter dampers as recommended in the
SMACNA manual.
LOUVERS:
Motor Operclted Louvers shall be dual combination type. The louvers shall
consist of fixed blades and concealed operating blades, fabricated in a single
6 inch deep frame. Head, sills, jambs and mullions shall be one piece
structural aluminum alloy 0.081 inch thick. Fixed blades shall be 0.081 inch
thick alumi.num alloy. Operating blades shall be 0.125 inch thick aluminum
alloy. Louver blades and sills shall be equipped with vinyl gaskets and vinyl
gas,kets shall be riveted to the ends of the blades. Air leakage, when closed
shall not exceed 1.0 c.f.m per square foot of face area at wind velocity of 30
mph. Operating blade pivots shall be 1/2 inch diameter, operating in self-
lubricating nylon bearings. Operating blades shall be actuated by drive arms
concealed in the jambs. Damper operator shall be 120 volt electric motor
mounted on the sill or jamb and connected to the drive arm with appropriate
linkage. Motor shall be two-position spring return, close on power failure.
Damper shall be designed to withstand a 30 pound per square foot wind load. A
1/2 inch mesh, 0.063 diameter wire bird screen with an aluminum frame shall be
'ZEL, ENGINEERS
9905-03 T-15
T15-9
I
..
I
I
I
I
I
I
I
18
I
I
I
I
I
I
\t
I
I
SECTION T15
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
secured to the inside of the louver. Louvers shall have a mill finish and
coated for corrosion protection, and shall have limit switches as required for
operation as specified on the electrical drawings. Louvers shall be
Construction Specialties, Inc. Model 6967 or equal, with EX-170 operating
motor, for 120 volt, single phase power.
Ventilation Control:
The wall ventilators and motor operated louvers. for the pump room shall be
controlled by a wall-mounted thermostat. Thermostat to be a Chromalox
WCRT-100, or equal.
The roof ve,ntilators and motor operated louvers for the chemical area shall be
operated by local switches. The system in the chlorine room shall also be
activated t,y the chlorine leak detector system. Refer to electric drawings for
details.
The exhaust fan for the restroom shall be switched with the light fixture.
PAINTING:
All surfacE!s of metal, pipe, insulation and other equipment furnished under
this section of the specifications which are exposed shall be thoroughly
cleaned of grease, scale, dirt, and other foreign materials before painting.
ELECTRICAL:
Electric motors and other .items of electrical equipment included in this
section of the specifications shall be furnished and installed under this
section. Electric wiring, starters, disconnects and connections to equipment
shall be fu.rnished under the ELECTRICAL Section of the specifications.
OPERATION AND MAINTENANCE INSTRUCTIONS:
The Contractor shall furnish to the Engineer three (3) copies of all shop
drawings, operations manuals, maintenance manuals, and parts lists for all
equipment c.:>vered under these specifications. This data shall also include a
typed list of all items of equipment covered in this section of the
specifications with the manufacturer's name, model number, size and capacity of
each item.
The Contractor shall furnish a condensed list o~ operating, maintenance, and
~afety instructions for the system.
INSPECTION J~ND TESTS:
General: Upon completion of the Plumbing, Heating, Ventilating, and Air
Conditionin9 work, all piping shall be tested for leaks, and all equipment
shall be tested and inspected for capacity and proper operation. All
underground piping or piping to be concealed, shall be tested and approved
prior to backfilling or concealing. All tests shall be conducted in the
presence of the Owner or his authorized representative. The Contractor shall
furnish all instruments, test equipment, and personnel that are required for
the tests.
'ZEL, ENGINEERS
9905-03 T-15
T15-10
I
..
I
I
I
I
I
,I
I
fit
I
I
I
I
I
I
..
I
I
SECTION T15
PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING
Domestic Cold Water: Upon completion of the roughing-in, the water piping
systems shall be tested at a hydrostatic pressure of not less than 100 pounds
per square inch gauge, and proved tight at this pressure. This pressure shall
be maintained for a minimum of 30 minutes. Where a portion of the water system
is to be concealed before completion, this portion shall be tested separately
in a manner described for the entire system. The Contractor is cautioned to
disconnect or remove all equipment and devices not capable of withstanding this
pressure p:r'ior to performing this pressure test.
DEFECTIVE WORK:
If inspection or tests show defects, such defective work or material shall be
replaced and inspection and tests repeated. All repairs to piping shall be
made with new material. No caulking of screwed joints or holes will be
acceptable. Any changes or adjustments required in order to obtain
satisfactory operation of the system shall be made by the Contractor without
additional expense to the Owner.
GUARANTY:
The plumbing, heating and ventilating work furnished under these specifications
shall be guaranteed for a period of one year from the date of final acceptance
against defective material, equipment, and workmanship. Upon written notice by
the Engineer of failure of any part of the system, during the guaranty period,
the affected part or parts shall be repaired promptly with new parts, by and at
the expense of the Contractor.
PAYMENT:
No separate payment will be made for any of the work covered by this section of
the specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T-15
T15-11
I
..
I
I
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances and materials, and in performing all
operations in connection with the electrical work associated with the new
Groundwater Plant 3 complete and in strict accordance with this section of the
specifications, the applicable drawings, and subject to the terms and
conditions of the Contract.
GENERAL:
The Contractor shall be responsible for providing a complete, safe and workable
electrical system.
All components or equipment furnished under this specification shall be new and
unused.
All electrj~cal connections whether made by the Contractor or made by vendors
furnishing equipment packages shall be the responsibility of the Contractor.
All electrical connections shall be checked for proper torque, tension,
compression: or tightness by the Contractor.
All electrical connections determined to need attention shall be corrected by
the Contractor.
Trench excavation for underground conduits and duct banks shall conform to
Section T-2 of these specifications.
CODES:
All electrical work shall be in conformance with the requirements and
recommendations of the latest edition of the National Electrical Code, the
National Electrical Safety Code, and all local codes and ordinances. Materials
shall bear the label of the Underwriter's Laboratories, Inc., whenever
applicable labeling is available for such materials.
STANDARDS:
The latest issue of the specifications and standards of the following
organizations are by reference made a part of these specifications. All
electrical work, unless otherwise indicated, shall comply with their
requirements and recommendations wherever applicable:
Illuminating Engineering Society. (IES)
I;nstitute of Electrical and Electronic Engineers (IEEE)
American National Standards Institute (ANSI)
American Society for Testing Materials (ASTM)
Insulated Cable Engineers Association (ICEA)
National Bureau of Standards (NBS)
National Fire Protection Association (NFPA)
National Electrical Manufacturer's Association (NEMA)
'ZEL, ENGINEERS
9905-03 T16.doc
T16-1
I
..
I
I
I
I
I
I
I
--
I
I
I
I
'I
I
..
I
I
SECTION T16
ELECTRICAL
Underwriter's Laboratories, Inc. (UL)
TESTS DURING CONSTRUCTION:
All tests are to be conducted in the presence of the Engineer and RPR. Prior
to energization, insulation resistance between individual conductors in conduit
and from conductors and equipment windings to ground shall be measured.
Measuremen1:s shall be made using a "Megger" ground tester (500 volts) as
manufacturE!d by the James G. Biddle Company, Philadelphia, Pennsylvania, or
"Vibraground" tester manufactured by the Associated Research Company, Inc.,
Chicago, Ij.linois. Wiring and equipment not measuring up to minimum insulation
resistance required by the Underwriters' Laboratory regulations shall be put in
good condition at the electrical contractor's expense.
All ground connections, ground buses, and equipment ground resistances shall be
read using methods and test devices as manufactured by the James G. Biddle
Company, or equal.
Rotation checks shall be made on all motors before final mechanical connections
are made. Changes necessary to obtain correct rotation shall be performed by
the Contractor.
TESTS OR CHECKS BY INSPECTING AUTHORITY:
The Contractor shall cooperate with cOde-enforcing authorities during
inspections or checks.
PRELIMINARY TRIALS:
The electrical contractor. shall, in the presence of the Engineer or his
authorized representative, run preliminary trials of the equipment connected by
him. TheSE! trials or tests shall consist of, but not be limited to, checking
motor rotation, checking all interlock circuitry for correct operation and
checking all equipment connected by him for proper operation.
FINAL ACCEPTANCE. TESTS AND INSPECTIONS:
After the Niring system is completed, and at such time as the Engineer shall
direct, the Contractor shall conduct operational checks to demonstrate that all
equipment performs in accordance with the requirements of these specifications,
contract drawings and vendor information.
The Contractor shall cooperate with the Engineer in performing final
inspectiom;. Panel covers shall be removed, doors opened, etc. at the
direction of the OAR, to facilitate checks and inspections. All equipment
opened or disturbed shall be returned to operational condition after the
inspection and approval.
TEST RESUL~'S:
All results: from tests, preliminary trials and final acceptance tests shall be
documented by the Contractor and turned over to the Engineer at the completion
of the job. Three copies (minimum) of complete test results are required.
'ZEL, ENGINEERS
9905-03 Tl6. doc
1'16-2
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
'I
..
I
I
SECTION T16
ELECTRICAL
CORRECTIONS:
Any wiring installation or connection errors discovered during the test and/or
trials shall be corrected by the Contractor at his own expense. Any equipment,
materials or components damaged or destroyed as a result of improper
installation or connection by the Contractor shall be replaced by him at his
own expense.
CONTRACT DRAWINGS:
The drawinqs indicate the general arrangement of
drawings. Dimensions for layout of equipment
architectural, mechanical, structural plans or by
specifically indicated on electrical plans.
equipment. Do not scale
shall be obtained from
field measurement, unless
Coordinate electrical work with details, sections, elevations
on architectural, mechanical and structural drawings and
Modify electrical work to conform to requirements of equipment
conditions encountered in serving that equipment.
and plans found
specifications.
being served and
SHOP DRAWINGS, VENDOR PRINTS AND DATA:
Shop Drawir~: The plans show the extent and general arrangement of the
equipment ,,::od may be modified as required to suit the equipment furnished,
subject to the approval of the Engineer. As soon as practicable, and within 45
days after the award of the Contract, the Contractor shall submit the following
descriptive literature and drawings for all equipment furnished under this
section of the specifications:
Five co:)mplete sets of shop drawings, vendor data sheets, wiring diagrams,
etc.
Each submittal item shall be marked to show the specification section and
page nlnribers(s) covering that item, equipment name and number.
Submit,:als for lighting fixtures shall include photometric data and exact
type of ballast and lamps to be used. The Engineer reserves the right to
requir.~ sample fixtures to be submitted for approval.
Record Draw,inqs: The Contractor shall reserve one complete set of electrical
prints for ,as-built drawings. Any approved deviation from the contract plans
shall be recorded on these prints by the Contractor. As-built drawings will
be checked on the last working day of each month for accuracy and
completenesB by the Engineer or his authorized representative.
Documentation: At the end of final inspection, the Contractor shall provide
five sets 0:E complete data on electrical materials ,and equipment used on this
job. This data shall be in bound form and shall include the following items:
A complete table of contents.
Data sheets indicating electrical and functional characteristics of all
deviceB and equipment.
'ZEL, ENGINEERS
9905-03 Tl6. doc
T16-3
I
I.
I
I
I
I
,I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
Copies: of all approved submittals.
Panelboard, switchboard and distribution center circuit directories
reflecting all field changes.
The Contractor shall turn over all as-built drawings (record drawings) to the
Engineer at the time of final inspection.
MATERIALS:
Materials :shall be furnished in accordance with the requirements of this
specification, applicable drawings, agreement and "Codes and Standards" as set
forth hereinbefore.
All material furnished by the Contractor shall be new, without defects and
shall be delivered to the job site in the original cartons or packages.
All material of the same type shall be the product of one manufacturer where
feasible.
Equipment g'rouped together to serve a common purpose shall be the product of
one, manufacturer or supplier (e.g.; lineup of starters, contactors,
controllers, transformers, etc.)
The use of manufacturer's name and catalog number in these specifications is to
define the type and quality of electrical components required. Where possible,
two or morE! sources have been listed., Other manufacturer's products may be
used only with, written approval of the Engineer to assure overall system
compatibility and reliability.
WORK:
The term "\qork" is taken to include "labor, supervision, installation" and
other action needed to complete the electrical system.
All work shall be of the highest quality. No sub-standard work will be
accepted. All work shall be performed by workmen skilled in the trades
involved.
CONDUIT:
All exposed conduit shall be rigid galvanized steel with threaded couplings and
fittings. Thin wall (EMT) conduit shall not be used.
Conduit runs smaller than 3/4" trade size shall not be
may be USE!d for making attachments to equipment
construction, will not accept a larger size conduit.
shall be as short as possible.
used except 1/2" conduit
which, because of its
Lengths of 1/2" conduits
All exposed conduit shall be run at right angles or parallel to structural
members. Vertical runs shall be plumb. Diagonal conduit runs shall not be
'ZEL, ENGINEERS
9905-03 Tl6.doc
T16-4
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
made excep1: with written permission of the Engineer or when conduits are run
below grade: or above ceilings. Below grade runs of conduit shall follow paths
as specified on the electrical drawings.
Conduit runs installed underground in 'or below concrete slabs, below grade in
duct banks, or in concrete walls shall be rigid galvanized steel conduit for
sizes 2" a::ld below. Sizes above 2" may be rigid galvanized steel or rigid
plastic conduit not less that Schedule 40.
All underground conduit runs, whether single or runs in duct banks shall be
encased in concrete with the top of the concrete envelope not less than 24
inches'below grade. The concrete envelope for single conduit runs shall be not
less than 3 inches on all sides while duct banks shall be as detailed on the
plans. Encased rigid plastic conduit runs shall use cemented socketweld
couplings or integral bells on conduit. All underground conduit runs shall be
terminated with rigid galvanized steel elbows and fittings.
Concrete for electrical conduit encasement shall be standard mix with pea
gravel agg:regate, f'c 2000 psi, with admixture to produce red color.
Admixture s:hall be 3% by weight of pure synthetic red iron oxide uniformly
mixed into the concrete.
All cuts on conduit shall be square. Condui t ends shall be reamed after
cutting. Couplings and threaded hubs shall have no less than five (5) full
threads of the conduit engaged and shall be screwed up wrench tight and butted.
Seamless pipe shal'l be used for all bends made in the field. Conduit bends
shall be made, with standard "hick~ys" to prevent kinks or flats in the bends.
The proper size hickey shall be used for each size conduit.
The radius of the curve of the inner edge of any bend shall not be less than
six (6) times the internal diameter of the conduit. All bends shall be
carefully inspected for flaws before installation.
Flexible conduit connections shall be used at all motors or wherever vibration
may make rigid conduit connections impractical. Flexible conduit in non-
hazardous areas shall be flexible metal conduit covered with a polyethylene
jacket. Metallic portion of all flexible conduit shall be bonded to boxes.
Wherever conduits cross building expansion joints, conduit, expansion joints
shall be prc)vided.
The installation of all conduit shall be properly coordinated with the work of
other trades. Field routed conduit paths must be approved by the Engineer
before installation.
,
PULL BOXES:
Pull boxes ;shall be constructed of stainless steel or copper free aluminum of
not less than the minimum size recommended by the National Electrical Code.
Pull boxes :3hall be rain tight, NEMA 3R.
The Contractor shall provide pull boxes where shown on the drawings or as
required by the code, whether shown on the drawings or not. Pull boxes shall
'ZEL, ENGINEERS
9905-03 T16. doc
T16-5
I
..
I
I
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
be approved for use in the area where they are installed. All pull boxes and
junction boxes shall be sized to permit pulling of conductors out of boxes and
feeding back into the boxes without exceeding the bending radium of cables as
recommended by the cable manufacturer.
Pull boxesr junction boxes or suitable conduit fittings shall be provided in
accordance with the following schedule:
Run
Max. lenqth without pull box
Strai9ht
One 900 bend
Two OI' more 900 bends
not over 200 feet
not over 125 feet
not over 75 feet
Conduit runs between outlets shall contain not more than the equivalent of four
(4) quarte.z:' bends.
RACEWAY CLEANING:
The electrical contractor shall be responsible. for cleaning all conduit,
wireways ar!d ducts, both overhead and underground before pulling cables. For
underground ducts, the minimum cleaning shall consist of pulling a flexible
mandril 1/4 inch smaller in diameter than the duct, followed by two passes with
wire brushes the same diameter as the duct and one pass with a swab. The
Contractor must be satisfied that ducts are free of burrs or obstructions which
might damage cables before beginning pul~s. If cables are damaged while being
installed they shall either be adequately repaired in a manner suitable to the
Engineer, or shall be replaced by the Contractor with new cable of comparable
quality and description, at no cost to the Owner.
Underground ducts for all services, including active, spare and telephone shall
be cleaned as specified in this section.
RACEWAY SUP:?ORTS:
"Raceway" is defined as conduit or any other material or equipment used to
enclose or hold cable or wire, such as wireway or cable tray.
The electrical contractor shall provide material and labor to design, fabricate
and install raceway supports.
Raceway sha!ll be installed with at least six
uninsulated hot pipes or other hot surfaces.
enough apart on supports so that the conduit
pulling or splicing wires.
(6) inches clearance from
Condui t shall be spaced far
fittings are accessible for
Raceway shall not be supported from process piping.
All conduit one (1) inch trade size and smaller shall have supports spaced not
more than ei.ght (8) feet apart on horizontal runs and ten (10) feet on vertical
runs. All other raceways shall be supported at intervals not to exceed ten
(10) feet horizontally or vertically.
'ZEL, ENGINEERS
9905-03 T16.doc
T16-6
I
..
I
I
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
Supports shall be provided on each side of conduit bends or elbows and not more
than 3 feet: from any outlet or termination point.
Where 'raceloJay requires support between structural framing members, sui table
supplementa.ry steel members shall be provided by the Contractor to span between
them. Drilling of holes in flanges of structural framing members for hangers
or supplementary steel will be permitted only with the approval of the
Engineer. Under no circumstances shall holes be permitted in the center
portion of any structural member.
Conduit not located in main racks shall be supported in a suitable manner by
one (1) hole malleable clamps, U-bolts, Korns Clamps or similar means.
Perforated strap or plumbers strap will not be permitted.
Raceway supports shall be secured to concrete work by approved expansion
anchors or bolts, or by inserts set at the time the concrete is poured. When
conduit supports or racks are attached to structural members, properly drilled
holes shall be used. Burning of holes in structural steel members shall not be
permitted. Supports or racks may be welded to structural steel members only if
welded areas and cut ends are repaired with Galvalloy or equal.
All structures or supports for raceway shall be constructed for free draining,
such that condensation or precipitation will not be trapped.
WIRE AND CABLE:
General:
Conductors for lighting and power circuits shall not be less than #12 AWG,
stranded copper and conform to the following standards and/or specifications.
Conductors .for control use shall not be less than #14 AWG, stranded copper with
typeTHHN/T!:iWN insulation.
Conductors shall not be smaller than indicated on the drawings nor less than
that requirl~d by the National Electrical Code (NEC).
Solid wire :3hall not be accepted in any service except thermocouple lead wire,
if used. The Contractor shall, at his own expense, replace any solid wire used
on this job with correct type and size stranded wire.
Cables and conductors shall be tagged for identification by the electrical
contractor using printed tape, or equal method, at each end and at all
intermediatH junction, tap or splice points. Use individual wire numbers as
shown on the wiring diagrams and elementaries for all wires so numbered. Use
cable numbers as shown on cable or circuit schedules.
All power wires shall be colored black. Control and lighting" wires shall be
color coded in accordance with the design drawings, ICEA standards or the NEC
if not indicated by the design drawings.
All feeders entering or leav~ng distribution equipment, junction and pull boxes
shall have conductors tagged as to phase identification; i.e., 'A', 'B' 'C' or
'1', '2', '3', and circuit designations.
'ZEL, ENGINEERS
9905-03 Tl6.doc
T16-7
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
Each coil or reel of wire and cable furnished by
shall bear a tag containing the Underwriter's
manufacturer, trade designation and month and year
shall be of recent manufacture and in no case older
the electrical contractor
listing stamp, name of
of manufacture. Material
than six (6) months.
600 Volts and Below:
Wire sizes through #6 shall have THNN/THWN insulation. Wire sizes larger than
#6 shall he:ve XHHW or XHHW-2 insulation as indicated on the drawings.
Insulated 9round conductors shall have THHN/THWN or XHHW green insulation.
Insulation and jacket for single conductor wire and cable shall meet or exceed
UL Standard 83.
Conductors shall be manufactured by General Cable, Okonite, Rome, Cablec or an
approved eq:ual.
Instrument Cable:
Single pair instrument cable shall be 2/c shielded twisted pair rated 600
volts, with #16/AWG stranded tinned copper conductors, PVC insulation with
nylon jacket, tinned copper braided shield, and overall PVC jacket. Cable
shall be Belden No. 9952 or approved equal.
Multi-pair instrument cable shall be similar to above except each pair to
have a metallic foil shield with drain wire and an overall metallic foil
shield. Cable shall be Belden No. 1055A for 2 pair, 1037Afor 3 pair, etc.,
or approved equal.
WIRE CONNECTIONS AND DEVICES:
Wires and cables shall be installed without joints or splices, as far as
practical. Splices, connections and terminations, when needed, shall be made
with approved pressure-type solderless fittings.
Connectors, splices and terminations shall be securely fastened with double
indent tools designed to bring uniform pressure on all sides and shall not
loosen under normal vibration or strain.
Fittings shall be of the correct size for the conductors and strands shall not
be cut from conductors.
Splices, if used, shall be insulated such that insulation will be equal to or
better than the insulation on wires which are spliced.
Installinq 'Wire And Cable:
All wire and cable shall be installed in raceway systems. No wire or cable
shall be installed until the raceway system for that wire or cable is complete.
Wire pulling lubricant shall be used when ,installing wire or cable in raceway
whose length from feeding point to pulling point exceeds 25 feet (except tray).
'ZEL, ENGINEERS
9905-03 T16.doc
T16-8
I
..
I
I
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
Care shall be taken to ensure conductor maximum pulling tension is not exceeded
while pulling wire into conduit.
Installation in Panelboards, Cabinets, Control Panels, Etc.:
Wiring in :such installation shall be neatly formed, grouped and laced with non-
conductive binders.
BOXES, CABINETS AND ENCLOSURES:
Pull boxes shall be supplied in conformance with a prior subsection of this
specification.
Junction boxes, cabinets and other enclosures for electrical materials or
equipment shall be provided as shown on the drawings or as required by the
National Electrical Code.
Size shall be the larger of that shown on the drawings or as required by the
National Electrical Code.
Material shall be stainless steel or copper free aluminum.
All boxes and cabinets installed outdoors shall be of minimum NEMA 3R
construction.
All connections to boxes and cabinets installed outdoors shall be by threaded
hubs or fittings meeting NEMA 3R minimum requirements.
Outlet bOXE!s of a type to suit the intended use shall be installed at the
locations shown on the. drawings.
Location of outlet boxes shall be closely coordinated with the work of other
trades to c:void interferences and provide efficient service to the devices or
equipment served.
Boxes for exposed outdoor use shall be stainless steel or copper free aluminum
material, fitted with covers suitable for the environment in which they are
located.
All supports fabricated for outdoor boxes shall be aluminum or galvanized
steel.
PANELBOARDS:
Furnish and install circuit breaker type lighting and power panelboards as
indicated on the drawings and schedules.
Panelboards shall be of the dead-front safety type employing thermal-magnetic
molded case circuit breakers.
All current'-carrying parts of the bus assembly shall be copper. Main ratings
shall be as shown in the panelboard schedule on the drawings and schedul~s.
'ZEL, ENGINEERS
9905-03 T16.doc
T16-9
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
A steel circuit directory frame and card with a clear plastic covering shall be
provided on the inside of the door. The directory card shall provide a space
at least 1/4" high x 3" long for each circuit. The directory shall be typed to
identify the load fed by each circuit.
SWITCHES, RECEPTACLES AND DEVICES:
All wiring devices shall be of heavy duty industrial grade or hospital grade
construction.
Wiring connections shall be made only via looping conductors around terminal
screws. Dl~vices employing only "slip-in" wire connections shall not be used.
(Compression type connections are permitted with power receptacles and plugs.)
Devices shall be held securely, in place by threaded screws attached to outlet
boxes. Devices shall, in no way, depend on cover plates for support.
Wiring devices installed outdoors or in potentially wet areas shall be
installed in FS boxes with weatherproof covers.
Wiring devices installed indoors shall be installed in recessed boxes wherever
possible with stainless steel covers.
Plates shall be properly aligned horizontally and vertically.
Switches:
All switches shall be rated 20 amps, 120/277 volt, silent type.
Where more than one switch is indicated in the same loc?tion, switches shall be
gang mounted under a common cover plate.
Unless noted otherwise, switches shall be set 48 inches above walking surface
and shall clear door trim or corners approximately 4 inches from the edge of
the space occupied.
Switch locations shall be coordinated to place switches o~ the strike side of
doors.
120 Volt Convenience Outlets (Receptacles):
All recepta,cles shall be single or duplex grounding type rated 20 amps, 125
volts, A.C., NEMA 5-20R, except as noted on drawings. Receptacles shall be
ground fault interrupting type where, noted on drawings or required by' codes.
All receptacles located outdoors.or in damp locations shall be the ground fault
interrupting type with a weatherproof hinged cover.
Control Switches:
Push buttons and selector switches shall be industrial, heavy duty, oil tight
construction to mount in a standard 1-7/32 inch diameter hole. Contact blocks
shall be suitable for side-by-side and/or tandem mounting to the base of the
operator. Terminals shall be pressure clamp type to accommodate #12 - #18
'ZEL, ENGINEERS
9905-03 T16.doc
T16-10
I
..
I
I,
I
I
I
I
I
II
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
stranded copper wire.
break at 120 volts AC.
Contacts to be rated at least 60 ampere make, 6 ampere
Pilot Liqhts:
Pilot light:s shall be industrial, oil tight construction, 120 volt transformer
type, with interchangeable colored lens, to mount in a standard 1-7/32 inch
diameter hole. Terminals shall be pressure clamp type to accommodate #12 - #18
stranded copper wire.
Relays:
Unless otherwise noted on drawings, all relays shall be industrial machine tool
type with convertible 600 volt AC contacts with minimum ratings of 60 ampere
make, 6 ampere break at 120 volts AC. Coils shall be of molded construction,
matched to the circuit voltage and continuous duty rated. Terminals shall be
provided with pressure wire connectors.
DISCONNECT SWITCHES:
Switches shall be provided as shown on the drawings or as required by the
National Electrical Code and shall be of heavy duty, industrial rated
construction.
Switches shall be type and size as shown on the drawings.
All switches shall be rated NEMA 3R whether located indoors or outdoors, unless
otherwise noted on drawings.
Switches shall be installed to be fully accessible in accordance with the NEC.
Switches shall be constructed to simultaneously disconnect all ungrounded
conductors.
Switches shall be identified with name and number of circuit(s) or motor(s)
served.
Ratinq and Over-current Protection:
Low voltage switches used to disconnect motor circuits shall be horsepower
rated. Rating must equal or exceed the horsepower of motor (s) fed by the
switch (es) .
If a fused disconnect switch is called for, fuses of size and rating specified
on the draw:Lngs or schedules or by the NEC shall be supplied by the Contractor.
OVER-CURREN~~ PROTECTIVE DEVICES:
Ratinq:
All devices shall be rated to conduct at least the maximum full load current of
the circuit in which it is used.
'ZEL, ENGINEERS
9905-03 Tl6.doc
T16-11
I
..
I
I
SECTION T16
ELECTRICAL
All protect.ive devices which interrupt overload or short circuit current shall
be rated to interrupt and withstand the maximum bolted fault current which may
occur in the circuit to which it is connected.
All devices: shall be furnished to agree with any additional requirements listed
on the drawings and schedules.
Fuses:
I Fuses shall be one-time type. Renewable fuses are specifically prohibited.
Fuses, unless noted otherwise, shall be current-limiting type.
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
Only cartri.dge-type fuses may be used. Plug-type fuses are prohibited.
Circuit Breakers:
Molded case, circuit breakers for panelboards and similar uses shall be thermal-
magnetic type. Magnetic-only type may be used in combination motor starters.
Molded CaSE! circuit breakers shall be bolt-on type. Plug-in type connections
shall not be used. Load side lugs shall be furnished to match the number, type
and size wire or cable attached.
Motor Overloads:
Motor overload relays shall be 3 pole, ambient compensated type.
The Contractor shall provide all motor overload relay heaters.
Heaters shall be sized according to manufacturer's recommendations and
according to actual motor nameplate data.
Motor overload relays shall be furnished as integral components of all motor
starters.
SERVICE AND DISTRIBUTION:
Service fox' the ptant will be provided by Jefferson Energy Cooperative with a
1500 KVA, 12.47KV-480Y/277 Volt pad mount transformer to be located as shown
on the drawings. A concrete pad for the transformer and conduit stub-outs
for the utility company use shall be provided under this contract. Metering
cabinet and support post shall be obtained from the utility company and
installed as shown on the drawings. The Contractor shall coordinate this
work with J"efferson Energy Cooperative (Contact Kenny Johnson, phone: 912-
625-7265) .
The 480Y/277 Volt service from transformer shall consist of 1200 Amp feeders
to two motor control centers. The feeder to each motor control center shall
be 3-3 1/2'" conduits, each with 3-500KCMIL, 1-#4/0 neutral, and 1-#4/0 ground
copper conductors.
'ZEL, ENGINEERS
9905-03 T16.doc
T16-12
I
..
I
I
I
I
I
I
I
--
I
I
I
,I
I
I
..
I
I
SECTION T16
ELECTRICAL
Each motor control center shall serve 2-200HP high service pumps, and each
can be expanded to serve an additional pump in future. Each MCC has a 400
Amp circuit breaker with feeder to a manual transfer switch which feeds the
main power distribution panel.
GROUNDING:
A ground loop consisting of a #4/0 bare copper conductor shall be installed
around the buildings with 3/4" x 10' copper clad ground rods installed where
indicated on the drawings. A #4/0_bare copper conductor shall be run from the
loop to the ground bus in the motor control center, to building columns where
indicated, and 2 conductors installed and coiled up at transformer pad for use
by the utility company.
Non-current carrying metal parts of all electrical equipment shall be grounded
to equal or exceed the requirements of the National Electrical Code. In
general, a separate ground conductor shall be attached to each item for which
grounding is required. Switchgear assemblies, motor control centers, motors,
motor starters, feeder breakers or switches and switch racks shall be connected
to the ground system. All metallic conduit and raceway shall be grounded
directly or through the equipment.
All neutral conductors shall be grounded, except where specifically exempted.
Neutrals shall be connected to ground at only one point, as specified by the
NEC(usually at system distribution panel) .
TRANSFORMER,s:
Ventilated ,jry-type transformers shall be designed in full accordance with ANSI
C89.2 (NEMA ST-20) for all KVA ratings 600 volts and below, and up through 500
KVA above 6')0 volts.
Transformers shall be designed and rated for continuous operation at rated KVA
24 hours pe:r day, 365 days per year, with normal life expectancy as defined in
IEEE No. 65.
Transformers shall have proven 220oC. insulation systems. The coils shall be
wound with copper conductors insulated with proven high temperature resistant,
220oC. mateI'ial.
Transformer enclosures shall be fabricated of code gauge steel and arranged to
prevent the entrance of foreign objects. Transformers mounted inside motor
control center enclosures may be ~upplied less cabinet.
LIGHTING:
Lighting fixtures and lamps similar and equal to the type shown on the
drawings, s(:hedules and/or this specification shall be furnished and installed
by the Contractor.
Lighting fixtures shall be located approximately as shown on the electrical
drawings. The Contractor shalY review drawings of other trades to provide
lighting fi~{tures comp~tible with surrounding conditions, to provide effective
'ZEL, ENGINEERS
9905-03 Tl6.doc
T16-13
I
..
I
I
I
I
I
I
I
--
I
I
I
I,
I
I
..
I
I
SECTION T16
ELECTRICAL
lighting f,n the work areas and to prevent interference between lighting
equipment and other equipment.
Installation and proper support of lighting fixtures shall be the
responsibility of the Contractor. Fixtures shall be aligned and mounted
uniformly. Aiming to accomplish effective lighting of areas to be illuminated
shall be performed by the Contractor. The Contractor shall supply all hardware
and accessories necessary for proper mounting and installation of fixtures.
Exterior Liqhtinq Fixtures:
All exterior lighting fixtures shall be industrially rated, enclosed, gasketed,
and weatherproof.
Poles, fittings, supports and all hardware and materials necessary for the
complete installation and connection of fixtures shall be furnished by the
Contractor. Poles shall be aluminum.
Interior Liqhtinq Fixtures:
High bay fixtures for the pump room are 277 volt high pressure sodium fixtures.
Two fixtures are controlled by 3-way switches and the balance are switched only
from LP-3. Provide appropriate supports for the fixtures from the roof beams.
Fluorescent fixtures for the office area are lay-in type parabolic troffers.
Fixtures shall be supported from the roof framing system by a No. 16 galvanized
wire at each corner of the fixture. Fixtures shall not impose any weight on
the ceiling grid system.
Emergency lighting fixtures shall be furnished and installed where shown on the
drawings, and shall have polycarbonate housings, halogen lamps, and maintenance
free lead-c09.lcium batteries. Fixtures installed outdoors shall be suitable for
damp locati,:ms.
Exit signs shall be self-luminous type with tritium filled gas tubes with 20
year warranty.
Lamps:
Lamps shall be provided for all fixtures. Lamps installed during construction,
,which have experienced more than 50% of burning hour life, as published in
manufacture:r's data, shall be replaced with new lamps prior to final
inspection.
Incandesceni: lamps shall be rated, for a minimum of 2500 burning hour life and
shall be vibration resistant.
Fluorescent lamps shall be high efficiency type employing latest technology
designed 'to yield maximum lumens output per watts input. Fluorescent lamps
shall be cool white unless specified otherwise on the drawings.
HID lamps shall be clear type, rated for 24,000 average hours minimum life,
suitable for all operating positions.
'ZEL, ENGINEERS
9905-03 Tl6.doc
T16-14
I
..
I
I
I
I
I
I
I
,.
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
Ballasts:
Ballasts for High Intensity Discharge fixtures (HID) shall be high power factor
type.
Liqhtinq Control:
Lights on two poles shall be fed from a lighting contactor which is controlled
by a photoelectric cell with manual override provided by a Hand-off-Automatic
Switch. Indi vidual photoelectric cells are to be provided for lights where
indicated on the drawings.
All other lights shall be controlled by individual or 3-way switches, or
directly from lighting panels.
MOTORS:
Motors for the high service pumps will be furnished with the pumps under
Section T14 of this specification.
Motors furnished under other sections of these specifications shall be of
sufficient size for the duty to be performed and shall not exceed 100% of the
full-load r.3,ting when the driven equipment is operating at specified capacity
under the most severe conditions likely to be encountered. Unless otherwise
specified, all motors shall be for operation on 460 volts, 3 phase, 60 Hertz
and shall b(~ totally.enclosed suitable for continuous-duty based on a 40 degree
C. ambient temperature of reference. Polyphase motors shall be squirrel-cage
type, havino; normal-starting-torque and low-starting-current characteristics,
unless othe:r characteristics are specified elsewhere. The horsepower ratings
indicated on electrical drawings. are for guidance only and do not limit the
equipment size. When electrically driven equipment furnished under other
sections of these specifications materially differs from the contemplated
design, the Contractor shall make the necessary adjustments to the wiring,
disconnect devices, branch circuit protection and starters to accommodate the
equipment actually installed, without additional cost to the Owner.
MOTOR STARTERS, CONTROLS AND EQUIPMENT CONNECTIONS:
Motor Startinq and Controls: Unless otherwise specified herein or noted on the
drawings, i't is the intent of these specifications that motor starters and
controls for all motor operated equipment shall, be furnished, installed and
wired compl,~te for operation under this section of the specifications. All
motors are specified under other sections of these specifications to be
furnished with the equipment to be driven and, for certain specific equipment
hereinafter referenced, the control equipment is likewise specified to be
furnished with the equipment.
Maqnetic Mot:or Starters: Magnetic motor starters shall be two and three pole,
full voltagE~, across the line starters equipped with thermal overload relays
sized to suit the motor served. The minimum size magnetic starter shall be
NEMA Size o. Starter coils shall have '120VAC rating unless noted otherwise.
Motor starters to be furnished in motor control centers are specified under
'ZEL, ENGINEERS
9905-03 T16, doc
T16-15
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
MOTOR CONTF~L CENTERS elsewhere in this section of the specification. Suitable
starter enclosures shall be provided to suit the environment.
Equipment Connections: All wiring (conduit, conductors and connections) for
the interconnection of electrical equipment and its controls shall be furnished
and installed under this section of the specifications, except as otherwise
stated herElinafter for Instrumentation. Connections shall
comply with all applicable requirements of this section of the specifications.
Flexible raceways six feet or less in length shall be provided to all
electrical equipment subject. to vibration or movement and for all motors.
Liquid tight raceways with compression fittings shall be used in damp or wet
locations.
LABELS:
General: Labels and tags are to be provided on all equipment as specified in
other paragraphs of this section.
MOTOR CONTF.oL CENTERS:
Scope: Thl~ Contractor shall furnish and install two 1200 Amp motor control
centers, for operation on a 480Y/277 volt system. The two MCC's are to be
arranged as mirror i~ages generally as shown on the drawings, and each shall
consist of a main breaker section, horizontal bus section, two non-reversing
combination solid state reduced voltage starters with by-pass contactors, and a
400 Amp circuit breaker to serve a power distribution panel via a manual
transfer switch.
The motor control center layouts are based on Cutler-Hammer "Advantage"
construction with Easy Start Type EA06-270 solid-state reduced voltage
starters. Comparable equipment by Square-D or General Electric Co. will be
considered.
General Requirements:
Voltage- 600 Volt class for operation on a 480Y/277 Volt, 30, 4 wire system.
Enclosure- NEMA lA Gasketed
Wiring- NEMA Class 1 Type B
Main Breaker- 1200 AMP, Cutler-Hammer HND, 65 KAIC
Incoming Line- Bottom
3- 500 KCMIL Copper Conductors/phase
3- #4/0 Copper Neutral Conductors
3- #4/0 Copper Ground Conductors
TVSS - transient voltage surge suppressors shall be furnished in main breaker
compartments, shall be rated at 250 kA per phase, and shall be Cutler-Hammer
CPS-H, or ~pproved equal.
Main bus- 1200 AMP tin plated copper
Neutral Bus- 1/2 (600 AMP) tin plated copper, install in 12" bottom wireway.
Ground Bus- 300 AMP tin plated copper, install in,bottom wireway
Vertical Bus- 800 AMP, L shaped with Labyrinth Barrier and Automatic Shutters
Bracing- 65 KA rms symmetrical.
Requlatory and Manufacturinq Requirements: The motor control centers and all
components shall be designed, manufactured, and tested in accordance with the
latest applicable standards of NEMA, ANSI, and UL845.
'ZEL, ENGINEERS
9905-03 T16. doc
T16-16
I
..
I
I
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
The manufacturer of the assembly shall be the manufacturer of the maj or
components of the assembly and shall be ISO 9000, 9001, or 9002 certified.
The manufacturer of this equipment shall have produced similar electrical
equipment for a minimum period of five (5) years. When requested by the
Engineer, an acceptable list of installations with similar equipment shall be
provided dE!monstrating compliance with this requirement.
Delivery, Storaqe, and Handlinq:
Equipment shall be handled and stored in accordance with manufacturer's
instructions. Copies of these instructions shall be included with submittals,
and one copy shall be included with the equipment at time of shipment.
Warranty: The MCC's shall be warranted to be free from defects in materials
and workman.ship for a period of one (1) year from the date of startup.
Materials: Steel material shall comply with UL 845 requirements.
The MCC's shall consist of the required vertical sections of heavy gauge steel
bolted toge!ther to form a rigid, free-standing assembly. A removable 7-gauge
structural steel lifting angle shall be mounted full width of the MCC lineup at
the top. Hemovable 10-gauge bottom channel sills shall be mounted underneath
front and rear of the vertical sections extending the full width of the lineup.
Vertical sections shall be made of welded side-frame assembly formed from a
minimum of l2-gauge steel. Internal reinforcement structural parts shall be of
12- and 14-gauge steel to provide a strong, rigid assembly. The entire
assembly. shall be constructed and packaged to withstand normal stresses
incurred during transit and installation.
Structures: Structures shall be totally enclosed, dead-front, free-standing
assemblies. Structures shall be capable of being bolted together to form a
single assembly.
The overall height
or lifting angle) .
shall be removable.
to house designated
of the MCC shall not exceed 90"(not including base channel
Base channels, 1.5" in height, and a 3" high lifting angle
The total width of one section shall be 20" or as required
equipment, and shall be 21" deep for.front mounting only.
Structures shall be NEMA lA, gasketed general purpose, for indoor use. Each
section shall have all the necessary hardware and bussing for the designated
use. Any unused space shall be covered by bolted blank doors. Each section
shall include a top plate (single piece or two-piece). Top plates shall be
removable for ease in cutting conduit entry openings.
paintinq: All steel parts shall be provided with UL listed acrylic baked
enamel paint finish, except plated parts used for ground connections. All
painted parts shall undergo a multi-stage treatment process, followed by the
finishing paint coat. Pre-treatment shall include:
Hot alkalinE~ cleaner to remove grease and oil.
Iron phosphate treatment to improve adhesion and corrosion resistance.
'ZEL, ENGINEERS
9905-03 Tl6.doc
T16-17
I
..
I
I
I
I
I
I
I
18'
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
Non-chrome sealer to enhance corrosion resistance.
The paint shall be applied using an electro-deposition process to insure a
uniform paint coat with high adhesion.
The standa:r'd paint finish shall be able to pass a 5% ASTM salt spray evaluated
per' UL50, part 13 and ASTM B117 with less than 1/8" loss of. paint from a
scribed line.
Paint color shall be #49 medium light gray per ANSI Standard Z55.1-967 on all
surfaces unless specified otherwise. Control station plates and escutcheon
plates shall be painted a contrasting gray. All unit interior saddles shall be
painted white for better visibility inside the unit.
Wireways: Structures shall contain a minimum 6 in. high horizontal wireway at
the top of each section and a minimum 12 in. high horizontal wireway at the
bottom of l~ach section. These wireways shall run the full length of MCC to
allow room for power and control cable to connect between units in different
. sections.
Barriers: A,ll power bussing and splice connections shall be isolated from the
unit compartments and the wireways. The horizontal bus shall be mounted onto
a glass filled polyester support assembly that braces the bus against the
forces generated during a short circuit. The horizontal bus shall be
isolated f:rom the top horizontal wireway by a two-piece grounded steel
barrier. This barrier shall be removable to allow access to the bus and
connections for maintenance. If vertical bussing is used to connect the
circuit brE~akers to the main bus, the vertical bus shall be housed in a
molded glass-filled polyester support that provides bus insulation and braces
the bus against the forces generated during a short circuit. Barriers shall
be provided in the vertical structure and unit designs to prevent the contact
of any enel~gized bus or terminal by a fishtape inserted through the conduit
or wireway areas.
Bussinq: All bussing and connectors shall be tin-plated copper or silver-
plated copper. The main horizontal bus shall be rated at 1200 amps minimum
continuous and shall extend the full length of the MCC. Bus ratings shall be
based on 500C maximum temperature rise in a maximum 400C ambient. provisions
shall be provided for splicing additional sections onto the end of the MCC
opposite th,= main breaker section.
The horizontal bus splice bars shall be pre-assembled onto the horizontal bus
to allow the installation of additional sections. The main bus splice shall
use four bolts, two on each side of the splice bars, for each phase.
Additional bolts must not be required when splicing higher amperage bus. The
splice bolts shall secure to captive-nuts installed on the back of the splice
assembly. It shall be possible to maintain any bus connection with a single
tool.
A tin plated copper neutral bus shall be provided that runs the entire length
of the MCC. The neutrai bus shall be rated for 600 amps minimum and shall
have 3 mechani~al legs for #4/0-250 KCMIL neutral cables.
'ZEL, ENGINEERS
9905-03 T16.doc
T16-l8
I
..
I
I
I
I
I
I
I
lit.
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
A tin-plated copper ground bus shall be provided that runs the entire length
of the MCC. The ground bus shall be 0.25" x 1.0" and be rated for 300 amps
ml.nl.mum. ifive mechanical lugs shall be provided in each MCC for #4/0-250
KCMIL ground cables. The ground bus shall be provided with (6) 0.38" holes
for each v,ertical section to accept customer-supplied ground lugs for any
loads requiring a ground conductor. Each vertical section shall have a tin-
plated copper vertical ground bus that is connected to the horizontal ground
bus.
The power bus system shall be braced for a short circuit capacity of 65,000
rrns amperes minimum.
Main Circuit Breaker Section: The main circuit breaker section shall be 20"
wide and 21" deep, and shall contain the main breaker and a 3 phase lightning
arrester/surge capacitor.
Circuit Breaker:
The main circuit breaker shall be,a 1200 amp frame high interrupting capacity
thermal ma9netic breaker, 480 volts, 3 phase, 600 amp trip rating, 65KA
interruptinq rating. Lugs shall be provided for 3-500 KCMIL copper conductors
per phase entering from bottom. The circuit breaker shall be connected to the
main bus by bus bars of same rating and material as the main bus. The circuit
breaker shall be Cutler-Hammer HND with adjustable short time pickup and delay
and ground fault protective or approved equal.
TVSS shall be installed in the main breaker section of each MCC and shall be
Cutler-Hammer CPS-H, 250 kA per phase, with standard diagnostics.
Motor StartE~rs:
Combination starter units for pump motors shall be solid state reduced
voltage non--reversing, and shall utilize Cutler-Hammer type HMCP Motor
Circuit Protectors.
Each combination unit shall be rated 65,000 AIC symmetrical at 480V. The
HMCP shall provide adjustable magnetic protection and be provided with pin
insert to stop magnetic adjustment at 1300% motor nameplate full load current
to comply with NEC requirements. All HMCP combination starter units shall
have a "tripped" position on the unit disconnect and a push-to-test button on
the HMCP. 1?ype HMCP motor circuit protectors shall include transient
override feature for motor inrush durrent.
The solid-state reduced-voltage starters shall be Cutler-Hammer type EA, and
shall be UL and CSA listed in the motor control center, and consist of an SCR
based power section, logic board and paralleling bypass contactor/starter.
The paralleling bypass contactor shall be energized when the motor reaches
full speed.
The SCR basE!d power section shall consist of six (6) back-to-back SCRs and
shall be rated fora minimum peak inverse voltage rating of 1500 volts PIV.
Units using triacs or SCR/diode combinations shall not be acceptable.
'ZEL, ENGINEERS
9905-03 T16, doc
T16-l9
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
'I
SECTION T16
ELECTRICAL
Resistor/ca,pacitor snubber networks shall be used to prevent false firing of
SCRs due to dv/dt effects.
The logic board shall be mounted for ease of testing, service and
replacement. It shall have quick disconnect plug-in connectors for current
transformer' inputs, line and load voltage inputs and SCR gate firing output
circuits.
The logic board shall be conformally coated to protect for environmental
concerns.
The paralleling bypass contactor shall energize when the motor reaches full
speed and close/open under one (1) times motor current.
The contact or shall be fully rated for across-the-line starting duty should
this be desired.
The contactor shall utilize an energy balanced contact closure to limit
contact bounce and an intelligent coil controller to optimize coil voltage
during varying system conditions.
The coil shall have a lifetime warranty.
The overload protection shall be electronic and be based on an inverse time-
current algorithm.
Overload protection shall be adjusted via logic board.
Class 10 or 20 overload characteristic shall be selectable.
Units using bimetal overload relays are not acceptable.
Over-temperature protection (on heat sink) shall be standard.
The solid-state logic shall be phase sensitive, and shall inhibit starting on
incorrect rotation.
Improper phase rotation shall be indicated on the starter logic board.
Starters shall protect against a phase loss/unbalance condition shutting down
if a 35% current differential between any two phases is encountered.
A normally open (NO) contact shall annunciate fault conditions, with contact
ratings of 60 VA (resistive load) and 20 VA (inductive load). In addition,
an LED display on the logic board shall indicate type of fault (current trip,
phase loss, phase rotation).
The following logic board adjustments are required:
a. Ramp Time; 1 to 45 seconds, on a hexadecimal switch
b. Initial Torque; 100 to 200% current, on a hexadecimal switch
'ZEL, ENGINEERS
9905-03 T16. doc
T16-20
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
c. Current limit; 100 to 500% current, on a hexadecimal switch
d. E'LA of motor; 4 to 1 range of starter, on a DIP switch.
Smooth stopping shall provide a linear voltage deceleration. It is to be
adjustable from 1 to 75 seconds.
The pump s1:arters shall be wired as shown on Dwg. No. 20, and shall include
the following control devices and accessories:
· A 3-position selector switch, label "Local-Off-Remote".
· Start-stop pushbuttons
. Red light, push-to-test, label "Power On".
. Gl:een light, push-to-test, label "Run".
· Elapsed time meter.
. Extra control relay with 6 NO convertible contacts.
· E}~tra terminal blocks as required.
The control transformer shall be a minimum of 500 VA
The shunt t:rip relay shall be connected to open the unit circuit breaker.
Drawinqs and Submittals:
Submittals and documentation shall be made as covered hereinbefore in this
section of the specification and in the Supplemental Conditions. The
following shall be supplied for the motor control centers:
· Mclster drawing index
· Front view ,elevation,
· Floor plan
· TC'p view
· Single line diagram
. Unit wiring diagram depicting remote devises. (This shall be a
cc.mplete point-to-point diagram showing all terminal points and wire
m::mbers)
· Namepl~te schedule
. Starter and component schedule
. Conduit entry/exit locati6n
. Assembly ratings (short-circuit ratings, continuous current,
ve,l tage)
. Major component ratings (voltage, continuous current, interrupting
ratings)
· Cable terminal sizes
· Descriptive bulletins
The following information shall be submitted for record purposes:
. Final as-built drawings and information for items listed in previous
paragraph.
'ZEL, ENGINEERS
9905-03 Tl6.doc
T16-2l
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
· Certified test reports
· Complete parts list
· Recommended spare parts list
TELEPHONE J\,ND COMMUNICATION SYSTEM:
The contractor shall furnish and install a telephone and communication system
for the plant to include conduit, wiring, equipment, and any other
accessories to provide a complete voice and data system.
Service to Buildinq: The contractor shall furnish and install a 2-1/2" empty
conduit with a 10 gauge galvanized steel pull wire from the telephone
equipment board to the right-of-way of Old Waynesboro Road for use by the
service provider. Coordinate this installation with the service provider,
KMC Telecom, and Bell South.
Equipment Board: Furnish and install a 2' x 4' x 3/4" plywood back board for
installation of central panel. Back board to be painted with a sealer and 2
coats of gray enamel. Install a #6 copper ground wire from the main
equipment ground and stub-up and coil 6' at the back board. Furnish and
install a dedicated duplex receptacle at the back board.
Telephone System: Furnish and install equipment, conduit and wiring to
provide the following:
· Telephone set at office desk.
. Wall-Mounted telephone set at east end of pump room with loud bell.
. A loud bell on outside of east wall of pump room.
· A cordless phone.
. Jack for fax machine.
o Ja,::k for computer interface at office desk.
· CO;:ltrol Panel
The system .shall be a Samsung 816 Plus or approved equal.
SCADA INTERE'ACE:
A data acquistion system utilizing PLCs and a RS-485 communications link is
specified in Section T17 of these specifications, and will interface with the
Augusta Utilities Department SCADA system at the pump PLC panel in the
Electrical J~quipment Room.
The contrac1:or shall furnish and install a j unction box for use by the SCADA
installer with a conduit connection to the Pump PLC Panel listed in previous
paragraph. Also install a 3." conduit with long radius elbow from the
junction bo;{ underground to extend approx. 40' outside the north wall of pump
room. Coordinate exact location -with OAR and the Augusta Utilities
Department personnel.
'ZEL, ENGINEERS
9905-03 T16.doc
T16-22
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
EQUIPMENT REFERENCES:
Particular attention and reference shall be made to the other sections of these
specifications for the proper coordination of all material to be furnished
and/or inst,alled and all work to be accomplished under this section, and for
descriptions of control equipment furnished thereunder as well as the manner in
which the equipment will function. Equipment requiring electrical connections
and coordination shall include, but not be limited to the following:
Section T6; Plant and Yard pipinq: 120 volt power shall be provided to heat
tracing where heat tracing is utilized.
Section T7; Valves and Hydrants: The electric check valves furnished under
this section of the specification shall be wired to operate in conjunction with
the high service pumps as shown on the electrical drawings.
Section TIO; Chlorination Equipment: Coordinate requirements with the
chlorination equipment supplier and the Instrument Contractor, Section T-17, to
provide conduit and wirings as required for power and instrumentation
requirements for the chlorination system.
Section Tll; Chemical Feed System: Following to be provided for lime slurry
system:
1. 480 volt power from PDP-2 to lime slurry panel.
2. 120 volt power from LP-2 to lime slurry panel if required.
3. Two empty 3/4" conduits from lime slurry panel to each slurry pump.
4. An empty 3/4" conduit from lime slurry panel to tank foundation for mixer
motor.
5. An empty 3/4" conduit from Sonocell level indicator panel to tank
foundation.
6. Other conduit and wiring as shown on the electrical drawings.
7. Coordinate with the Lime Slurry System Provider and the Instrumentation
Contractor.
Following to be provided for corrosion control system:
1. 120 volt power and disconnect switches for two SCR units being provided
for metering pumps under this section of the specifications.
2. Conduit and wiring from SCR 'units to the metering pumps.
3. Other conduit and wiring as shown on the electrical drawings.
'ZEL, ENGINEERS
9905-03 T16.doc
T16-23
I
..
I
I
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION T16
ELECTRICAL
4. Coordinate with the Instrumentation Contractor.
Section Tl:2; Basic Furnishinqs' And Equipment: Provide receptacles, junction
boxes, wiring, etc. for kitchenette, lab equipment, wall clock, an any other
devices furnished under this section of the specification that require power.
Section T13; Chemical Storaqe Tanks and Associated Equipment: Provide heat
tracing for corrosion control piping as listed on the drawings. Provide
conduit and wiring for level transducers. Coordinate with the instrumentation
contractor.
Section T14; Pumpinq Equipment: Power and control wiring shall be furnished
and instalied for the motors furnished with the high service pumps under this
section of the specifications. Assistance shall be furnished as required
during the installation, check-out and testing of the pumps and motors.
Section T1:,; Plumbinq, Heatinq, Ventilatinq, and Air Conditioninq: Disconnect
switches, ~Itarters, relays, thermostats, conduit and power and control wiring
shall be ft;!rnished and installed for all equipment furnished under this section
of the spec:ification. Refer to electrical drawings for details.
Section T17; Instrumentation and Control Equipment: The Electrical Contractor
shall coordinate his work closely with the Instrumentation Contractor and
others to provide a unified control system for the plant. Conduit and wiring
shall be furnished and installed for controls and instrument devices as
required, even though complete details may not be shown on the drawings.
Section TIE; Miscellaneous Equipment: The hoist specified in this section is
to be purchased complete with controls, a pendant pushbutton station, and a
festoon cable system with track. Provide and install a non-fused disconnect
switch, a junction box to terminate festoon cable, and power wiring to junction
box. Install track and festoon cable and connect up as required.
PAYMENT:
No separate, payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T16. doc
T16-24
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T17
INSTRUMENTATION AND CONTROL EQUIPMENT
SCOPE:
The work cc,vered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances and materials and performing all
operations in connection with the satisfactory installation of, the
instrumentation and control system of the Groundwater Plant 3, complete with
all appurtenances, accessories and control piping, in strict accordance with
this section of the specifications, the applicable drawings, and subj ect to
the terms and conditions of the Contract.
GENERAL:
The instrumentation and control system furnished and installed under this
section of the specifications shall consist of, but not be limited to, the
following:
.
Venturi tube flow elements, transmitters, flow indicators and
totalizers, relays, converters, etc.
Sonic level detectors, transmitters, level indicators, alarms.
J~ complete system to control and flow pace chemical feeds based on
]~aw water flow. Chemicals included are lime slurry, fluoride,
corrosion control, and chlorine.
J~ data acquisition system to acquire and transmit data, both analog
and discreet, within he plant and to interface with the Augusta
Utilities. Department SCADA System.
]~ computer for the plant office for monitoring and displaying
~;ystem data.
.
.
.
.
The system shall be integrated to the extent that all devices and components
of a particular system shall in-so-far as possible be the products of one
manufactureJ: .
The instrumt~ntation contractor shall .coordinate his work with equipment being
furnished under other sections of these specifications.
GENERAL DESIGN CRITERIA:
Equipment Desiqn: All of the equipment shall be the manufacturer's latest
and proven design. These specifications and associated drawings describe
basic funct,ions and pertinent features but do not purport to cover all
details entering into the design of the instrumentation system. The
completed system shall be compatible with the functions required and the
equipment furnished under this COl!tract.
Power Sourc,es and Electrical Interconnection: All electrical components of
the system shall operate on 120 volts, single phase, 60 cycle current unless
otherwise noted. The drawings and specifications indicate the energy sources
that will be provided. Any other devices necessary to obtain proper
operation of the instrumentation from these energy sources shall be furnished
wi th the instruments. All necessary fuses or switches required by the
instrument manufacturer for his equipment shall be provided with the
equipment. All instruments requiring an internal power supply shall have an
internal ON-'OFF switch.
'ZEL, ENGINEERS
9905-03 T17 .doc
- T17-1
I
Ie
I
I'
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION T17
INSTRUMENTATION AND CONTROL EQUIPMENT
Electrical Interconnections: All conduit and wiring between panels and all
field mounted devices; between panels; between field mounted devices; and
between all instrumentation and power sources will be furnished and installed
under the ELECTRICAL section of these specifications.
Miscellaneous Requirements:
manufacturer's standard for the
in the specifications or noted
tagged with the item number and
shown on the drawings.
All components furnished shall be the
service intended unless otherwise indicated
on the drawings. All components shall be
nomenclature used in the specifications and
SHOP DRAWINGS AND INSTRUCTION MANUALS:
Shop Drawin~: The plans show the extent and general arrangement of the
equipment and may be modified as required to suit the equipment furnished,
subject to the approval of the Engineer. As soon as practicable, and within
45 days after the award of the Contract, the Contractor shall submit for
approval th,~ following descriptive literature and drawings for all equipment
furnished under this section of the specifications:
Five (5) copies of a complete set of equipment, wiring, and piping
installation drawings showing complete details of the installation and any
necessary changes in arrangement, piping, etc., from that shown on the plans.
Partial subnlittals or sales bulletins will not be reviewed.
five (5)
drawings, wiring
furnished.
copies of equipment
and/ or piping diagrams
specifications,
for each item
outline dimension
of equipment being
Instruction Manuals: Upon completion of the control system, the Contractor
shall supply five (5) copies of operating and maintenance instruction
bulletins V1ith separate parts lists for each item of equipment being
furnished. Operating instructions shall also incorporate a functional
description of the entire system including the system schematics which
reflect "As Built" modifications. Special maintenance requirements peculiar
to the system shall' be clearly defined along with special calibration and
test procedures.
WA TER FLOWS:
Raw Water: Raw water flow shall be measured and the flow indicated and
totalized on a panel in the pump room. A 4-20 milliampere signal shall be
retransmittE!d to the chemical area via the data acquisition system to pace
feeders for lime, fluoride, and corrosion control, and the chlorine feed
system.
Finished Water: Finished water flow shall be measured, and the flow
indicated a::1d totalized on the panel in the pump room. A 4-20 milliampere
signal shall also be input to the data acquisition system.
Flow Tubes: Two venturi flow tubes shall be furnished and installed, one in
the influent meter pit, and one in the finished water line inside the pump
room.
'ZEL, ENGINEERS
9905-03 T17. doc
T17-2
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T17
INSTRUMENTATION AND CONTROL EQUIPMENT
Flow tubes shall be the concentric type, constructed of cast iron, Grade A-
125, Class B or better, with standard 125 lb. flanges. The throat section
shall be lL1ed with Type 304 stainless steel.
Flow tubes and throats shall be sized based on following:
Raw Water:
Flow- Minimum 1,000 GPM
Normal 2,000 GPM
Maximum 4,000 GPM
Line Size- 24"
Beta Ratio .525
Finished Water:
Flow- Minimum
Normal
Maximum
Line Size- 24"
Beta Ratio .525
1,850 GPM
5,000 GPM
10,000 GPM
The supplier shall furnish documents certifying
manufactured by a foundry located in North America
compliance ,,.,i th applicable ASTM requirements.
that the. castings were
in order to insure full
The venturi flow tubes shall be Model HVT-CI as manufactured by Primary Flow
Signal, Inc., 'or an approved equal.
Flow Transmitters: An electronic differential pressure transmitter shall be
furni~hed and installed at each flow tube. The transmitters shall be
coordinated with the flow tubes and shall transmit 4-20 milliampere signals
to the indicator/totalizers in the pump room panel. The transmitters shall
have square root output so that the analog output is proportional to flow,
and shall s,,.,itch to a linear output as the input approaches zero.
The transmitter housings shall be NEMA 4X cast aluminum with separate
compartment:3 for the electronic board and terminal block for external wiring.
Zero and span adjustments can be made locally or remotely utilizing Hart
communication protocol.
The transmitters shall be furnished complete with a 316 Stainless Steel 3-
valve manifold, flush. and vent connections, and a mounting bracket for wall
or pipe stand mounting as appropriate.
Install transmitters in accordance with manufacturer recommendation in close
proximity t,) the flow tubes and connect with Type "K" copper tubing.. Install
brass ball valves in lines at the flow tubes.
Transmitter::; shall be Rosemount Model 3051, type PFS-HP by Primary Flow
Signals, Inc., or an approved equal.
Water Flow Panel: Furnish and install a panel of appropriate size to house
the flow indicators, flow totalizers, power supply, and PLC devices for the
'ZEL, ENGINEERS
9905-03 T17. doc
T17-3
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T17
INSTRUMENTATION AND CONTROL EQUIPMENT
data acquisition system. The panel shall be a NEMA Type 12 enclosure with an
internal mounting plate.
The flow indicators and flow totalizers shall have digital displays with red
letters, 0.43" minimum. The indicators shall indicate in GPM with 5
significant figures. The totalizers shall indicate flow in thousands of
gallons and display 8 significant figures. The totalizers shall have memory
retention upon loss of power. The indicators and totalizers shall be as
manufactured Red Lion Controls or approved equal.
Power Supp1:y: A 120 Volt, 20 Amp, 10 AC circuit will supply power to the
panel. The panel shall include a circuit breaker for the incoming power and
all fuses, switches, dc power supplies, etc., to supply the devices served.
PRESSURE:
Pressure Transmitter: An electronic pressure transmitter shall be furnished
and installed on the finished water header. The transmitter output shall be
4-20 millia,mpese. Transmitter shall be a Rosemount Model 3051- or approved
equal.
A pressure indicator shall be located on the flow panel and the 4-20
milliampere signal shall also be input to the data acquisition system.
LEVEL MEASU~EMENT:
Ultrasonic level transducers and a level indicating/transmitting panel shall
be furnished and installed under this section of the specification.
Coordinate work with the Electrical Contractor. The system shall consist of
Sonocell transducers and a Sonologic II Panel as manufactured by Kistler-
Morse, or an approved equal.
Level transducers shall be installed as follows:
1. Clea:rwell
Flange - 8", 150# (Provided by the Clearwell Contractor)
Range - 0-15'
Beam Angle- 8% included
2. Fluoride Tank
Flange - 3"
Range - 0-10'
Beam Angle - 8% included
3. Corrosion Control
Flange - 3"
Range - 0-10'
Beam Angle - 8% included
'ZEL, ENGINEERS
9905-03 T17. doc
Tl1'-4
I
..
I
I
I
I
I
I
I
18
I
I
I
I
I
I
..
I
I
SECTION T17
INSTRUMENTATION AND CONTROL EQUIPMENT
4. Lime Slurry
This transducer will be provided by the Lime Slurry System
provider (Burnett Lime Company) and will be connected to
the level indicator/transmitter installed under this
contract.
Flange - 3"
Range - 0-20' (Confirm w/Burnett)
Beam Angle- 8% included
Level Indicator/Transmitter Panel:
The level indicator/transmitter panel shall have a NEMA 4X enclosure and
shall be installed as indicated on the drawings. The levels as listed above
under "Level transducers" shall be displayed on command. Low level alarm
settings shall be programmable.
The levels and alarms shall be input to the Data Acquisition System. A
converter shall be furnished if required. A NO contact on the Cleatwell Level
Relay shall be provided for wiring to Low Level Shutdown Relay in' Motor
Control Center WTP3-A.
CHEMICAL FElm SYSTEM:
Instrumentation and controls shall be furnished and installed to control the
chemical feed systems based on flow data from the influent raw water flow
meter described earlier in this section of the specifications. The
instrumentation contractor shall coordinate the controls and devices supplied
with equipmlmt under Sections T10 and Tll and electrical work specified under
Section 16 of the specifications.
The instrumEmt system shall:
1.
Receive 4-20 MA signal from the influent raw water flow transmitter.
Upon a preset flow signal, the following chemical systems will be
activated:
. Chlorination System
. Lime Slurry System
. Fluoride System
. Corrosion Control System
2. Flo\<f pace the chemical systems listed above. Provide, ratio control
to cldjust chemical feed rates.
3. ,Provide selector switches to select metering pumps.
4. Monitor and provide signals as specified under system panels as
described here-in-below.
Chlorine Panel: Provide a panel with PLC in the chlorine room to energize
the solenoid valve in water line to injectors at the preset raw water
flow,. and to provide a 4-20 milliampere signal to the SCU controllers to
flow paCE! chlorine flow. A 4-20 milliampere signal shall be input to the
PLC from each of two scales. An alarm signal from the chlorine leak
'ZEL, ENGINEERS
9905-03 T17 .doc
T17-5
I
Ie
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T17
INSTRUMENTATION AND CONTROL EQUIPMENT
detector and signals from the vacuum switches shall also be input to the
PLC.
Lime Surry Panel: Provide a panel with PLC, selector switches, relays,
and any other devices required to interface with panel furnished by
Burnett Lime Co. to:
. Select pump (No. 1 or No.2) to be controlled automatically.
. Provide signal to start selected pump from raw water flow signal.
. Provide a 4-20 milliampere signal to the selected pump to flow pace
lime slurry flow.
. Provide inputs to the PLC to indicate selected pump, pump running, pump
tripped, mixer running, mixer tripped, etc.
Corrosion Control Panel: Provide a panel in the Corrosion Control Room
wi th PLC, selector switches, relays, ratio controllers, and any other
devices required to interface with SCR controllers, furnished with pumps
to:
. Select pump (No. 1 or No.2) to be controlled automatically.
. Provide signal to start selected pump from raw water flow signal.
. Provide a 4-20 milliampere signal to the SCR unit of the selected pump
to flow pace corrosion control solution flow. A ratio controller shall
be provided to adjust the 4-20 milliampere signal based on desired
dosage.
. Provide indicator lights to indicate "Pump Running".
o Provide inputs to the PLC_to indicate setected pump, pump running, pump
tripped, etc.
. Provide signal to open solenoid valve in' corrosion control solution
suction line when a pump is started.
Fluoride Control Panel: A panel shall be provided in the fluoride room to
perform same functions as listed for the Corrosion Control Panel listed
above.
Pump PL(~: A panel with a PLC shall be provided in the electrical
equipmen't room to interface with the Data Acquisition System to provide
followin';j' discreet signals for each of 4 pumps being installed under this
contract with I/O to accommodate 2 future pumps.
.
Selec'tor position (Local-Off-Remote) .
Pump ,running.
Pump 'tripped.
Start signal from SCACA.
Stop .signal from.SCADA.
.
.
.
.
A contact closure shall also be provided from the clearwell level signal
to de-energize the low water level relay in MCC WTP3-A if clearwell level
drops to low-low setting.
Wiring from the motor control center to the PLC panel shall be provided
under the Electrical section of these specifications.
'ZEL, ENGINEERS
9905-03 Tl1.doc
T17-6
I
..
I
'I
I
I
I
I
I
.18
I
I
I
I
I
I
..
I
I
SECTION T17
INSTRUMENTATION AND CONTROL EQUIPMENT
DATA ACQUISITION SYSTEM:
A data acquisition system shall be furnished and installed under this
section of the specifications. The system shall consist of Programmable
Logic Controllers (PLCs) to receive data from and output data to the
process, an interface with the Augusta Utilities Department SCADA system,
a plant office computer to display data from the system, and an RS-485
communica.tions link. The Sonologic II Level Panel specified under "Level
Measurem"mt" shall also communicate with the system.
Proqrammable Loqic Controllers (PLCs) shall be located as specified
elsewher'3 in this section of the specifications and/or as indicated on the
drawings; The PLCs shall contain power supplies, CPUs, Input/Output
modules (digital and analog), interface modules, and any other components
necessary to perform the required functions.
The PLCs shall communicate with each other and with other devices on the
system via a 4-wire RS-485. link, and protocol shall be non-proprietary.
Conduit and wiring shall be installed under the Electrical Section of
these specifications.
Conveters shall be provided if required to communicate with the Augusta
Utilities Department SCADA System and/or the Sonologic II Panel.
The PLC:: shall be installed in NEMA 12 enclosures (NEMA 4X if located
outdoors) and may be installed in enclosures which contain other
instrumentation and control devices for the specific area.
The PLC equipment shall be as manufactured by Control Microsystems, or an
approved equal.
Plant Office Computer shall be an IBM compatible pc. Minimum requirement
shall include a 550MH Pentium III processor with 128MB RAM, 8GB hard
drive, and a 56K modem. Monitor shall be 17" SVGA color monitor.
"Wonderware" software shall be provided to display the plant operation
data.
CALIBRATING, PROGRAMMING, AND START-UP ASSISTANCE:
The contractor shall be responsible for calibrating, programming, and.
providinq start-up assistance for all equipment and devices furnished
under this s~ction of the specifications. The services of. factory
represeni:atives shall be included if required.
Copies (If all calibration data and programming shall be included with
final submittal of "As Built" information.
'ZEL, ENGINEERS
9905-03 T17.doc
T17-7
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T17
INSTRUMENTATION AND CONTROL EQUIPMENT
PAYMENT:
No separate payment shall be made for the work covered under this section
of the specifications. All costs in connection therewith shall be
included in the lump sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 Tll. doc
T17-8
I
..
I
'I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T18
MISCELLANEOUS EQUIPMENT
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances and materials and in performing all
operations in connection with the installation, testing and initial operation
of the miscellaneous equipment specified herein, complete with all
accessories and appurtenances, in accordance with this section of the
specifications and. the applicable drawings, and subject to the terms and
conditions of the Contract.
GENERAL:
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufacturers who are regularly engaged in the production of equipment of
this type, and who have produced such units, which have been in satisfactory
and successful operation for a period of at least five years.
Equipment Submittal: Within 30 days after award of contract, the Contractor
shall furnish for, the Engineer's written approval, five (5) copies of
manufacture's bulletins and specifications for each item, describing the unit
and indicating size and performance.
TROLLEY HOIST EQUIPMENT:
/
The hoisting system ,to be furnished and installed shall consist of an
electric motor hoist and an electric motor driven trolley, all to be products
of the same manufacturer and all designed for 3-ton capacity to operate on an
S12 x 31.8 standard beam.
Hoist and Trolley: The hoist and trolley shall be a standard headroom type
furnished as a unit and shall be a Polaris wire rope hoist with motor driven
trolley, CM #6008M or shall be the comparable product of Shaw-Box, Wright or
approved equal. The hoist shall have a lifting capacity of 3 tons, with 20-
foot lift, and two lifting speeds, 16 feet per minute and 8 feet per minute.
The hoist shall have a self-actuating load brake and upper limit safety stop.
The load block shall be of the enclosed safety type and the hook shall be
mounted on a sealed ball thrust bearing allowing 3600 rotation. The hoist
motor shall be a 4 HP, high torque motor designed for heavy-duty hoisting
service, to 'operate on 460 volts, 3 phase, 60-Hertz alternating current.
Trolley shall have a 3-ton capacity with a travel speed of- 50 feet per minute
under full load. Trolley motor shall be 1/2 horsepower, 460 volt, 3 phase,
60 Hertz. Hoist shall be furnished complete with a festoon power supply and
pendant pushbutton station.
Controls: A pendant type push button station in NEMA 4 enclosure, operating
on reduced voltage, shall be provided for full control of both the hoist and
the trolley. .Mechanical or electrical interlocks shall be built in to
prevent simultaneous operation of opposing control circuits. The pendant
shall reach to 15' below the trolley rail.
'ZEL, ENGINEERS
9905-03 T18.doc
T18-l
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T18
MISCELLANEOUS EQUIPMENT
Festoon Cable System: A complete festoon cable system shall be furnished to
supply 480 volt, 3-phase power to hoist. The system shall include flat
cable, C-track, track joint assemblies, hanger clamps, end stop, tow trolley
and tow bar, end clamp and saddle assembly, junction box, and any other
accessories; to make a complete system.
The festoon storage area will be at east end of track, and as festoon storage
area is limited, the tow bar should be attached to hoist as far to the west
end of hoist as possible.
The festoon system shall be as manufactured by Duct-O-Wire Co., consisting of
Cable Catalog No. FC-4l0, 12 gauge C-track Catalog No. FC-CH2A, and matching
accessories, or an approved equal system.
CHLORINE CYLINDER LIFTING BAR
The Contractor also shall furnish: One (1) Chlorine Cylinder Lifting Bar,
Mansaver Style 1118, Capacity 2-ton, as manufactured by Mansaver Industries,
Inc., or equal, for use in the Chlorine Storage Area.
GUARANTY:
The equipme,nt furnished under these specifications shall be guaranteed for a
period of one (1) year from the date of final acceptance thereof against
defective Irlaterial, design, and workmanship. In the event of the failure of
any part 0:: parts during the guaranty period, due to the above causes, the
affected pa.rt or parts shall be removed and replaced promptly at the expense
of the Contractor.
PAYMENT:
No separate payment will be made for the work covered under this section of
the specifications, and all costs in connection therewith shall be included
in the lump sum Base Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T18.doc
T18-2
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T19
GRASSING
SCOPE:
The wor~ covered by this section of the specifications consists of
furnishing all plant, labor, equipment and materials and performing all
operations required to establish a satisfactory cover of grass within the
grassing limits and for all other unpaved areas disturbed by this
construction. All work shall be. performed in strict accordance with this
section of the specifications and the applicable drawings and subject to the
terms and conditions of the Contract.
GENERAL:
The grasBing operations shall consist of preparation of the soil, including
tillage, liming and fertilizing, seeding, mulching, and watering, and
maintenance and repair of planted areas until a satisfactory grass cover is
obtained and the work is finally accepted.
MATERIALS:
Seed: Slopes of 2 horizontal to 1 vertical and steeper shall be planted
with KorE!an Lespedeza. All other areas to be grassed shall be seeded with
Hulled Bermuda grass seed. All seed for grassing shall be tested and
approved by the Georgia Department of Agriculture not more than 6 months
prior to the date of sowing and packaged and labeled in accordance with the
Georgia Seed Laws and Rules and Regulations in effect on the date of the
Invitaticln for Bids. Seed which has become wet or moldy or otherwise
damaged prior to the time of sowing will be rejected.
Aqricultural Lime shall be a pulverized limestone ha.ving the following
certified chemical and physical properties:
Total Carbonates, not less than 85%
Passing 10-mesh screen, at least 100%
Passing 100-mesh screen, at least 25%
Fertilizer: All fertilizer shall be a dry, free-flowing commercial 10-10-10
fertilizer suitable for application by a fertilizer distributor, grain
drill, planting machine or similar standard equipment. The fertilizer shall
be certified to meet the requirements of Fertilizer Laws of the State of
Georgia in effect on the date of the Invitation for Bids. Any fertilizer
which becomes caked or otherwise damaged prior to the time of use will be
rejected.
Mulch: Any of the mulch materials, consisting of forest litter, hay, straw,
hulls of cotton balls or peanuts, ground corncobs, stalks of corn, cane,
potato vines, tobacco or other stems, or peat, which are permitted under
Standard Specifications of the State Highway Department of Georgia will be
'ZEL, ENGINEERS
9905-03 T19. doc
T19-l
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T19
GRASSING
acceptable provided they are properly shredded or ground. Mulch materials
which contain seeds of species of weeds or plants which would germinate and
be harmful to the proposed planting will not be accepted. Before collection
of mulch material is begun or delivery is made, the Contractor shall submit
samples for approval. Only approved mulch from approved sources will be
accepted.
Water fer use in connection with the grassing operation may be purchased
from the Utility System, or obtained from any other approved source. Such
water shall be free of excess chlorine, or other chemicals or substances
harmful to plant growth.
GROUND PREPARATION:
Prior to preparing the ground for grassing operations, all weeds, brush and
other vegetation in the areas to be planted which has not been removed
during clearing and grubbing and grading operations shall be removed from
the site. All irregularities in the surface shall be smoothed out and all
roots, stone and other foreign material to tillage, planting and proper
growth and maintenance of the grass shall be removed. In all areas where
the topsoil has been removed during grading operations, the topsoil which
has been stockpiled shall be returned and evenly distributed over these
areas. Objectionable foreign materials contained in the topsoil shall also
be removed as the topsoil is distributed. Herbicides used for weed control
shall conform to SC-13.
LIMING AND FERTILIZING:
After the areas to be seeded have been brought to finished grade,
agricultural lime and fertilizer conforming to the requirements of this
specificc:tion shall be uniformly distributed over the areas, lime at the
rate of Cone ton per acre and fertilizer at the rate of 1000 pounds per acre.
In areas where mechanical spreaders cannot be used, the lime and fertilizer
may be a,pplied by hand methods. The lime and fertilizer shall not be
applied when the wind makes it difficult to obtain satisfactory
distribution.
TILLAGE:
The lime and fertilizer shall be thoroughly and uniformly mixed with the
soil to a depth of approximately 3" by plowing, discing and harrowing until
the soil is friable and well pulverized. Hand tillage will be required in
all areas where mechanical equipment cannot be operated.
SEEDING:
Hulled Eiermuda grass seed conforming to the requirements of this
specification shall be uniformly sown by approved mechanical power drawn
drills or seeders or, in small areas, by mechanical hand seeders, at the
rate of ,10 pounds per acre; Lespedeza at 75 pounds per acre. The seeds
shall be covered and compacted to a depth of l/B to 1/2 inch by means of a
cultipacker and an empty traffic roller or another roller weighing less than
'ZEL, ENGINEERS
9905-03 T19.doc
T19-2
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T19
GRASSING
3 tons. Broadcast seeding shall not be done when the wind makes it
.difficult to get satisfactory distribution. The Bermuda grass seed shall
not be planted prior to April 15 or after September 15. Seed shall not be
sown unless the soil has the optimum moisture content or more through a
depth of at least 3 inches.
WATERING:
After the seeds have been sown, the moisture content of the soil will be
tested. If th~re is not enough moisture in the soil to insure germination
and adequate plant growth, water shall be applied by sprinkling until an
adequate moisture content has been reached. In the absence of adequate
rainfall during the germination and early growth period, the Contractor will
be requil:ed to maintain the required adequate moisture content of the soil
by periodic sprinkling operations.
MULCHING:
Mulching of seeded areas will not be required but may be employed at the
option of the Contractor as an aid in reducing erosion and conserving soil
moisture. If employed, the mulch shall conform to the requirements of this
specification. The rate of application of the mulch depends on the texture
of the mulch. The proper application will allow some sunlight to penetrate
and air to circulate, at the same time. shading the ground. If desired,
immediately after the mulch is spread, the material may be anchored to the
soil by a cultipacker, disc harrow, or other suitable equipment.
ESTABLISHMENT AND MAINTENANCE:
The ContI'actor is responsible for providing a satisfactory stand of living
seeded grass in which gaps larger than 12 inches do not occur at the time of
acceptance of the project. Any areas which fail to show a uniform stand for
any reason whatsoever, shall be reseeded with Hulled Bermuda seed, and such
reseeding shall be repeated until acceptance by the Engineer. The Contractor
shall properly water, mow and otherwise maintain all planted areas and any
damage resulting from erosion, washing or other causes, shall be repaired by
fill topsoil, tamping, refertilizing and reseeding at no additional expense
to the Owner, if such damage occurs prior to acceptance of the project.
GRASSING TO CONTROL EROSION:
In the ev,ent completion of grading operations of areas to be planted extends
beyond the specified grassing periods, grassing must be postponed until the
following spring season. The Contractor will be permitted to seed such
areas with Rye qrass at his own expense, or by mulchinq shall control
erosion of the qraded areas. All mowing and maintenance operations during
the fall and. winter seasons will be the obligation of the Contractor.
Erosion must be controlled by acceptable methods to prevent damage to the
Owner's property or to adjacent property owners, and to limit migration of
silt .to the streams.
'ZEL, ENGINEERS
9905-03 Tl9. doc
T19-3
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T19
GRASSING
GRASSING TABLE
Permanent Cover:
Fertilizer: 5-10-10; 1800 lbs. per acre
Agricultural Lime: 2 tons per acre
Mulch: 2-1/2 tons mulch hay per acre
On slopes 3:1 or less:
Hulled Common Bermuda
Tall Fes,::ue
Un-hulled Common Burmuda
Annual Rye Grass
2/15 - 6/15
6/15 - 10115
10115 - 2/15
10 lb/ac
50 lb/ac
10 lblac
40 lblac
OR,
OR,
AND,
On slopes greater than 3:1: In addition to the above, add:
Interstate Lespedeza (scarified) 60 lb/ac 3/1-7/31
Intersta~e Lespedeza (unscarified) 75 lb/ac 811-2/29
OR,
Temporary Cover:
Fertilizl~r: 10-10-10; 500 lbs. per acre
Agricultural Lime: 1000 lbs. per acre
Mulch: As Needed
PAYMENT:
No separate payment will be made for the grassing, erosion control and
sediment containment measures and other work covered by this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T19.doc
T19-4
I
..
I
I
I
I
I
I
I
lit
I
I
I
I
I
I
..
I
I
SECTION T20
ASPHALT PAVEMENT
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, supervision, equipment, materials and performing all
operations in connection with the pavement of the driveway and parking area of
this project, in accordance with this section of the specifications, and
subject to the terms and conditions of the Contract.
GENERAL
Asphalt Pavement: Asphalt pavement shall consist of the excavation, filling,
preparation and further compaction when necessary of the proof-rolled and
recompacted subgrade, placing of the graded aggregate base course, application
of bituminous prime coat, application of the binder course, tack coat, and an
asphaltic concrete surface course and performing other items of construction as
indicated o,r necessary to complete the pavement.
SEASONAL LIJ~ITATIONS:
No bituminous materials shall be applied for surface treatment between November
10 and April 10, except with written approval of the Engineer.
WEATHER LIMITATIONS:
Bituminous Inixtures shall not be produced or placed during rainy weather, when
the subgrad(~ or base course is frozen or shows any evidence of excess moisture
or when the moisture on the surface to be paved would prevent proper bond, nor
when the ai:c temperature is less than 450 F. in the shade away from artificial
heat.
APPLICABLE SPECIFICATIONS:
All work and materials required under this section of the specifications shall
conform to the applicable sections of the "Standard Specifications for the
Construction of Roads and Bridges" of the Department of Transportation, State
of Georgia.
SUBGRADE:
Excavation: The Contractor shall excavate the existing material as needed to
provide for the base course. All unsuitable 'excavated materials that cannot be
used in fill areas shall be wasted in spoil areas. Excavation shall be
performed in a manner and sequence that will provide drainage at all times.
All excavation shall be unclassified and considered common excavation for this
project
Gradinq, Fillinq and Backfillinq: The grading shall conform to the
requirements' described in det~il in the "Site Work" section
specifications. Filling and backfilling shall conform to Section
specifications.
applicable
of these
T2 of the
'ZEL, ENGINEERS
9905-03 T20.doc
T20-l
I
..
I
I
I
I
I
I
I
lit
I
I
,I
I
I
I
..
I
I
SECTION T20
ASPHALT PAVEMENT
Protection of Subqrade: The Contractor shall protect the subgrade from damage
and shall :!ceep it adequately drained. It shall be kept free from ruts and
other depressions and in a smooth and compacted condition until the asphaltic
binder course has been placed.
GRADED AGGREGATE BASE COURSE:
An 8" thick graded aggregate base course shall be constructed using Class A
graded aggregate material conforming to the requirements of Article 816 of
the Georgia DOT Standard Specifications. The graded aggregate base course
shall be applied in accordance with the applicable requirements of Section
300 and 303 of the Georgia DOT Standard Specifications. Material shall be
compacted to at least 100% of maximum density at optimum moisture content
based upon the Modified Proctor Method, ASTM D-1557. The base shall be
drained by installing weeps at low points and intervals not to exceed, 50 ft.
BITUMINOUS PRIME:
Bituminous prime shall be applied to the finished base course and to existing
surface treatment at a rate of not less than 0.18 and not more than 0.23
gallons per square yard, using materials conforming to Article 820.00 of the
Georgia DOT Specifications. Application of the bituminous prime shall be in
accordance with Section 412 of those specifications.
ASPHALTIC CONCRETE BINDER AND SURFACE COURSES:
General: Areas required to be paved shall receive a 2-1/2" Binde~Course and a
1-1/2" inch compacted thickness surface course~ The surface course shall be
Asphaltic Concrete, Type Ei the binder course, Type B.
Materials: The materials used shall be in accordance with the following
Articles ,from the Georgia DOT Specifications.
Asphalt Cement
820.01 - Table 820.1
Coarse Aggregate for,
Asphaltic Concrete
802.02
Fine Aqgregate for
Asphaltic Concrete
802.01
MineraJl Filler
803.01
Mix: The. job mix will be determined in accordance with the provisions of
Article 400..04 of the Georgia DOT Specifications and shall require the approval
of the Engineer.
Application:: Apply the asphaltic concrete surface course in accordance with
the applicable requirements of Section 400, Georgia DOT Specifications.
Compaction: Compact to at least 98%,of the density of a laboratory specimen of
the same mixture subjected to 50 blows of a standard Marshall Hammer on each
side of the specimen, based on the Marshall Test Procedure, ASTM D-1559.
'ZEL, ENGINEERS
9905-03 T20. doc
T20-2
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T20
ASPHALT PAVEMENT
TESTS:
Materials: The Contractor shall be responsible for having the materials he
proposes to furnish tested to demonstrate this conformance to these
specificati.ons. Certified copies of Test Reports shall be approved by the
Engineer prior to construction.
Compaction and Thickness: Compaction and.thickness tests will be made at the
discretion of, and at locations specified by the Engineer, at no cost to the
Contractor.
RESTORATION; OF PROPERTY:
The Contractor shall carefully restore all property defaced by operation or
acts by his agents or employees. Such restoration shall include, but not be
limited to seeding, sodding, ornamental planting, repair or replacement of
structures, or other facilities and shall be at least equal in quality to the
original undisturbed condition. No such cost shall be incurred by the Owner.
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum bid for the completed work.
'ZEL, ENGINEERS
9905-03 T20, doc
T20-3
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
I
..
I
I
SECTION T21
FENCING
SCOPE:
The work covered by thi~ section of the specifications consists of
furnishing all plant, labor, equipment, and materials, and in performing all
operations in connection with the construction of the west side chain link
fence, complete with all appurtenances, in strict accordance with this
section of the specifications, the applicable drawings, and subject to the
terms and conditions of the Contract. The west fence is to close the fencing
for the Bite by connecting to the fencing of Contract I.
MATERIAL~) :
General: The fence shall have an overall height of 7' including the 3
strands of barbed wire on the top, arms vertical. The fence shall be the
standard product of Cyclone Fence Corp., or American Chain & Cable, Anchor
Post Products, or eq~al. Pipe, posts and braces shall be heavy galvanized.
Fabric shall be No. 9 gauge, 2" mesh, aluminum coated chain link fence
fabric in conformance with ASTM A 491.
Posts: Line posts, 2-1/2" O.D. @ 3.65 lbs/FT. shall be spaced not more than
10'. Corner posts shall be 3" O.D. @ 5.79 lbs/FT. Posts for the 16' gate
leafs shall be 4" sched. 40 @ 10.8 lbs/FT. Posts shall be anchored in
concrete footings, crowned to shed water.
Toprail: A 1-5/8" O.D. @ 2.27 Ibs/FT. toprail shall be provided for the
entire femce.
Fabric
along
wire.
wires
R,:!inforcinq Wire: All fabric reinforcing wire shall be provided
the bottom edge. It shall be not less than No. 7 gauge coiled spring
Galvanized ties or clips shall be provided for attaching reinfording
to fabric at intervals 9f not more than 2 feet.
Post Braces: Nominal 1-5/8" o. D. @ 2.27 lbs. 1FT. galvanized tubular post
braces e;{tending to each adj acent line post at mid-height of the fabric
shall be provided for each corner, pull and end post. A 3/8" diameter truss
rod shall also be provided from the line post back to the dorner, pull, or
end post, with a turnbuckle or other equivalent provision for adjustment.
Stretche:r' bars 3/16 x 3/4 inch in size, with length 1" less than fabric
height, shall be provided for stretching and securing the fabric at each
end, corner and pull post, one for each end post and two for each corner and
pull post..
Post Tops;: All posts shall be provided with post tops which will fit over
the outside of posts to exclude moisture and shall be combination tops with
barbed wire supporting arms. Post tops shall be provided with a hole
suitable for the through passage of'the top rail. .
Barbed wire supportinq arms shall be vertical and shall be fitted with clips
or other means for securing three lines of galvanized barbed wire, the top
line approximately 12" above the top of the fabric and'the other lines
spaced uniformly between ,the top line and the top of the fabric.
'ZEL, ENGINEERS
9905-03 T21.doc
T2l-l
I
..
I
I
I
I
I
I
I
lID
I
I
I
I
I
I
..
I
I
SECTION T2l
FENCING
Barbed wire shall consist of 2 strands of 12-1/2 gauge wire with 14 gauge 4
point ba::bs spaced approximately 5" apart. The wire shall be aluminum
coated. The barbs may be aluminum coated or galvanized.
Ties or clips of adequate strength shall be provided in sufficient number
for attaching the fabric to all line posts and to top rail at intervals not
exceeding 15 inches.
Gates shall be swing-type complete with latches, stops, keepers and hinges,
with 3 strands of barbed wire mounted on vertical arms above the fabric.
Frames fc,r Gate Leafs up to 16' shall have primary frame members of 4" o. D.
@ 9.1 lbs/FT. Gates shall be trussed and br~ced in such a manner as to
provide a rigid frame and ample strength to insure a gate free from sag and
twist. ~rhe end members of each frame shall be extended approximately 12"
above the top member and arranged for attaching 3 uniformly spaced lines of
barbed wire.
Stretcher bars shall be provided for each gate to facilitate tight
installation of the fabric in each gate frame.
Ties, bands and clips of adequate strength shall be provided in sufficient
number for attaching the fabric to the frame and stretcher bars and the
stretcher bars to the gate frame.
Hinqes shall be of heavy pattern, of adequate strength for the gate, and
with large bearing surfaces for clamping in position. The hinges shall not
twist or turn under the action of the gate. The gates shall be capable of
being opened and closed easily by one person.
Latches, stops and keepers shall be provided for all gates; the latches
shall thE~ plunger bar arranged to engage the stops when closed and the
keepers when open. Latches shall be arranged for locking by padlock. Center
stops shall consist of a device arranged to be set in concrete and to engage
the plunger of the latch bar of the double gate. Keepers shall consist of a
mechanical device for securing the free end of the gate when in full open
position, one being required for each gate leaf.
Bands or clips of adequate strength shall be provided in sufficient number
for attaching the fabric and stretcher bars to all terminal posts at
intervals not exceeding 15 inches.
Finish: All metallic units or items not otherwise specified shall be hot-
dip galvanized finish. Ties, clips, and bands and barbed wire barbs may be
aluminum.
INSTALLATION:
Post Set tinq: All posts shall be securely anchored in concrete footings,
neatly CJ:owned to shed water. Footings shall be poured in cored holes
unless the soil will not permit coring, in which case alternate methods will
be permitted subject to prior approval by the Engineer. Footings for line
posts shall be 10" diameter by 2' -9" deep and for corner, and end posts
shall be 16" diameter by 3'-6" deep; for th~ gate posts, the footing shall
be 20" diameter by 4' -6" deep. In all cases, the posts shall extend to
'ZEL, ENGINEERS
9905-03 T21. doc
T2l-2
I
..
I
I
I
I
I
I
I
--
I
I
I
I
I
..
I
..
I
I
SECTION T2l
FENCING
within 3 inches of the bottom of the footing. Posts shall be aligned and
set to permit fabric and top rail installation at a uniform grade
approximating the general slope of the ground. Where necessary, to prevent
short length sags or dips in the top of the fence, post heights shall be
adjusted as directed by the Engineer.
Post Spacinq: Each run of fence shall be set up so that a uniform spacing
of posts will result. The spacing shall be approximately, but not more than
10 feet. Corner and gate posts shall be used as pull posts and shall be
installed to facilitate proper stretching of the fabric during its
installation.
PAYMENT:
No separate payment will be made for the work covered by this section of the
specifications. All costs in connection therewith shall be included in the
Lump Sum Bid for the completed work.
'ZEL, ENGINEERS
9905-03 T21.doc
T21-3