HomeMy WebLinkAboutJames B. Messerly W.W.T.P Additions Chlorine Systems Improvments
Augusta Richmond GA
J 13 t.. A I \Al W "T 1/ )rclcli-!-(DYtS
DOCUMENT NAME: llmeS . n esSer 1 ".'
t h lor I ne S 'j stt\'ll'S "J:mV\,Qvevne..n\-s
DOCUMENT TYPE: C. on +r~c+
YEAR:
ly'qC{
BOX NUMBER: ~
FILE NUMBER: I S 1 f.p q
NUMBER OF PAGES:
yy-
'.::.:,::::.:..:\::::.:':::::T;:::::::t:::::;';:.;:;:::ii?:iiii~lIm;j.~.:'mlr'.i__ml:'" :'::....::..... ....:.:...::.......................:.:
'::. ':..i::::: . .::'-:" ::;:.. .:.:.:-:.;:: ,,:'::,,:::,:~'.i", ...iL: ::.....:. .:" .' " :" . :::(. ::. ..; :.;. ...: ;.. :.:. :,' '. '. :::....::: .:.,>..-:.::.: :':" :..:..:......::.... ..:,",::,:::::rr))))~::t:::. ....:.
DATE (MMIDDIYY)
07/20/98
PRODUCER
Palmer & Cay of Georgia, Inc.
Savannah Commercial Lines
P. O. Bo>: 847
Savannah, GA 31402
TIllS CERTIFICATE IS ISSUED AS A MAITER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE nOLDER. TIns CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A
Transcontinental Ins Co
INSURED
COMPANY
AquaSouth Construction, Inc.
PO Box 747
B
Transportation Ins Co
COMPANY
Pooler
GA 31322
c
COMPANY
D
TIllS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDmG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WIlIcn TIllS
CERTIFICATE MAYBE ISSUED OR MA Y PERTAIN, TIlE INSURANCE AFFORDED BY THE POLICIES DESCRIBED llEREIN IS SUBJECT TO ALL TIlE TERMS,
EXCLUSIONS AND CONDITION5 OF SUCll POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFF.
DATE (MMIDDIYY)
POLICY EXP.
DATE (lIIMIDDIYY)
LIMITS
GENERAL LIABILITY
A
COl\1lI1. GENERAL LIABILITY
CLAIMS MADE 0 OCCUR
OWNER'S & CONTRACT'S PROT
C156135070
7/30/97
7/30/98
GE~~RALAGGREGATE
PROD-COMP/OP AGG.
PERS. & ADV. INJURY
EACH OCCURRENCE
FIRE DAMAGE(One Fire)
MED Exp(Any one person)
000
1000
AUTOMOBILE LIABILITY
B X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON-DWNED AUTOS
C156135084
7/30/97
7/30/98
COMBINED SINGLE
LIMIT
1000000
BODILY INJURY
(Per person)
BODILY INJURY
(Per Beelden!)
PROPERTY DAMAGE
GARAGE LIABILITY
ANY AUTO
AUTO ONLY -EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EXCESS LIABILITY
A X UMBRELLA FORM
OTIIER THAN mmRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
C156135098
7/30/97
7/30/98
EACH OCCURRENCE
AGGREGATE
1000000
1000000
SfATUTORY LIMITS
A
WCC162165097
7/30/97
7/30/98
EACH ACCIDENT
DISEASE-POLICY LIMIT
DISEASE-EACH EMPL.
100000
500000
100000
THE PROPRIETOR!
PARTNERSiEXECUfIVE
OFFICERS ARE:
INCL
EXCL
OTHER
A
C156135070
7/30/97
7/30/98
Leased and Rented
Equipment
LIMIT: $5,000 Any Item
$5,000 Aggregate
DESCRIPTION OF OPERA TIONSIl.OCA TIONSIVEHICLES/SPECIAL ITEMS
Certificate holder is named as additional insured as respects GL
coverage.
Project: James B Mes 3erly WWTP Additions
Chlorine Systems ImprDvements
SHOULD ANY OF TIlE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
Augusta-Richmond County
Commission
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEA VOR TO
MAIL 30 DAYS WRIITEN NOTICE TO TIlE CERTIFICATE HOLDER NAMED TO THE
LEFf, Bur FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON TIlE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENT A TIVE
~~
Municipal Building
Augusta GJI 30911
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA - RICHMOND
UTILITIES DEPARTMENT
JAMES B. MESSERLY W.W.T.P. ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
CONTRACT DOCUMENTS
May 1998
Project 9416C
PREPARED BY
2El.
435 TELFAIR ST.
AUGUSTA. GEORGIA
ENGINEERS
PHONE (706)724-5627
ZIMMERMAN, EVANS AND LEOPOLD, INC.
ADDEHDA 1 & 2
ADVEI~TISEMENT fOR BIDS
INFORMATION FOR BIDDERS
BID
BID BOND
NOTICE OF AWJl.RD
AGREEMENT
PAYMENT BOND
PERFORMANCE BOND
CERT::FICATE OF OWNER I S ATTORNEY
NOTICE TO PROCEED
CONTE~CT CHANGE ORDER
GENEE~~ CONDITIONS
SPECIAL CONDITIONS
I
I
I
I
I
I
I
INDEX
I
I
SECTlON
TECHNICAL SPECIFICATIONS:
PAGE NO.
I
T-:~
T-;~
T-]
T-4
T-;;
T-6
T-7
T-E:
T-9
T-10
T-11
T-12
I
I
I
I
I
I
I
I
9416-13in,j. doc
I
TITLE
DEMOLITION
EXCAVATION, FILLING AND BACKFILLING
CONCRETE
GRASSING
MISCELLANEOUS METALWORK
PLANT AND Y.~D PIPING
VALVES
BUILDING ACCESSORIES
PAINTING AND FINISHING
CHLORINATION EQUIPMENT
PLUMBING, HEATING, AND VENTILATION
ELECTRICAL
T1-1 THRU Tl-2
T2-1 THRU T2-3
T3-1 THRO T3-2
T4-1 THRU T4-3
T5-1 THRU T5-2
T6-1 THRU T6-4
T7-1 THRO T7-2
T8-1 THRU T8-2
T9-1 THRO T9-4
T10-1 THRU T10-5
T11-1 THRU T11-3
T12-1 THRU T12-10
INDEX
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDENDUM NO. 1
TO
CONTRACT DOCUMENTS
FOR THE
J. B. MESSERLY W. W. T. P.
CHLORINE SYSTEMS IMPROVEMENTS
AUGUSTA - RICHMOND COUNTY
ZIMMERMAN, ~ANS AND LEOPOLD, INC., CONSULTING ENGINEERS ----Mav 15, 1998
SECTION T-I0 - CHLORINATION EQUIPMENT:
REPLACE "SECTION T-IO" Pages TI0-1 TO 10-3 WITH ATTACHED "Revised SECTION T -
10" Pages TIO-I to TIO-5.
EACH BIDJER IS REQUESTED TO ACKNOWL2DGE RECEIPT OF .l:illDENDUM NO. 1 BY J\TTACHING
THIS COP'{ TO THE FRONT fLYLEAF OF THE CONTRACT DOCUMENTS .~D NOTING RECEIPT Of
SAME ON :?~GE 3-1 OF THE BID.
END OF ADDENDUM NO. 1
I
I
I
ADDENDUM NO. 2
I
TO
CONTRACT DOCUMENTS
FOR THE
J. B. MESSERLY W. W. T. P.
CHLORINE SYSTEMS IMPROVEMENTS
I
AUGUSTA - RICHMOND COUNTY
I
ZIMMERMl~, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS ----May 26, 1998
I
Revised SECTION T-l0 - CHLORINATION EQUIPMENT:
I
On page Tl0-l, GENERAL:, Standard Products: REPLACE "American Sigma"
with "Capital Controls Company, Inc."
I
On page Tl0-4, SUPERVISION OF INSTALLATION: At the end of the paragraph
add: "The manufacturer or his agent shall provide one day (8 hrs.) of
operator training, one day (8 hrs.) of startup assistance and one day (8
hrs) installation supervision as a minimum."
I
DRAWING No.3:
On NOTE: "1" Schedule..." ADD "Fittings shall be #3000.
I
DRAWING No.4:
DELETE ALL REFERENCES TO SCHEDULE 40 PVC
I
EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 BY ATTACHING
THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND NOTING RECEIPT OF
SAME ON ?AGE B-1 OF THE BID.
END OF ADDENDUM NO. 2
I
I
I
I
I
I
I
I
I
ADVERTISEMENT FOR BIDS
I
SEALED BIDS for the construction of chlorination facilities at the James B.
Messerly Wastewater Treatment Plant consisting of replacement of three 2,000
+/day chlorinators, changeover to a full vacuum chlorination system,
extension of the chlorination piping and associated work, hereinafter
referred to by project name as:
I
Bid Item 98-114 : JAMES B. MESSERLY WWTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
I
will be received by:
Augusta-Richmond County
I
hereinafter referred to as the OWNER at the offices of:
I
Ms. Geri A. Sams
Purchasing Department
Room 605 Municipal Building
Greene Street
Augusta, Georgia 30911
I
until 11:00 A.M. EST on the 28 day of ~, 1998 at which time all bids
will be publicly opened and read in the presence of those interested.
I
The CONTRACT DOCUMENTS may be examined during regular business hours at the
office of Zimmerman, Evans and Leopold, Inc., Consulting Engineers; at the
F. \11. Dodge Plan Rooms, Augusta and Atlanta; or at the Augusta Builders
Exchange.
I
Copies of the CONTRACT DOCUMENTS may be obtained at the office of Zimmerman,
Evans and Leopold, Inc., 435 Telfair Street, Augusta, Georgia 30901, upon
payment of $ 100.00 (non-refundable)for each set.
I
A 1C% bid bond is required; a 100% performance bond and 100% payment bond
will be required.
I
The OWNER reserves the right to waive any informalities and to reject any or
all bids.
I
Bidders are cautioned that sequestration of bidding documents through any
source other than the office of the ZEL Engineers is not advisable.
Acquisition of bidding documents from unauthorized sources placed the bidder
at the risk of receiving incomplete or inaccurate information upon which to
base his proposal.
I
It is the wish of the Owner that minority businesses be given the
opportunity to bid on the various parts of the work. This desire on the part
of the Owner is not intended to restrict or limit competitive bidding or to
increase the cost of the work. The Owner supports a heal thy free market
system that seeks to include responsible businesses and provide ample
opportunity for business growth and development.
I
GERI A. SAMS, Purchasing Director
I
Publish:
Augusta Chronicle
Augusta Focus
May 1, 5, 13, 19, 1998
May 7, 1998
I
I
9416-13AFB advertisement.doc
AFB-1
I
I
I
INFORMATION FOR BIDDERS
I
Bids will be received by the Augusta-Richmond County Commission (herein
called the "OWNER"), at the office of the Purchasing Supervisor, Room 605,
Municipal Building, Augusta, Georgia 30911, until on
and t:hen at said office publicly opened and read aloud for
I
PROJECT:
JAMES B. MESSERLY WWTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
I
Each BID must be submitted in a sealed envelope, addressed to Augusta-
Richmond County Commission, c/o Purchasing Supervisor, Room 605 Municipal
Building, Augusta, Georgia, 30911. Each sealed envelope containing a BID
must be plainly marked on the outside as BID for (name of Project as
indicated above) and the envelope should bear on the outside the name of
the BIDDER, his address, and his license number if applicable. If
forwa.rded by mail, the sealed envelope containing the BID must be enclosed
in another envelope addressed to Augusta-Richmond County Commission, c/o
Purct.asing Supervisor, 207 Municipal Building, Augusta, Georgia 30911.
I
I
I
All BIDS must be made on the required BID form. All blank spaces for BID
pricEs must be filled in, in ink or typewritten, and the BID form must be
fully completed and executed when submitted. Only one copy of the BID form
is required.
I
I
The OWNER may waive any informalities or minor defects or rej ect any and
all E.IDS. Any BID may be withdrawn prior to the above scheduled time for
the opening of BIDS or authorized postponement thereof. Any BID received
after the time and date specified shall not be considered. No BIDDER may
withdraw a BID within 60 days after the actual date of the opening thereof.
Should there be reasons why the contract cannot be awarded wi thin the
specified period, the time may be extended by mutual agreement between the
OWNER and the BIDDER.
I
I
BIDDERS must satisfy themselves of the accuracy of the estimated quantities
in the Bid Schedule by examination of the site and a review of the drawings
and specifications including ADDENDA. After BIDS have been submitted, the
BIDDER shall not assert that there was a misunderstanding concerning the
quantities of WORK or of the nature of the WORK to be done.
I
The CONTRACT DOCUMENTS contain the provisions required for the construction
of the PROJECT. Information obtained from an officer, agent, or employee
of the OWNER or any other person shall not affect the risks or obligations
assumed by the CONTRACTOR or relieve him from fulfilling any of the
conditions of the contract.
I
I
Each BID must be accompanied by a BID Bond payable to the OWNER for ten
percent (10%) of the total amount of the BID. As soon as the BID prices
have :~een compared, the OWNER will return the bonds of all except the three
lowest responsible BIDDERS. When the Agreement is executed the bonds of
the two remaining unsuccessful BIDDERS will be returned. The BID Bond of
the successful BIDDER will be retained until the Payment Bond and
Performance Bond have been executed and approved, after which it will be
retur~ed. A certified check may be used in lieu of a BID Bond.
I
I
A performance bond and a payment bond, each in the amount of 100 percent of
the CJNTRACT PRICE, with a corporate surety approved by the OWNER, will be
required for the faithful performance of the contract.
I
9416-13 Ira _ doc
IFB-1
I
I
I
AttoJ:neys-in-fact who sign BID bonds or payment bonds and performance bonds
must file with each bond a certified and effective dated copy of their
power of attorney.
I
The party to whom the contract is awarded will be required to execute the
Agreement and obtain the performance bond and payment bond wi thin ten
calendar days from the date when NOTICE OF AWARD is delivered to the
bidder. The NOTICE OF AWARD shall be accompanied by the necessary Agreement
and bond forms. In case of failure of the BIDDER to execute the Agreement,
the OWNER may at his option consider the BIDDER in default, in which case
the 3ID bond accompanying the proposal shall become the property of the
OWNEH.
I
I
The OWNER within 10 days of receipt of acceptable performance bond, payment
bond and Agreement signed by the party to whom the Agreement was awarded
shalJ. sign the Agreement and return to such party an executed duplicate of
the Agreement. Should the OWNER not execute the Agreement wi thin such
period, the BIDDER may by written notice withdraw his signed Agreement.
Such notice of withdrawal shall be effective upon receipt of the notice by
the OWNER.
I
I
I
The NOTICE TO PROCEED shall be issued within 10 days of the execution of
the Agreement by the OWNER. Should there be reasons why the NOTICE TO
PROCEED cannot be issued wi thin such period, the time may be extended by
mutual agreement between the OWNER and CONTRACTOR. If the NOTICE TO
PROCEED has not been issued within the 10 day period or within the period
mutually agreed upon, the CONTRACTOR may terminate the Agreement without
further liability on the part of either party.
I
I
The OWNER may make such investigations as he deems necessary to determine
the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish
to H.e OWNER all such information and data for this purpose as the OWNER
may :request. The OWNER reserves the right to rej ect any BID if the
evidence submitted by, or investigation of, such BIDDER fails to satisfy
the OWNER that such BIDDER is properly qualified to carry out the
obligations of the Agreement and to complete the WORK contemplated therein.
I
A conditional or qualified BID will not be accepted.
I
Award will be made as a whole to one BIDDER.
I
All applicable laws, ordinances, and
authorities having jurisdiction over
apply to the contract throughout.
the rules and
construction of
regulations of all
the project shall
I
Each BIDDER is responsible for inspecting the site and for reading and
being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or
omiss.ion of any BIDDER to do any of the foregoing shall in no way relieve
any BIDDER from any obligation in respect to his BID.
I
The low BIDDER shall supply the names and addresses of maj or material
SUPPLIERS and SUBCONTRACTORS when requested to do so by the OWNER.
The ENGINEER is ZIMMERMAN, EVANS AND LEOPOLD, INC. 435 Telfair Street,
Augus':a, Georgia 30901.
I
I
I
9416-13 IFB. doc
IFB-2
I
.1
I
1
I
I
1
I
1
1
I
I
I
I
I
1
I
1
I
I
BID
PROPOSAL OF AQUASOUTH CONSTRUCTION, INC. (hereinafter)
called "BIDDER", organized and existing under the laws of the state of
Georgia , doing business as a Corporation *
TO:
Augusta-Richmond County Commission
Municipal Building
Augusta, Georgia 30911 (hereinafter called "OWNER") .
SUBJECT:
~\MES B. MESSERLY WWTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
Gentlemen:
The BIDDER, in compliance with your Invitation for Bids for the
constructio::l of the subject project, having examined the plans and
specificati':>ns with related documents and the site of the proposed work,
and being familiar with all of the conditions surrounding the construction
of the proposed project including the availability of materials and labor,
hereby proposes to furnish all labor, materials, and supplies, and to
construct the project in accordance with the Contract Documents, within the
time set forth therein, and at the prices stated below.
These prices are to cover all expenses incurred in performing the work
required under the Contract Documents, of which this proposal is a part.
BIDDER hereby agrees to commence work under this Contract on or before a
date to be specified in written NOTICE TO PROCEED of the OWNER and to
fully complete the PROJECT within 120 consecutive calendar days thereafter
as stipulaced in the specifications. BIDDER further agrees to pay as
liquidated damages, the sum of $300 for each consecutive calendar day
thereafter as hereinafter provided in Article 15 of the General Conditions,
and paragraph 3.2 of the Agreement.
BIDDER acknowledges receipt of the following ADDENDUM (A) :
Addendum t;o. 1 da ted 5/15/98
Adcencum No. 2 dated 5/26/98
BIDDER agr.~es to perform all the work described in the Base Bid of the
CONTRACT DOCUMENTS for the total sum of:
fi'f'!"t 51 ~ -r He IJSA~D I Nld Eo flcJrfA€.E':~
Dollars ($J5~'44 ~)
orlc H r.Jrl bRe
~ rcovf2.
----------~.----------------------------------------------------------------
AMOUNTS ARE TO BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY,
THE AMOUNT SHOWN IN WORDS SHALL GOVERN.
---------_._-----------------~----------------------------------------------
*Insert "a corporation", "a partnership", or "an individual", as applicable.
9416-IJBID.doc
. B-1
.1
1
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.
1
Upon receipt of written Notice of Acceptance of this Bid, BIDDER will
execute the formal Contract attached within 10 days and deliver a Surety
Bond or Bonds as required by Article 22 of the General Conditions. The bid
security attached in the sum of Tpn (10) Pprrpnr ~f Rin
Dollars
1
1
($ ) .
is to become the property
are not executed within the time
the delay and additional
t the Contract and Bond
liquidated damages for
thereby.
I
I e Harold J. Walker
I Name AQUASOl.ITH CONSTRUCTION. INC.
I
Address P. O. Box 747
Pooler, Georgia
31322
I
(SEAL - if Bid is by
a corporation)
I
(912) 965-1250
I
I
, .
I
I
I
I
I
9416-138ID.doc
B-2
1
.1
I
1
I
I
I
I
1
1
I
I
1
I
I
1
I
I
I
I
BID BOND
KNOW ALL ME~ BY THESE PRESENTS, that we, the undersigned,
AquaSouth Construction, Inc.
as
Principal, and
Selective Insurance Company of America
a3
Surety, ar'e hereby held
Georgia (by and through
Ten (10) Percent of Bid
and
its
firmly bound unto Augusta-Richmond
Commission) as Owner, in the penal
County,
sum of
for the
and
payment 0 E which, well
severally bind ourselves,
and truly to be made,
successors and a53ign5.
we
hereby jointly
Signed, this
28th
day of May
, 19~
The condit.ion of the above obligation is such that whereas the principal
has submit:ted to the Augusta-Richmond County Commission, a certain
Bid, attached hereto, and hereby made a part hereof to enter into a
contract in writing, for the construction of:
JAMES B. MESSERLY WWTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
NOW THEREFORE,
(a)
If said Bid shall be rejected, or in the alternate,
(b)
If said Bid shall be accepted and the Principal 3hall
execute and deliver a contract in the form of Contract
attached hereto, (properly completed in accordance with said
Bid), and 3hall furnish a bond for hi3 faithful performance
of said Contract, and for the payment of all persons
performing labor or furnishing materials in connection
t.herewith, and shall, in all other respects, perform the
agreement created by the acceptance of said Bid,
then this obligation shall be void, otherwise the same shall remain in
force and effect; it being expressly understood and agreed that the
liabilit:{ of the surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated.
The SUrE!ty, for value received, hereby stipulates and agrees that the
obligation cf said Surety and its Bond shall be in no way impaired or
affected by any extension of the time within which the Owner may accept
such Bid; and said Surety does hereby waive notice of any such extension.
..
B8-1
9U 6-1 JBB. c1Cc:
I
I
their
. ncipal and the Surety have hereunto set thei r
of them as are corporations have caused their
to affixed and these presents to be signed by
day and year first set forth above.
I
I
I
SElE.CTIVE INSURANCE COMPANY
OF AMERICA
I
Surety
I
C~J~'l
CHARLES W. SEILER
ATTORNEY. IN. FACT
GA .:ff 414695
PALMER & CAY OF GEORG
IA "1C..
25 BULL ST. I P. O. BOX 84]
.SAVANNAH, GA 31402
.912.231 .6934
By
I
IMPORTANT: Surety Companies executing Bonds must appear on the Treasury
Deparcment's most current list (Circular 570 as amended) and be authorized
to transact business in the state where the project is located.
I
I
I
I
I
I
I
I
I
'r
I
9416-1JB6.dOC
B8-2
I
.1
I
I
I
I
I
I
I
I
I ~
0
I u
a
t.:.J
-
'-=-
I ~
t.:.J
U
I
I
I
I
I
I
I
S e1NSU RANCE
c~e
Selective Insurance Company of America
40 Wantage Avenue
Branchville, New Jersey 07890
973-948-3000
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That me Sefective Insurance Company of America, a New Jersey cor-
poracion having itS principal office in Branchville, State of New Jersey, pursuant to Article VII, Section 13 of me By-
Laws of said Company. to wit:
"The Chairman of me Board, President, any Vice Presidents or me Secretary may, from time to time, appoint attor-
neys in fact, and agentS to act for and on behalf of me Company and mey may give such appointee such authority, as
his/her ce:rcificate of authority may prescribe, to sign with the Company's name and seal with the Company's seal,
bonds, re,:ognizances, contracts of indemnity and other writings obligatory in the nature of a bond, recognizance or
condicional underraking, and any of said Officers may, at any time, remove any s:.lch appointee and revoke me power
and authority given him/her.
does hereby make, constitute and appoint CHARLES W. SEILER
itS true and lawful Attorney-in-fact, to make, execute, seal and deliver f()r and on its behalf, and as itS act and deed,
bonds, undertakings, recognizances, contracts of indemni~ or other writin~ obli~torv in the nature of a bond sub-
j~ct co the following limitations: NO ONE BOND TO EXCE DONE MILLIO FIVE UNDRED THOUSAND DOLLARS
tS 1,500,000.00)
and to bir:.d me Selective Insurance Company of America thereby as fully and to me same extent as if such instrumentS
were signc:d by me duly authorized officers of me Selective Insurance Company of America, and all the acts of said
Attorney are hereby ratified and confirmed,
IN \:(1lTNESS WHEREOF, the Selective Insurance Company of America has caused these presentS to be signed
by its Vice President and itS corporate seal to me hereto affIxed this 2ND day of
MARCH , 19 98 ~Olt
/? ~ '~'P.44')-
~~
BY: _ .~?
SCl.CeofNew,"ersev. EE Grea.-W-;,]r., V esiderf I'"
I"~ 926 ;J=O
Councy of Swsa \\ ~\-'h ~ ! f5iij
On rhis 2ND day of MARCH 1998 before rhe subscribe~ No~lW!>li~e otijl"", Jersey in
and for the County of Sussex duly commissionc:d wd qualified. QInC F.F. Greaver, Jr. of the Selective [nsurance C an~ me // onilly known
to be the officer described herein. and who execuced the preceding insccument, and he acknowledged rhe aecurion 0 e sam,,*d bei y me duly sworn,
deposed and said due he is w officer of said Company uorc:s;Ud: chae rhe seal affixed ro [he preceding instrument is the co . 'd Compwy. and ene
SOLid corper-lCe seal and his signature as officer were duly affixed and subscribed [0 ene s:a..id inserumenr by the aurhoricy and direction of ene Compwy: chae Article
VII. Section 1.3 of rhe By-uws or said Compwy is now in force.
IN WITNESS WHEREOF, I have hereunco see my hwd and affixed my official seal at Branchville. New Jersey rhis
cUyof MAHCH 98 19 .
JUDITIi E. CHAMBERWN ~
2ND
"RESOLVED, me Board of Directors of Seleccive Insurance Company of America authorizes and approves me use of
a facsimile corporate seal, facsimile signatures of corporate officers and notarial acknowledgementS mereof on powers
of attorney for (he execution of bonds, recognizances, contracts of indemnity and omer writings obligatory in me
nature of a bond, recognizance or conditional undenaking....... n
l. Paericia A. F Jlkrod. Assiseane Secreeary of che Selective Insurance Compwy of America. do hereby certify [hac [he above wd foregoing is a erue wd correct copy
of a Power of l\ctOrnc:y execueed by s:a..id Company which is scill in full force and effece.
IN WITNESS WJ;:lEREOF, I have hereunto see my hand and affixed ehe seal of said Compwy ae B~'l~Jersc:y rhis 28th
cUyof t1ay 19 93 . ~ Q_~~
Assiseane Secrea.ry
8-91 (8/97)
The REO ::loreer on ::'19 faC9 of ::"':15 CQc:Ur."t:!f'l -3.$ a seC'...t:'1 VOID Dackgrour:O ;:auer.... ,~ t.5 ~Ot REO ana :ne word VOID's '/lsible. :h,S S ~o: a .:er.t:;ea c::;ov. Teleohone uS at A,rea COde 201.948.3000.
I
I
NOTICE OF AWARD
I
TO: AQUASOUTH CONSTRUCTION, INC.
P.O. Box 747
Pooler, GA 31322
I
PROJECT: JAMES B. MESSERLY WWTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
I
The OWNER has considered the BID submitted on May 28, 1998 by you for the
above described WORK in response to its Advertisement for Bids dated May 1,
1998, and Information for Bidders.
I
You c.re hereby notified that your BID has been accepted in the amount of:
One Fundred Fifty-Six Thousand, Nine Hundred Forty-Four Dollars ($ 156,944.00 ).
I
You c.re required by the Information for Bidders to execute the Agreement and
furni sh the required Contractor I s Performance Bond and Payment Bond wi thin
ten :::alendar days from the date of this Notice to you. You are also
requi red 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 from the date of the Notice, said OWNER will be entitled to consider
all your rights arising out of the OWNER'S acceptance of your BID as
aban~oned and as a forfeiture of your Bid Bond. The OWNER will be entitled
to such 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 of both bonds and in the last line of the Power of .L\.ttorney. After
execution of all copies, please return all copies to this office for
coordinating the execution by the Owner. Executed copies will then be
returned for you and your Surety along with the Notice to Proceed.
Submittal of your Insurance Certificate at an early date will permit work on
the proj ect to begin when the Notice to Proceed is issued. A
Preconstruct ion Conference will be scheduled after contracts are executed.
I
I
Please return an acknowledged copy of this NOTICE OF AWARD to the OWNER.
Dated this
7
day of Julv, 1998.
I
AUGUSTA-RICHMOND COUNTY COMMISSION
AUGUSTA, GEORGIA
ACCEPTP.NCE:
I
By ;;;.. tftlu/~ ( ~
. (/. .
Title ~p.,./d11 0/
I
I
Receipt of the above NOTICE OF
AWARD is hereby ackno71edgfd by
J1.yJ Cf So J( ~ r Iv uc::h c. 'VI r In ,-.
::~tf;-~~' 1998
Title fJ~c....~~~
I
I
I
94 1 6-lJNOA . doc
NOA-1
I
I
AGREEMENT
I
THIS AGREEMENT made this
7
day of July , 1998 by and
bet'.-leen AUGUSTA-RICHMOND COUNTY, GEORGIA, (By and through its Commission)
I
here:.nafter called Owner, and AQUASOUTH CONSTRUCTION, INC. doing business as
a corporation, hereinafter called CONTRACTOR.
I
WITNE:SSETH: That for and in consideration of the payments and agreements
hereinafter mentioned:
I
1.
The CONTRACTOR will commence and complete the construction of
JAMES B. MESSERLY WWTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
I
2. The CONTRACTOR will furnish all of the materials,
equipment, labor and other services necessary for the
completion of the project described herein.
supplies, tools,
construction and
I
3.1 The CONTRACTOR will commence the work required by the CONTRACT
DOCU[vIENTS within 10 calendar days after the date of the NOTICE TO PROCEED
and \"rill complete the same within 120 calendar days unless the period for
completion is extended otherwise by the CONTRACT DOCUMENTS.
I
3.2 LIQUIDATED Dll.MAGES. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if
the ~ork is not completed within the times specified in paragraph 3.1 above,
plus any extensions thereof allowed in accordance '.-lith Article 13 of the
General Conditions. They also recognize the delays, expense and
difficul ties involved in proving in a legal proceeding the actual loss
suffered by OWNER and CONTRACTOR if the work is not completed on time.
Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree
that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall
pay OWNER $300 for each day that expires after the time specified in
paragraph 3.1 for Completion.
I
I
I
3.3 THE CONTRACTOR has given the ENGINEER written notice of all conflicts,
errors or discrepancies that he has discovered in the CONTRACT DOCUMENTS and
the written resolution thereof by the ENGINEER is acceptable to the
CONTRACTOR.
I
4 The CONTRACTOR agrees to perform all of the work described in the
CONTRACT DOCUMENTS and comply with the ~erms therein for the sum of:
One Hundred Fifty-Six Thousand, Nine Hundred Forty-Four Dollars($156,944.00).
I
5.
The term "CONTRACT DOCUMENTS" means and includes the following:
(A) Advertisement For Bids
(8) Information for Bidders
(C) Bid
(D) Bid Bond
(E) Agreement
(F) General Conditions
(G) Payment Bond
(H) Performance Bond
(I) Certificate of Owner's Attorney
(J) Notice of Award
I
I
I
I
9416-13AC;R. doc
AGR-1
I
(K) Notice To Proceed
(L) Change Order
(M) Special Conditions
(N) Drawings prepared by Zimmerman, Evans and Leopold, Inc.
Consulting Engineers, 435 Telfair Street, Augusta, Ga.
30901/ numbered 1 through 6/ and dated May 1998.
(0) Technical Specifications prepared by Zimmerman, Evans
and Leopold, Inc. dated May 1998.
(P) ADDENDA: No. 1 dated 5/15/98 , 1998.
No. 2 dated 5/26/98 / 1998.
No. dated / 1998.
I
I
I
I
I
6. The OWNER will pay to the CONTRACTOR in the manner and at such times
as set forth in the General Conditions such amounts as required by the
CONTFACT DOCUMENTS.
I
7. This Agreement shall be binding upon all parties hereto and their
respective heirs, executors, administrators, successors, and assigns.
I
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be
executed by their duly authorized officials, this Agreement in ( 6 ) (Number
of Copies) each of which shall be deemed an original on the date-yrrst above
written.
I
This Agreement will be effective on
I
I
/ 1998.
OWNER:
I
Title:
NAME:
/J1 {SS/od TITLE:
I
I
I
Title:
I
I
I
I
9416-13AC:R. doc
I
BY:
NAME: J:1 ~lp{ ~. w41 ke..v
TI TLE: ----.Pvc. 'i!. '- ~ -..f
j
AGR-2
I
I
I
KNOW ALL MEN BY THESE PRESENTS:
PAYMENT BOND
that
I
AQUASOUTH CONSTRUCTION, INC.
(Name of Contractor)
P.O. Box 747, Pooler, GA 31322
(Address of Contractor)
I
(Name of
W ~r10~
(Address
Surety)
t4-v l:5kJv~ /
of Surety ,
, hereinafter called Principal,
Indi vidual SELECTIVE INSURANCE COMPANy'
OF. AMERICA
I
a
(Corporation, Partnership or
and
t1n~U;u~ I ~() O/~~O
.
I
hereinafter called Surety, are held and firmly bound unto Augusta-Richmond
County, Georgia, (by and through its Commission), Municipal Building,
AuguEta, Georgia 30911, hereinafter called OWNER, in the penal sum of
One Hundred Fifty-Six Thousand, Nine Hundred Forty-Four Dollars ($156,944.00)
in lc.wful money of the United States, for the payment of which sum well and
truly to be made, we bind ourselves, successors, and assigns, jointly and
severally, firmly by these presents.
THE :ONDITIONS OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with the OWNER, dated the 7 day of
Jul1:__, 1998, a copy of which is hereto attached and made a part hereof
for the construction of:
I
I
I
JAMES B. MESSERLY ~MTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
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 premiums on said work,
and ~or all labor, performed in such work whether by subcontractor or
otherwise, then this obligation shall be void; otherwise to remain in full
force and effect.
I
I
I
PROVIDED, FURTHER, that the said Surety, for value received hereby
stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the contract or to the work to be performed
there~nder or the specifications accompanying the same shall in any wise
affec'c 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.
PROVIJED FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
I
I
I
I
I
9416-13PE .doc
I?B-1
I
I
I
IN WITNESS WHEREOF, this
copies)counterparts, each one which
(number of
this the
I
day of
I
(J~-
I
I
By AQUASOUTH CONSTRUCTION, INC.
P.O. Box 747
(Address)
Pooler, GA 31322
I
3/3'2-'2-
SELECTIVE INSURANCE COMPANY
OF AMERICA
~iur:t~ ~
A orney-in-Fac ~LES w. SEILER
ATTORNEY -IN. FACT.
GA #i 414695
I
ATTEST:
I
-f
~
I
"'rIo.oI..:.1< & CMJ6Ii.~~g~GIA. 1Nt.
25 BULL ST. I P. Q. BOX 841
S.^.'J^N~J.'\I-I, G.lI. 31401
912-231.6934
I
----Pi\b.MER & CAY OP n~nnGlA. INee
2!W8l!1t:iell"& /t:fuOS~~l
SAVANNAH. GA 31402
91Z-231-6934
(Address)
(SEAL)
I
I
Date of Bond must not be prior to date of Contract.
If Contractor is Partnership, all partners should execute bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized
to transact business in the State where the project is located.
NOTE:
I
I
I
I
I
9416-13!B.doc
PB-2
I
I
I
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: that
AQUASOUTH CONSTRUCTION, INC.
(Name of Contractor)
I
I
P.O. Box 747, Pooler, GA 31322
(Address of Contractor)
or
, hereinafter called
Individual)
SELECTIVE INSURANCE COMPANY
OF. AMIIJUCA
Principal,
I
a
and :Corporation, Partnership,
I
(Name of Surety)
Lu,k""k..)~ tA-vB'k>J(~
(Address of Surety) J
13~0Vr,ulli.I , L{jO/~qo
I
I
hereinafter called Surety, are held and firmly bound unto F>.ugusta-Richmond
County, Georgia (by and through its Commission), Municipal Building,
Augusta, Georgia 30911, hereinafter called Owner, in the penal sum of
One Hundred Fifty-Six Thousand, Nine Hundred Forty-Four Dollars ($156,944.00)
in lawful money of the United States, for the payment of '",hich sum well and
truly to be made, we bind ourselves, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered
into a certain contract with the Owner, dated the 7 day of Julv ,
1998, a copy of which is hereto attached and made a part hereof for the
construction of:
I
I
I
JAMES B. MESSERLY WWTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
I
NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform
its duties, all the undertakings, covenants, terms, conditions and
agreements of said contract during the original term thereof, and any
extensions thereof which may be granted by the Owner, with or without notice
to the Surety and during the one year guaranty period, and if he shall
satisfy all claims and demands incurred under such contract and shall fully
inderrnify and save harmless the Owner from all costs and damages which it
may 5uffer by reason of failure to do so, and shall reimburse and repay the
Owner all outlay and expense which the Owner may incur in making good any
default, then this obligation shall be void; otherwise to remain in full
force and effect.
PROVIDED, FURTHER, that the said surety, for value received hereby
stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the contract or to work to be performed thereunder
or the specifications accompanying the same shall in any wise affect its
obligation on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract or to
the work or to the specifications.
PROVIDED, FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
I
I
I
I
I
I
I
9416-13P;a.doc
PFB-1
I
I
I
IN IHTNESS
counterparts,
of
ATTEST:
WHEREOF, this
each one which
, 19
in 6
this the
(Number)
day
I
I
fl
L
(Principal)
I
(SEAL)
By AQUASOUTH CONSTRUCTION, INC.
P.O. Box 747
(Address)
Pooler, GA 31322
I
f}~
~ "'~.p.-- J
~ (Witne ) to Principal
.30~ ~ aw...
(Address)
'-fbo/e.~ /!JA 3/32-
AT~T
-0 (Su
I
I
SELECTIVE INSURANCE COMPANy'
OF AMERICA
Surety
I
C~~-
Attorney-in-Fact -
CHARLES W. SEILER
l\TTORNEY -IN - FACT
GA t 414695
By
(Witness) to Surety
PALMER & CAY OF GEORGIA. 1m:.
~ OU~dI:r~'I~P, BOX 641-
SAVANNAH, GA 31402
212 - 231. 6934
,.'flLIYltf< &( Ad:i<tl~sf8ItOt<l:iIA, i\~
25 BULL ST. I P. O. BOX a.u
$MAlmAH, GA 31402
S12-231.6934
I
I
(SEAL)
I
NOTE: Date of Bond must not be prior to date of Contract. If Contractor is
Partnership, all partners should execute bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized
to transact business in the state where the project is located.
I
I
I
I
I
I
9416-131'!1l. doc
PFB-2
I
--.
--
~.
SelNSURANCE
eCtIVe
Selective Insurance Company of America
40 Wantage Avenue
Branchville, New Jersey 07890
973-948-3000
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Selective Insurance Company of America, a New Jersey cor-
poration having its principal office in Branchville, State of New Jersey, pursuant to Article VII, Section 13 of the By-
Laws of said Company, to wit:
"The Chairman of the Board, President, any Vice Presidents or the Secretary may, from time to time, appoint attor-
neys in hct, and agents to act for and on behalf of the Company and they may give such appointee such authority, as
his/her certificate of authority may prescribe, to sign with the Company's name and seal with the Company's seal,
bonds, recognizances, contracts of indemnity and other writings obligatory in the nature of a bond, recognizance or
conditional undertaking, and any of said Officers may, at any time, remove any such appointee and revoke the power
and authority given him/her.
does herc:by make, constitute and appoint CHARLES W. SEILER
><
Po..
o
U
Cl
u.l
ti:
~ State of New Jersey
u.l County of Sussoc
U
On this 2ND
its true and lawful Attorney-in-fact, to make, execute, seal and deliver fnr and on its behalf, and as its act and deed,
bonds, u.ndenakings, recognizances, contracts of indemnirr, or other writings obligatorY in the nature of a bond sub-
jecf [Q the following limitations: NO ONE BOND TO EXCEED ONE MILLION' FIVE 'HUNDRED THOUSAND DOLLARS
($ ,500,000.00) -
and to bind the Selective Insurance Company of America thereby as fully and to the same extent as if such instruments
were signed by the duly authorized officers of the Selective Insurance Company of America, and all the acts of said
Attorney are hereby ratified and confirmed.
IN WITNESS WHEREOF, the Selective Insurance Company of America has caused these presents to be signed
by its Vic~ President and its corporate seal to the hereto affixed this day of
MARCH , 19 98
IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal ar Branchville. New Jersey this
day of MARCH 98 19 .
JUDITIi E. CHAMBERlAlN 'aa!/d
NOTARY PUBUC OP NBW JERS!\'
My Col1'ml~ ~ Oc&. 17, 1998
The power of attorney is signed and sealed by facsimile under and by the authority 0
by the BO;lrd of Directors of Selective Insurance Company of America at a meeting
February 1987, to wit:
"RESOLVED, the Board of Directors of Selective Insurance Company of America authorizes and approves the use of
a facsimik corporate seal, facsimile signatures of corporate officers and notarial acknowledgements thereof on powers
of attorney for the execution of bonds, recognizances, contracts of indemnity and other writings obligatory in the
nature of a bond, recognizance or conditional undertaking.......>>
I. Parricia A. I'ulkrod. Assisrant Secrerary of rhe Selecrive Insurance Company of America. do hereby certify rhat rhe above and foregoing is a true and correct copy
of a Power of Anomey executed by said Company which is still in full force and effect.
BY:
day of
MARCH
1998
IN WITNES~; WHEREOF. I have hereunto ser my hand and affixed the seal of said Company ar B~~Jersey this
d2yof 19. ~ Q-cl~
Assistant Secretary
B-91 (8/97)
The RED border on Ihe tace 01 this document has a security VOID background pattern. If it is not RED and the word VOID is visible, this is nol a cenified copy. Telephone us at Area Code 201.948-3000.
I
I
I
'1
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned
the duly authorized and acting legal representative of
, do hereby certify as follows:
I have examined the foregoing contract and the manner of execution
thereof by Augusta-Richmond County. I am of the opinion that said contract
has been duly executed by Augusta-Richmond County acting through its duly
authorized representatives, and that said representatives have full power
and authority to execute said contract on behalf of Augusta-Richmond
County.
Date
_I
9416-J3CO,\.doc
COA-l
I
I
NOTICE TO PROCEED
I
Date
TO:
AQUASOUTH CONSTRUCTION, INC.
P.O. Box 747
Pooler, GA 31322
I
PROJECT:
JP~ES B. MESSERLY ~NTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
I
The Contract for the above work is being signed today by Augusta-
I
Richmond County. Two signed copies will be mailed to you promptly.
I
You are hereby notified that the commencement date of work in
accordance with the Agreement dated
is
I
and you are to complete the WORK within 120 consecutive calendar days
thereafter. The date of completion of all WORK is therefore , 19
I
AUGUSTA-RICHMOND COUNTY, GEORGIA
I
By
I
Title
ACCEPTANCE OF NOTICE
I
Receipt of the above NOTICE TO PROCEED
is hereby acknowledged by
I
4,,,,lJ{ c?-,L~-L'1 /nr.
this 'Jee _ ~daY of
By~~(A3~
Title. ,j~..A.
I
I
I
I
I
9416-1 3m:' . doc
NTP-1
I
I
I
CHANGE ORDER
Order No.
I
Date
Agreement Date
I
PROJECT:
JAMES B. MESSERLY WWTP ADDITIONS
CHLORINE SYSTEMS IMPROVEMENTS
I
OWNEH:
AUGUSTA-RICHMOND COUNTY, GEORGIA
I
CONTRACTOR:
I
The following changes are hereby made to the CONTRACT DOCUMENTS:
JUSTIFICATION:
I
CHANGE TO CONTRACT PRICE:
I
Original CONTRACT PRICE
$
I
Current CONTRACT PRICE adjusted
by pl:evious CHANGE ORDERS
$
I
The CONTRACT PRICE due to this
CHANCE ORDER will be (increased)
(decl'eased) by:
$
I
New CONTRACT PRICE including this CHANGE ORDER
$
I
CHANCE TO CONTRACT TIME:
The CONTRACT TIME will be (increased) (decreased) by
calendar days.
I
I
The date for completion of all work will be
(Date) .
Requested by
I
I
Recommended by
Ordered by
Accepted by
I
9416-13c).doc
CO-l
I
I
I
GENERAL CONDITIONS
I
1. Definitions
2. Additional Instructions and
Detail Drawings
3. Schedules, Reports & Records
4. Drawings and Specifications
5. Shop Drawings
6. Materials, Services & Facilities
7. Inspection and Testing
8. Substitutions
9. Patents
10. Surveys, Permits, Regulations
11. Protection of Work, Property,
Persons
12. Supervision by Contractor
13. Changes in the Work
14. Changes in Contract Price
15. Time for Completion and
Liquidated Damages
16. Correction of Work
I
I
I
I
I
1.
DEFINITIONS
17. Subsurface Conditions
18. Suspension of Work, Termination
and Delay
19. Payments to Contractor
20. Acceptance of Final Payment
as Release
21. Insurance
22. Contract Security
23. Assignments
24. Indemnification
25. Separate Contracts
26. Subcontracting
27. Engineer's Authority
28. Land and Rights-of-Way
29. Guaranty
30. Disputes
31. Taxes
I
1.1 Wherever used in the CONTRACT DOCUMENTS, the following terms shall
have the meanings indicated which shall be applicable to both the singular
and plural thereof:
I
1.2 ADDENDA
execution of
DOCUNENTS.
clari.fications
Written or
the Agreement
DRAWINGS and
or corrections.
graphic instruments
which modify or
SPECIFICATIONS, by
issued prior to the
interpret the CONTRACT
additions, deletions,
I
1.3 BID - The offer or proposal of the BIDDER submitted on the prescribed
form setting forth the prices for the WORK to be performed.
1.4 BIDDER - Any person, firm or corporation submitting a BID for the
WORK.
I
1.5 BONDS - Bid, Performance, and Payment Bonds and other instruments of
security, furnished by the CONTRACTOR and his surety in accordance with the
CONTF~CT DOCUMENTS.
I
1. 6 CHANGE ORDER - A written order to the CONTRACTOR authorizing an
addition, deletion or revision in the WORK within the general scope of the
CONTF~CT DOCUMENTS, or authorizing an adjustment in the CONTRACT PRICE or
CONTF~CT TIME.
I
I
1.7 CONTRACT DOCUMENTS - The contract, including Advertisement For Bids,
Information For Bidders, BID, Bid Bond, Agreement, Payment Bond,
Perfcrmance Bond, NOTICE OF AWARD, NOTICE TO PROCEED, CHANGE ORDER,
DRAWINGS, SPECIFICATIONS, and ADDENDA.
I
1.8 CONTRACT PRICE - The total monies payable to the CONTRACTOR under the
terms and conditions of the CONTRACT DOCUMENTS.
I
1.9 CONTRACT TIME - The number of calendar days stated in the CONTRACT
DOCU~:ENTS for the cOl!lpletion of the WORK.
1.10 CONTRACTOR - The person, firm or corporation with whom the OWNER has
executed the Agreement.
I
9 4l6-13GC. doc
I,
GC-1
I
I
1.11 DRAWINGS The part of the CONTRACT DOCUMENTS which show the
characteristics and scope of the WORK to be performed and which have been
prepared or approved by the ENGINEER.
I
1.12 ENGINEER - The person, firm or corporation named as such in the
CONTlffiCT DOCUMENTS.
I
1.13 FIELD ORDER - A written order effecting a change in the WORK not
involving an adjustment in the CONTRACT PRICE or an extension of the
CONTHACT TIME, issued by the ENGINEER to the CONTRACTOR during
construction.
I
1.14 NOTICE OF AWARD - The written notice of the acceptance of the BID
from the OWNER to the successful BIDDER.
I
1.15 NOTICE TO PROCEED - Written communication issued by the OWNER to the
CONTFlACTOR authorizing him to proceed with the WORK and establishing the
date of commencement of the WORK.
'I
1.16 OWNER - A public or quasi-public body
association, partnership, or individual for
performed.
or authority, corporation,
whom the WORK is to be
I
1.17 PROJECT - The undertaking to be performed as provided in the CONTRACT
DOCUIV'ENTS.
I
1.18 RESIDENT PROJECT REPRESENTATIVE - The authorized representative of
the CWNER who is assigned to the PROJECT site or any part thereof.
I
1.19 SHOP DRAWINGS - All drawings, diagrams, illustrations, brochures,
schedules and other data which are prepared by the CONTRACTOR, a
SUBCONTRACTOR, manufacturer, SUPPLIER or distributor, which illustrate how
specific portions of the WORK shall be fabricated or installed.
I
1.20 SPECIFICATIONS - A part of the CONTRACT DOCUMENTS consisting of
written descriptions of a technical nature of materials, equipment,
construction systems, standards and workmanship.
I
1.21 SUBCONTRACTOR - An individual, firm or corporation having a direct
contract with the CONTRACTOR or with any other SUBCONTRACTOR for the
performance of a part of the WORK at the site.
I
1.22 SUBSTANTIAL COMPLETION - That date as certified by the ENGINEER when
the construction of the PROJECT or a specified part thereof is sufficiently
completed, in accordance with the CONTRACT DOCUMENTS, so that the PROJECT
or specified part can be utilized for the purposes for which it is
intended.
I
1.23 SUPPLEMENTAL GENERAL CONDITIONS - Modifications to General Conditions
required by a Federal agency for participation in the PROJECT and approved
by the agency in writing prior to inclusion in the CONTRACT DOCUMENTS, or
such .requirements that may be imposed by applicable state laws.
I
1.24 SUPPLIER - Any person or organization who supplies materials or
equiplnent for the WORK, including that fabricated to a special design, but
who does not perform labor at the site.
I
1.25 WORK - All labor necessary to produce the construction required by
the CONTRACT DOCUMENTS, and all materials and equipment incorporated or to
be incorporated in the PROJECT.
I
1.26 WRITTEN NOTICE - Any notice to any party of the Agreement relative to
any part of this Agreement in writing and considered delivered and the
I
9416-13GC.doc
GC-2
I
I
I
service thereof completed, when posted by certified or registered mail to
the said party at his last given address, or delivered in person to said
party or his authorized representative on the WORK.
I
2.
ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS
I
2.1 The CONTRACTOR may be furnished additional ins tructions and detail
drawings, by the ENGINEER, as necessary to carry out the WORK required by
the CONTRACT DOCUMENTS.
I
2.2 The additional drawings and instruction thus supplied will become a
part of the CONTRACT DOCUMENTS. The CONTRACTOR shall carry out the WORK in
accordance with the additional detail drawings and instructions.
3. SCHEDULES, REPORTS AND RECORDS
I
3.1 The CONTRACTOR shall submit to the OWNER such schedule of quantities
and :::osts, progress schedules, payrolls, reports, estimates, records and
other data where applicable as are required by the CONTRACT DOCUMENTS for
the vl0RK to be performed.
I
3.2 Prior to the
submit construction
proposes to carryon
various parts of the
as applicable:
first partial payment estimate the CONTRACTOR shall
progress schedules showing the order in which he
the WORK, including dates at which he will start the
WORK, estimated date of completion of each part and,
I
I
3.2.1 The dates at which special detail drawings will be required;
and
I
3.2.2 Respective
begiLning of manufacture,
supplies and equipment.
dates for submission of SHOP
the testing and the installation
DRAWINGS, the
of materials,
,
I
3.3 The CONTRACTOR shall also submit a schedule of payments that he
anticipates he will earn during the course of the WORK.
I
3.4 The CONTRACTOR shall maintain in a safe place at the site one record
copy of all Drawings, Specifications, Addenda, Written Amendments, Change
Orders, Work Directive Changes, Field Orders and written interpretations
and clarifications in good order and annotated to show all changes made
during construction. These record documents together with all approved
samples and a counterpart of all approved Shop Drawings will be available
to ENGINEER for reference. Upon completion of the Work, these record
docUIT.ents, samples and Shop Drawings will be delivered to the ENGINEER for
the OWNER.
4. DRAWINGS AND SPECIFICATIONS
I
I
4.1 The intent of the DRAWINGS and SPECIFICATIONS is that the CONTRACTOR
shall furnish all labor, materials, tools, equipment, and transportation
necessary for the proper execution of the WORK in accordance with the
CONTRACT DOCUMENTS and all incidental work necessary to complete the
PROJECT in an acceptable manner, ready for use, occupancy or operation by
the OWNER.
I
4.2 In case of conflict between the DRAWINGS and SPECIFICATIONS, the
SPECIFICATIONS shall govern. Figure dimensions on DRAWINGS shall govern
over scale dimensions, and detailed DRAWINGS shall govern over general
DRAWINGS.
I
4.3 Any discrepancies found between the DRAWINGS and SPECIFICATIONS and
site conditions or any inconsistencies or ambiguities in the DRAWINGS or
I
9416-13GI;. doc
GC-3
I
I
I
I
SPEC::FICATIONS shall be immediately reported to the ENGINEER, in writing,
who :,hall promptly correct such inconsistencies or ambiguities in writing.
WORK done by the CONTRACTOR after his discovery of such discrepancies,
inconsistencies or ambiguities shall be done at the CONTRACTOR'S risk.
5. SHOP DRAWINGS
I
5.1 The CONTRACTOR shall provide SHOP DRAWINGS as may be necessary for
the prosecution of the WORK as required by the CONTRACT DOCUMENTS. The
ENGINEER shall promptly review all SHOP DRAWINGS. The ENGINEER'S approval
of any SHOP DRAWINGS shall not release the CONTRACTOR from responsibility
for jeviations from the CONTRACT DOCUMENTS. The approval of any SHOP
DRAWING which substantially deviates from the requirement of the CONTRACT
DOCU}[ENTS shall be evidenced by a CHANGE ORDER.
I
I
5.2 When submitted for the ENGINEER'S review, SHOP DRAWINGS shall bear the
CONTF~CTOR'S certification that he has reviewed, checked and approved the
SHOP DRAWINGS and that they are in conformance with the requirements of the
CONTF~CT DOCUMENTS.
I
5.3 Portions of the WORK requiring a SHOP DRAWING or sample submission
shall not begin until the SHOP DRAWING or submission has been approved by
the ENGINEER. A copy of each approved SHOP DRAWING and each approved
sample shall be kept in good order by the CONTRACTOR at the site and shall
be available to the ENGINEER.
I
6. MATERIALS, SERVICES AND FACILITIES
I
6.1 It is understood that, except as otherwise specifically stated in the
CONTRACT DOCUMENTS, the CONTRACTOR shall provide and pay for all materials,
labor, tools, equipment, water, light, power, transportation, supervision,
temporary construction of any nature, and all other services and facilities
of any nature whatsoever necessary to execute, complete, and deliver the
WORK within the specified time.
I
I
6.2 Materials and equipment
preservation of their quality and
and equipment to be incorporated
facilitate prompt inspection.
shall be so stored as to insure the
fitness for the WORK. Stored materials
in the WORK shall be located so as to
I
6.3 Manufactured articles, materials and equipment shall be applied,
installed, connected, erected, used, cleaned and conditioned as directed by
the manufacturer.
I
6.4 Materials, supplies and equipment shall be in accordance with samples
submitted by the CONTRACTOR and approved by the ENGINEER.
I
6.5 Materials, supplies or equipment to be incorporated into the WORK
shall not be purchased by the CONTRACTOR or the SUBCONTRACTOR subject to a
chatt=l mortgage or under a conditional sale contract or other agreement by
which an interest is retained by the seller.
I
7. INSPECTION AND TESTING
I
7.1 All materials and equipment used in the construction of the PROJECT
shall be subject to adequate inspection and testing in accordance with
generally accepted standards, as required and defined in the CONTRACT
DOCUMENTS.
I
7.2 The OWNER shall provide all inspection and testing services not
requi.red by the CONTRACT DOCUMENTS.
I
9416-13GC.doc
GC-4
I
I
I
7.3 The CONTRACTOR shall provide at his expense the testing and inspection
services required by the CONTRACT DOCUMENTS.
I
7.4 If the CONTRACT DOCUMENTS, laws, ordinances, rules, regulations or
order:s of any public authority having jurisdiction require any WORK to
specifically be inspected, tested, or approved by someone other than the
CONT:~CTOR, the CONTRACTOR will give the ENGINEER timely notice of
read.Lness. The CONTRACTOR will then furnish the ENGINEER the required
certificates of inspection, testing or approval.
I
7.5 Inspections, tes ts or approvals by the ENGINEER or others shall not
relieve the CONTRACTOR from his obligations to perform the WORK in
acco:~dance with the requirements of the CONTRACT DOCUMENTS.
I
7.6 The ENGINEER and his representatives will at all times have access to
the WORK. In addition, authorized representatives and agents of any
parL.cipating Federal or state agency shall be permitted to inspect all
work, materials, payrolls, records of personnel, invoices of materials, and
othel; relevant data and records. The CONTRACTOR will provide proper
facilities for such access and observation of the WORK and also for any
inspection, or testing thereof.
I
I
7.7 If any WORK is covered contrary to the written instructions of the
ENGINEER it must, if requested by the ENGINEER, be uncovered for his
obsel'vation and replaced at the CONTRACTOR'S expense.
I
I
7.8 If the ENGINEER considers it necessary or advisable that covered WORK
be inspected or tested by others, the CONTRACTOR, at the ENGINEER'S
request, will uncover, expose or otherwise make available for observation
inspection or testing as the ENGINEER may require, that portion of the WORK
in ~uestion, furnishing all necessary labor, materials, tools, and
equipment. If it is found that such WORK is defective, the CONTRACTOR will
bear all the expenses of such uncovering, exposure, observation, inspection
and testing and of satisfactory reconstruction. If, however, such WORK is
not found to be defective, the CONTRACTOR will be allowed an increase in
the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly
attributable to such uncovering, exposure, observation, inspection, testing
and reconstruction and an appropriate CHANGE ORDER shall be issued.
I
I
8. SUBSTITUTIONS
I
8.1 Whenever a material, article or piece of equipment is identified on
the DRAWINGS or SPECIFICATIONS by reference to brand name or catalogue
number, it shall be understood that this is referenced for the purpose of
defining the performance or other salient requirements and that other
produ ::ts of equal capacities, quality and function shall be considered.
The CONTRACTOR may recommend the substitution of a material, article, or
piece of equipment of equal substance and function for those referred to in
the CONTRACT DOCUMENTS by reference to brand name or catalogue number, and
if, in the opinion of the ENGINEER, such material, article, or piece of
equipment is of equal substance and function to that specified, the
ENGINEER may approve its substitution and use by the CONTRACTOR. Any cost
diffe:~ential shall be deductible from the CONTRACT PRICE and the CONTRACT
DOCUMENTS shall be appropriately modified by CHANGE ORDER. The CONTRACTOR
warrants that if substitutes are approved, no major changes in the function
or general design of the PROJECT will result. Incidental changes or extra
component parts required to accommodate the substitute will be made by the
CONTm~CTOR without a change in the CONTRACT PRICE or CONTRACT TIME.
I
I
I
I
9. PATENTS
I
9.1 The CONTRACTOR shall pay all applicable royalties and license fees.
He shall defend all suits or claims for infringement of any patent rights
I
9416-13GC.doc
GC-5
I
I
I
I
and save the OWNER harmless from loss on account thereof, except that the
OWNER shall be responsible for any such loss when a particular process,
design, or the product of a particular manufacturer or manufacturers is
specified, however, if the CONTRACTOR has reason to believe that the
design, process or product specified is an infringement of a patent, he
shall be responsible for such loss unless he promptly gives such
information to the ENGINEER.
I
10. SURVEYS, PERMITS, REGULATIONS
I
10.1 The OWNER shall furnish all boundary surveys and establish all base
lines for locating the principal component parts of the WORK together with
a suitable number of bench marks adjacent to the WORK as shown in the
CONTRACT DOCUMENTS. From the information provided by the OWNER, unless
otherwise specified in the CONTRACT DOCUMENTS, the CONTRACTOR shall develop
and make all detail surveys needed for construction such as slope stakes,
batter boards, stakes for pile locations and other working points, lines,
elevations and cut sheets.
I
I
10.2 The CONTRACTOR shall carefully preserve bench marks, reference points
and stakes and, in case of willful or careless destruction, he shall be
charged with the resulting expense and shall be responsible for any
mistakes that may be caused by their unnecessary loss or disturbance.
I
I
10.3 Permits and licenses of a temporary nature necessary for the
prosecution of the WORK shall be secured and paid for by the CONTRACTOR
unle~;s otherwise stated in the SUPPLEMENTAL GENERAL CONDITIONS. Permits,
licenses and easements for permanent structures or permanent changes in
existing facilities shall be secured and paid for by the OWNER, unless
otherwise specified. The CONTRACTOR shall give all notices and comply with
all ~aws, ordinances, rules and regulations bearing on the conduct of the
WORK as drawn and specified. If the CONTRACTOR observes that the CONTRACT
DOCUNENTS are at variance therewith, he shall promptly notify the ENGINEER
in w.riting, and any necessary changes shall be adjusted as provided in
Section 13, CHANGES IN THE WORK.
I
I
11. PROTECTION OF WORK, PROPERTY AND PERSONS
I
11.1 The CONTRACTOR will be responsible for initiating, maintaining and
supervising all safety precautions and programs in connection with the
WORK. He will take all necessary precautions for the safety of, and will
provide the necessary protection to prevent damage, injury or loss to all
employees on the WORK and other persons who may be affected thereby, all
the WORK and all materials or equipment to be incorporated therein, whether
in storage on or off the site, and other property at the site or adjacent
thereto, including trees, shrubs, lawns, walks, pavements, roadways,
structures and utilities not designated for removal, relocation or
replacement in the course of construction.
I
I
11.2 The CONTRACTOR will comply with all applicable laws, ordinances,
rules, regulations and orders of any public body having jurisdiction. He
will erect and maintain, as required by the conditions and progress of the
WORK, all necessary safeguards for safety and protection. He will notify
owners of adjacent utilities when prosecution of the WORK may affect them.
The CONTRACTOR will remedy all damage, injury or loss to any property
caused, directly or indirectly, in whole or in part, by the CONTRACTOR, and
SUBCO:IJTRACTOR or anyone directly or indirectly employed by any of them or
anyone for whose acts any of them be liable, except damage or loss
attributable to the fault of the CONTRACT DOCUMENTS or to the acts or
omiss.i.ons of the OWNER or the ENGINEER or anyone employed by either of them
or anyone for whose acts either of them may be liable, and not
attributable, directly or indirectly, in whole or in part, to the fault or
negliqence of the CONTRACTOR.
I
I
I
I
9416-13GC. doc
GC-6
I
I
I
11.3 In emergencies affecting the safety of persons or the WORK or
property at the site or adjacent thereto, the CONTRACTOR, without special
instJ:uction or authorization from the ENGINEER or OWNER, shall act to
prevent threatened damage, injury or loss. He will give the ENGINEER
prompt WRITTEN NOTICE of any significant changes in the WORK or deviations
from the CONTRACT DOCUMENTS caused thereby, and a CHANGE ORDER shall
thereupon be issued covering the changes and deviations involved.
I
I
12. SUPERVISION BY CONTRACTOR
I
12.1 The CONTRACTOR will supervise and direct the WORK. He will be solely
responsible for the means, methods, techniques, sequences and procedures of
const ruction. The CONTRACTOR will employ and maintain on the WORK a
qualified supervisor or superintendent who shall have been designated in
writing by the CONTRACTOR as the CONTRACTOR'S representative at the site.
The supervisor shall have full authority to act on behalf of the CONTRACTOR
and c.ll communications given to the supervisor shall be as binding as if
gi ven to the CONTRACTOR. The supervisor shall be present on the site at
all times as required to perform adequate supervision and. coordination of
the WORK.
I
I
13. CHANGES IN THE WORK
I
13.1 The OWNER may at any time, as the need arises, order changes within
the scope of the WORK without invalidating the Agreement. If such changes
increase or decrease the amount due under the CONTRACT DOCUMENTS, or in the
time .required for performance of the WORK, an equitable adjustment shall be
autho.rized by CHANGE ORDER.
I
I
13.2 The ENGINEER, also, may at any time, by issuing a FIELD ORDER, make
changes in the details of the WORK. The CONTRACTOR shall proceed with the
perfoJ:mance of any changes in the WORK so ordered by the ENGINEER unless
the CONTRACTOR believes that such FIELD ORDER entitles him to a change in
CONT~~CT PRICE or TIME, or both, in which event he shall give the ENGINEER
WRITTf;N NOTICE thereof within seven (7) days after the receipt of the
ordered change. Thereafter the CONTRACTOR shall document the basis for the
change in CONTRACT PRICE or TIME within thirty (30) days. The CONTRACTOR
shall not execute such changes pending the receipt of an executed CHANGE
ORDER or further instruction from the OWNER.
I
I
14.
CHANGES IN CONTRACT PRICE
I
14.1 The CONTRACT PRICE may be changed only by a CHANGE ORDER. The value
of any WORK covered by a CHANGE ORDER or of any claim for increase or
decrease in the CONTRACT PRICE shall be determined by one or more of the
following methods in the order of precedence listed below:
I
I
(a) Unit prices previously approved.
(b) An agreed lump sum.
(c) The actual cost for labor, direct overhead, materials, supplies,
equipment, and other services necessary to complete the work. In addition
there shall be added an amount to be agreed upon but not to exceed fifteen
(15) percent of the actual cost of the WORK to cover the cost of general
overhead and profit.
I
15. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
I
15.1 The date of beginning and the time for completion of the WORK are
essent:Lal conditions of the CONTRACT DOCUMENTS and the WORK embraced shall
be co~nenced on a date specified in the NOTICE TO PROCEED.
I
94 IG-13GC. doc
GC-7
I
I
I
15.2 The CONTRACTOR will proceed with the WORK at such rate of progress to
insUJ:e full completion within the CONTRACT TIME. It is expressly
undeJ:stood and agreed, by and between the CONTRACTOR and the OWNER, that
the CONTRACT TIME for the completion of the WORK described herein is a
reasonable time, taking into consideration the average climatic and
economic conditions and other factors prevailing in the locality of the
WORK.
I
I
15.3 If the CONTRACTOR shall fail to complete the WORK within the CONTRACT
TIME, or extension of time granted by the OWNER, then the CONTRACTOR will
pay t:o the OWNER the amount for liquidated damages as specified in the BID
for each calendar day that the CONTRACTOR shall be in default after the
time stipulated in the CONTRACT DOCUMENTS.
I
I
15.4 The CONTRACTOR shall not be charged with liquidated damages or any
excess cost when the delay in completion of the WORK is due to the
folle.wing, and the CONTRACTOR has promptly given WRITTEN NOTICE of such
delay to the OWNER or ENGINEER.
I
15.4.1 To any preference, priority or allocation order duly issued
by the OWNER.
I
15.4.2 To unforeseeable causes beyond the control and without the
fault or negligence of the CONTRACTOR, including but not restricted to,
acts of God, or of the public enemy, acts of the OWNER, acts of another
CONTRACTOR in the performance of a contract with the OWNER, fires, floods,
epidemics, quarantine restrictions, strikes, freight embargoes, and
abnormal and unforeseeable weather; and
I
15.4.3 To any delays of SUBCONTRACTORS occasioned by any of the
causes specified in paragraphs 15.4.1 and 15.4.2 of this article.
I
15.5 No added cost from delay:
occasioned by the causes set out in
be required to pay any additional
extension of time to the CONTRACTOR
In the event of a delay in completion
15.4.1 thru 15.4.3, the OWNER shall not
costs resulting from such delay. The
shall be the exclusive remedy.
I
15.6 Non-excusable delay: The factors, with the exception of "Labor
Dispu':es", set out in paragraph 15.4.1 thru 15.4.3 which specify causes for
excusable delay in completion of construction shall not constitute a
defen:,e for delay in completion caused by the acts or omissions of the
CONT~\CTOR, its agents or employees.
I
I
15.7 Change in Contract Time: The CONTACT TIME may only be changed by a
CHANGE ORDER or a WRITTEN AMENDMENT. Any claim for an extension or
shortening of the CONTRACT TIME shall be based on WRITTEN NOTICE delivered
by the party making the claim to the other party and to ENGINEER promptly
(but :.n no event later than thirty days) after the occurrence of the event
givinq rise to the claim and stating the general nature of the claim.
Notice of the extent of the claim with supporting data shall be delivered
within sixty days after such occurrence (unless ENGINEERS allows an
additional period of time to ascertain more accurate data in support of the
claim) and shall be accompanied by the claimant's written statement that
the adjustment claimed is the entire adjustment to which the claimant has
reason to believe it is entitled as a result of the occurrence of said
event. All claims for adjustment in the CONTRACT TIME shall be determined
by ENSINEER in accordance with paragraph 27.1 if OWNER and CONTRACTOR
cannot otherwise agree. No claim for an adjustment in the CONTRACT TIME
will be valid if not submitted in accordance with the requirements of this
paragraph 15.7.
I
I
I
I
I
9416-13GC.doc
GC-8
I
I
I
16.
CORRECTION OF WORK
I
16.1 The CONTRACTOR shall promptly remove from the premises all WORK
rejected by the ENGINEER for failure to comply with the CONTRACT DOCUMENTS,
whether incorporated in the construction or not, and the CONTRACTOR shall
promptly replace and re-execute the WORK in accordance with the CONTRACT
DOCUJvfENTS and without expense to the OWNER and shall bear the expense of
makir..g good all WORK of other CONTRACTORS destroyed or damaged by such
removal or replacement.
I
I
16.2 All removal and replacement WORK shall be done at the CONTRACTOR'S
expense. I f the CONTRACTOR does not take action to remove such rej ected
WORK within ten (10) days after receipt of WRITTEN NOTICE, the OWNER may
remove such WORK and store the materials at the expense of the CONTRACTOR.
17. SUBSURFACE CONDITIONS
I
17.1 The CONTRACTOR shall promptly, and before such conditions are
disturbed, except in the event of an emergency, notify the OWNER by WRITTEN
NOTICE of:
I
17.1.1 Subsurface or latent physical conditions of the site
differing materially from those indicated in the CONTRACT DOCUMENTS: or
I
17.1.2 Unknown physical conditions
nature, differing materially from those
generally recognized as inherent in WORK of
the CONTRACT DOCUMENTS.
at the site, of an unusual
ordinarily encountered and
the character provided for in
I
17.2 The OWNER shall promptly investigate the conditions, and if he finds
that such conditions do so materially differ and cause an increase or
decrease in the cost of, or in the time required for, performance of the
WORK, an equitable adjustment shall be made and the CONTRACT DOCUMENTS
shall be modified by a CHANGE ORDER. Any claim of the CONTRACTOR for
adjustment hereunder shall not be allowed unless he has given the required
WRITTI;N NOTICE; provided that the OWNER may, if he determines the facts so
justify, consider and adjust any such claims asserted before the date of
final payment.
I
I
18. SUSPENSION OF WORK, TERMINATION AND DELAY
I
I
18.1 The OWNER may suspend the WORK or any portion thereof for a period of
not more than ninety days or such further time as agreed upon by the
CONTRJl,CTOR, by WRITTEN NOTICE to the CONTRACTOR and the ENGINEER which
noticE shall fix the date on which WORK shall be resumed. The CONTRACTOR
will resume that WORK on the date so fixed. The CONTRACTOR will be allowed
an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or
both, directly attributable to any suspension.
I
I
18.2 If the CONTRACTOR is adjudged a bankrupt or insolvent, or if he makes
a general assignment for the benefit of his creditors, or if a trustee or
receiver is appointed for the CONTRACTOR or for any of his property, or if
he files a petition to take advantage of any debtor's act, or to reorganize
under the bankruptcy or applicable laws, or if he repeatedly fails to
supply sufficient skilled workmen or suitable materials or equipment, or if
he repeatedly fails to make prompt payments to SUBCONTRACTORS or for labor,
materi~ls or equipment or if he disregards laws, ordinances, rules,
regulations or orders of any public body having jurisdiction of the WORK or
if he disregards the authority of the ENGINEER, or if he otherwise violates
any pl:ovision of the CONTRACT DOCUMENTS, then the OWNER may, without
prejud.ice to any other right or remedy and after giving the CONTRACTOR and
his surety a minimum of ten (10) days from delivery of a WRITTEN NOTICE
terminate the services of the CONTRACTOR and take possession of the PROJECT
I
I
I
9416~13GC.doc
GC-9
I
I
I
and of all materials, equipment, tools, construction equipment and
machinery thereon owned by the CONTRACTOR, and finish the WORK by whatever
method he may deem expedient. In such case the CONTRACTOR shall not be
entitled to receive any further payment until the WORK is finished. If the
unpaid balance of the CONTRACT PRICE exceeds the direct and indirect costs
of completing the PROJECT, including compensation for additional
professional services, such excess SHALL BE PAID TO THE CONTRACTOR. If
such costs exceed such unpaid balance, the CONTRACTOR will pay the
difference to the OWNER. Such costs incurred by the OWNER will be
determined by the ENGINEER and incorporated in a CHANGE ORDER.
I
I
I
18.3 Where the CONTRACTOR'S services have been so terminated by the OWNER,
said termination shall not affect any right of the OWNER against the
CONTF~CTOR then existing or which may thereafter accrue. Any retention or
paymE,nt of monies by the OWNER due the CONTRACTOR will not release the
CONTF~CTOR from compliance with the CONTRACT DOCUMENTS.
I
18.4 After ten (10) days from delivery of a WRITTEN NOTICE to the
CONTFACTOR and the ENGINEER, the OWNER may, without cause and without
prejudice to any other right or remedy, elect to abandon the PROJECT and
terminate the CONTRACT. In such case, the CONTRACTOR shall be paid for all
WORK executed and any expense sustained plus reasonable profit.
I
I
18.5 If, through no act or fault of the CONTRACTOR, the WORK is suspended
for a period of more than ninety (90) days by the OWNER or under an order
of ccurt or other public authority, or the ENGINEER fails to act on any
request for payment within thirty (30) days after it is submitted, or the
OWNER fails to pay the CONTRACTOR substantially the sum approved by the
ENGINEER or awarded by alternate process within thirty (30) days of its
approval and presentation, then the CONTRACTOR may, after ten (10) days
from delivery of a WRITTEN NOTICE to the OWNER and the ENGINEER, terminate
the CJNTRACT and recover from the OWNER payment for all WORK executed and
all expenses sustained. In addition and in lieu of terminating the
CONT~\CT, if the ENGINEER has failed to act on a request for payment or if
the OWNER has failed to make any payment as aforesaid, the CONTRACTOR may
upon ten (10) days WRITTEN NOTICE to the OWNER and the ENGINEER stop the
WORK until he has been paid all amounts then due, in which event and upon
resumption of the WORK, CHANGE ORDERS shall be issued for adjusting the
CONT~~CT PRICE or extending the CONTRACT TIME or both to compensate for the
costs and delays attributable to the stoppage of the WORK.
I
I
I
I
I
18.6 If the performance of all or any portion of the WORK is suspended,
delayed, or interrupted as a result of a failure of the OWNER or ENGINEER
to act: within the time specified in the CONTRACT DOCUMENTS, or if no time
is spE:cified, within a reasonable time, an adjustment in the CONTRACT PRICE
or an extension of the CONTRACT TIME, or both, shall be made by CHANGE
ORDER to compensate the CONTRACTOR for the costs and delays necessarily
causec. by .the failure of the OWNER or ENGINEER.
I
19.
PAYMENTS TO CONTRACTOR
I
19.1 At least ten (10) days before each progress payment falls due (but
not more often than once a month), the CONTRACTOR will submit to the
ENGINEER a partial payment estimate filled out and signed by the CONTRACTOR
covering the WORK performed during the period covered by the partial
payment estimate and supported by such data as the ENGINEER may reasonably
require. If payment is requested on the basis of materials and equipment
not incorporated in the WORK but delivered and suitably stored at or near
the site, the partial payment estimate shall also be accompanied by such
supporting data, satisfactory to the OWNER, as will establish the OWNER'S
title to the material and equipment and protect his interest therein,
including applicable insurance. The ENGINEER will, wi thin ten (10) days
after receipt of each partial payment estimate, either indicate in writing
I
I
I
9416-13GC.doc
GC-10
I
I
I
his approval of payment and present the partial payment estimate to the
OWNER, or return the partial payment estimate to the CONTRACTOR indicating
in writing his reasons for refusing to approve payment. In the latter case,
the CONTRACTOR may make the necessary corrections and resubmit the partial
paym,:mt estimate. The OWNER will, within twenty (20) days of presentation
to him of an approved partial payment estimate, pay the CONTRACTOR a
prog:ress payment on the basis of the approved partial payment estimate. The
OWNER shall retain ten (10) percent of the amount of each payment until
final completion and acceptance of all work covered by the CONTRACT
DOCUl1ENTS. The OWNER at any time, however, after fifty (50) percent of the
WORK has been completed, if he finds that satisfactory progress is being
made. shall reduce retainage to five (5%) percent of the contract amount.
When the WORK is substantially complete (operational or beneficial
occupancy) , the retained amount may be further reduced below five (5)
percent to only that amount necessary to assure completion. On completion
and acceptance of a part of the WORK on which the price is stated separately
in the CONTRACT DOCUMENTS, payment may be made in full, including retained
percentages, less authorized deductions. No interest shall be paid on the
retainage.
I
I
I
I
I
19.2 The request for payment may also include an allowance for the cost of
such major materials and equipment which are suitably stored either at or
near the site.
I
19.3 Prior to SUBSTANTIAL COMPLETION, the OWNER, with the approval of the
ENGIl'iEER and with the concurrence of the CONTRACTOR, may use any completed
or substantially completed portions of the WORK. Such use shall not
constitute an acceptance of such portions of the WORK.
I
I
19.4 The OWNER shall have the right to enter the premises for the purpose
of doing work not covered by the CONTRACT DOCUMENTS. This provision shall
not te construed as relieving the CONTRACTOR of the sole responsibility for
the care and protection of the WORK, or the restoration of any damaged WORK
except such as may be caused by agents or employees of the OWNER.
I
19.5 Upon completion and acceptance of the WORK, the ENGINEER shall issue a
certificate attached to the final payment request that the WORK has been
accepted by him under the conditions of the CONTRACT DOCUMENTS. The entire
balan::e found to be due the CONTRACTOR, including the retained percentages,
but except such sums as may be lawfully retained by the OWNER, shall be paid
to the CONTRACTOR within thirty (30) days of completion and acceptance of
the WORK.
I
I
19.6 The CONTRACTOR will indemnify and save the OWNER or the OWNER'S agents
harmless from all claims growing out of the lawful demands of
SUBCONTRACTORS, laborers, workmen, mechanics, materialmen, and furnishers of
machinery and parts thereof, equipment, tools, and all supplies, incurred in
the furtherance of the performance of the WORK. The CONTRACTOR shall, at
the O'NNER I S request, furnish satisfactory evidence that all obligations of
the nature designated above have been paid, discharged, or waived. If the
CONT~\CTOR fails to do so the OWNER may, after having notified the
CONT~\CTOR, either pay unpaid bills or withhold from the CONTRACTOR'S unpaid
compensation a sum of money deemed reasonably sufficient to pay any and all
such lawful claims until satisfactory evidence is furnished that all
liabiJ.ities have been fully discharged whereupon payment to the CONTRACTOR
shall be resumed, in accordance with the terms of the CONTRACT DOCUMENTS,
but in no event shall the provisions of this sentence be construed to impose
any obligations upon the OWNER to either the CONTRACTOR, his Surety, or any
third party. In paying any unpaid bills of the CONTRACTOR, any payment so
made by the OWNER shall be considered as a payment made under the CONTRACT
DOCUMENTS by the OWNER to the CONTRACTOR and the OWNER shall not be liable
to the! CONTRACTOR for any such payments made in good faith.
I
I
I
I
I
I
9H6-13GC. doc
GC-ll
I
I
I
19.7 If the OWNER fails to make payment thirty (30) days after approval by
the :~NGINEER, in addition to other remedies available to the CONTRACTOR,
therE' shall be added to each such payment interest at the maximum legal rate
commE,ncing on the first day after said payment is due and continuing until
the payment is received by the CONTRACTOR.
I
19.8 This Agreement is intended by the Parties to, and does, supersede any
and <:111 provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1,
et seq. In the event any provision of this Agreement is inconsistent with
any provision of the Prompt Pay Act, the provision of this Agreement shall
control.
I
I
19.9 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 this Agreement and Contractor specifically waive any claim to
same.
I
20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE
I
20.1 The acceptance by the CONTRACTOR of final payment shall be and shall
operate as a release to the OWNER of all claims and all liability to the
CONTRACTOR other than claims in stated amounts as may be specifically
excepted by the CONTRACTOR for all things done or furnished in connection
with this WORK and for every act and neglect of the OWNER and others
relating to or arising out of this WORK. Any payment, however, final or
otherwise, shall not release the CONTRACTOR or his sureties from any
obligations under the CONTRACT DOCUMENTS or the Performance BOND and Payment
BONDS.
I
I
21. INSURANCE
I
21.1 The CONTRACTOR shall purchase and maintain such insurance as will
protect him from claims set forth below which may arise out of or result
from the CONTRACTOR'S execution of the WORK, whether such execution be by
himself or by any SUBCONTRACTOR or by anyone directly or indirectly employed
by any of them, or by anyone for whose acts any of them may be liable:
I
21.1.1 Claims under workmen's compensation, disability benefit and
other similar employee benefit acts;
I
21.1.2 Claims for damages because of bodily injury, occupational
sickness or disease, or death of his employees:
I
21.1.3 Claims for damages because of bodily injury, sickness or
disea.se, or death of any person other than his employees:
21.1.4 Claims for damages insured by usual personal injury liability
coverage which are sustained (1) by any person as a result of an offense
direc':ly or indirectly related to the employment of such person by the
CONT&~CTOR, or (2) by any other person; and
I
21.1.5 Claims for damages because of injury to or destruction of
tangible property, including loss of use resulting therefrom.
I
21.2 Certificates of Insurance acceptable to the OWNER shall be filed with
the OWNER prior to commencement of the WORK. These Certificates shall
contain a provision that coverages afforded under the policies will not be
canceled unless at lease fifteen (15) days prior WRITTEN NOTICE has been
given to the OWNER.
I
21.3 The CONTRACTOR shall procure and maintain, at his own expense, during
the CONTRACT TIME, liability insurance as hereinafter specified;
I
9416-13GC:.doc
GC-12
I
I
I
21. 3.1 CONTRACTOR'S General Public Liability and Property Damage
Insu::ance including vehicle coverage issued to the CONTRACTOR and protecting
him :from all claims for personal injury, including death, and all claims for
dest=uction of or damage to property, arising out of or in connection with
any ~perations 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
damaqes arising out of bodily injury, including death, at any time resulting
therE!from, 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 tHO or more persons in anyone accident. Insurance shall be written with
a limit of liability of not less than $200,000 for all property damage
sustained by anyone person in anyone accident; and a limit of liability of
not .Less than $200,000 aggregate for any such damage sustained by two or
more persons in anyone accident.
I
I
I
I
21.3.2 The CONTRACTOR shall acquire and maintain, if
Extended Coverage insurance upon the PROJECT to the
there,of for the benefit of the OWNER, the CONTRACTOR,
their' interest may appear. This provision shall in
CONTFACTOR or CONTRACTOR'S surety from obligations
DOC(WIENTS to fully complete the PROJECT.
applicable, Fire and
full insurable value
and SUBCONTRACTOR as
no way release the
under the CONTRACT
I
I
21.4 The CONTRACTOR shall procure and maintain, at his own expense, during
the CONTRACT TIME, in accordance with the provisions of the law of the state
in which the work is performed. Workmen's Compensation Insurance, including
occuFational 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
SUBCCNTRACTOR similarly to provide Workmen's Compensation Insurance,
including occupational disease provisions for all the latter's employees
unless such employees are covered by the protection afforded by the
CONTRACTOR. In case any class of employees engaged in hazardous work under
this contract at the site of the PROJECT is not protected under Workmen's
Compensation statute, the CONTRACTOR shall provide and shall cause each
SUBCONTRACTOR to provide, adequate and suitable insurance for the protection
of his employees not otherwise protected.
I
I
I
I
21.5 The CONTRACTOR shall secure, if applicable, "All Risk" type Builder's
Risk Insurance for WORK to be performed. Unless specifically authorized by
the OWNER, the amount of such insurance shall not be less than the CONTRACT
PRICE totaled in the BID. The policy shall cover not less than the losses
due 1:0 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. The policy shall name as the
insur,~d the CONTRACTOR, the ENGINEER, and the OWNER.
I
I
22. CONTRACT SECURITY
I
22.1 The CONTRACTOR shall within ten (10) days after the receipt of the
NOTICE: OF AWARD furnish the OWNER with a Performance Bond and Payment Bond
in penal sums equal to the amount of the CONTRACT PRICE, conditioned upon
the performance by the CONTRACTOR of all undertakings, covenants, terms,
condi':ions and agreements of the CONTRACT DOCUMENTS, and upon the prompt
payment by the CONTRACTOR to all persons supplying labor and materials in
the p.Losecution of the WORK provided by the CONTRACT DOCUMENTS. Such BONDS
shall be executed by the CONTRACTOR and a corporate bonding company
licen:,ed to transact such business in the state in which the WORK is to be
perfo:::med and named on the current list of "Surety Companies Acceptable on
Federal Bonds" as published in the Treasury Department Circular Number 570.
The e:<pense of these BONDS shall be borne by the CONTRACTOR. If at any time
a surety on any such BOND is declared a bankrupt or loses its right to do
business in the state in which the WORK is to be performed or is removed
from the list of Surety Companies accepted on Federal BONDS, CONTRACTOR
I
I
I
g416-1JGC.doc
GC-13
I
I
I
shaL_ within ten (10) days after notice from the OWNER to do so, substitute
an acceptable BOND (or BONDS) in such form and sum and signed by such other
suret:y or sureties as may be satisfactory to the OWNER. The premiums on
such BOND shall be paid by the CONTRACTOR. No further payments shall be
deemE!d due nor shall be made until the new surety or sureties shall have
furnished an acceptable BOND to the OWNER.
I
I
23.
ASSIGNMENTS
I
23.1 Neither the CONTRACTOR nor the OWNER shall sell, transfer, assign or
otherwise dispose of the CONTRACT or any portion thereof, or of his right,
title or interest therein, or his obligations thereunder, without written
consent of the other party.
I
24. INDEMNIFICATION
I
24.1 The CONTRACTOR will indemnify and hold harmless the OWNER and the
ENGINEER and their agents and employees from and against all claims,
damas'es, losses and expenses including attorney's fees arising out of or
resulting from the performance of the WORK, provided that any such claims,
damas'e, loss or expense is attributable to bodily injury, sickness, disease
or death, or to injury to or destruction of tangible property including the
loss of use resulting therefrom: and is caused in whole or in part by any
negligent or willful act or omission of the CONTRACTOR, and SUBCONTRACTOR,
anyone directly or indirectly employed by any of them or anyone for whose
acts any of them may be liable.
I
I
24.2 In any and all claims against the OWNER or the ENGINEER, or any of
their agents or employees, by any employee of the CONTRACTOR, any
SUBCCNTRACTOR, anyone directly or indirectly employed by any of them, or
anyone for whose acts any of them may be liable, the indemnification
obligation shall not be limited in any way by any limitation on the amount
or type of damages, compensation or benefits payable by or for the
CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts,
disability benefit acts or other employee benefits acts.
I
I
24.3 The obligation of the CONTRACTOR under this paragraph shall not extend
to the liability of the ENGINEER, his agents or employees arising out of the
preparation or approval of maps, DRAWINGS, opinions, reports, surveys,
CHANGE ORDERS, designs or SPECIFICATIONS.
I
25. SEPARATE CONTRACTS
I
25.1 The OWNER reserves the right to let other contracts in connection with
the PROJECT. The CONTRACTOR shall afford other CONTRACTORS reasonable
opportunity for the introduction and storage of their materials and the
execution of their WORK, and shall properly connect and coordinate his WORK
with theirs. If the proper execution or results of any part of the
CONTR~CTOR'S WORK depends upon the WORK of any other CONTRACTOR, the
CONTR~CTOR shall inspect and promptly report to the ENGINEER any defects in
such 'NORK that render it unsuitable for such proper execution and results.
I
I
25.2 The OWNER may perform additional WORK related to the PROJECT by
himself, or he may let other contracts containing provisions similar to
these. The CONTRACTOR will afford the other CONTRACTORS who are parties to
such Contracts (or the OWNER, if he is performing the additional WORK
himself), reasonable opportunity for the introduction and storage of
materials and equipment and the execution of WORK, and shall properly
conne~t and coordinate his WORK with theirs.
I
I
25.3 If the performance of additional WORK by other CONTRACTORS or the
OWNER is not noted in the CONTRACT DOCUMENTS prior to the execution of the
CONTR~CT, written notice thereof shall be given to the CONTRACTOR prior to
starting any such additional WORK. If the CONTRACTOR believes that the
I
9416-13GC. doc
GC-14
I
I
I
performance of such additional WORK by the OWNER or others involves him in
additional expense or entitles him to an extension of the CONTRACT TIME, he
may make a claim therefor as provided in Sections 14 and 15.
I
26. SUBCONTRACTING
I
26.1 The CONTRACTOR may utilize the services of specialty SUBCONTRACTORS on
those parts of the WORK which, under normal contracting practices, are
performed by specialty SUBCONTRACTORS.
26.2 The CONTRACTOR shall not award WORK to SUBCONTRACTOR(s), in excess of
fifty(50%) percent of the CONTRACT PRICE, without prior written approval of
the OWNER.
I
I
26.3 The CONTRACTOR shall be fully responsible to the OWNER for the acts
and omissions of his SUBCONTRACTORS, and of persons either directly or
indirectly employed by them, as he is for the acts and omissions of persons
directly employed by him.
I
26.4 The CONTRACTOR shall cause appropriate provisions to be inserted in
all subcontracts relative to the WORK to bind SUBCONTRACTORS to the
CONTFACTOR by the terms of the CONTRACT DOCUMENTS insofar as applicable to
the KORK of SUBCONTRACTORS and to give the CONTRACTOR the same power as
regards terminating any subcontract that the OWNER may exercise over the
CONTBACTOR under any provision of the CONTRACT DOCUMENTS.
I
I
26.5 Nothing contained in this CONTRACT shall create any contractual
relation between any SUBCONTRACTOR and the OWNER.
27. ENGINEER'S AUTHORITY
I
27.1 The ENGINEER shall act as the OWNER'S representative during the
construction period. He shall decide questions which may arise as to
quality and acceptability of materials furnished and WORK performed. He
shall interpret the intent of the CONTRACT DOCUMENTS in a fair and unbiased
manner. The ENGINEER will make visits to the site and determine if the WORK
is proceeding in accordance with the CONTRACT DOCUMENTS.
I
I
27.2 The CONTRACTOR will be held strictly to the intent of the CONTRACT
DOCUMENTS in regard to the quality of materials, workmanship and execution
of the WORK. Inspections may be made at the factory or fabrication plant of
the source of material supply.
27.3 The ENGINEER will not be responsible for the construction means,
controls, techniques, sequences, procedures, or construction safety.
I
I
27.4 The ENGINEER shall promptly make decisions relative to interpretation
of the CONTRACT DOCUMENTS.
28. LAND AND RIGHTS-OF-WAY
I
28.1 Prior to issuance of NOTICE TO PROCEED, the OWNER shall obtain all
land and rights-of-way necessary for carrying out and for the completion of
the 'NORK to be performed pursuant to the CONTRACT DOCUMENTS, unless
otherwise mutually agreed.
I
28.2 The OWNER shall provide to the CONTRACTOR information which delineates
and describes the lands owned and rights-of-way acquired.
I
28.3 The CONTRACTOR shall provide at his own expense and without liability
to the OWNER any additional land and access thereto that the CONTRACTOR may
desir.= for temporary construction facilities, or for storage of materials.
I
9416-13Gt:. doc
GC-15
I
I
I
29.
GUARANTY
I
29.1 The CONTRACTOR shall guarantee all materials and equipment furnished
and WORK performed for a period of one (1) year from the date of SUBSTANTIAL
COMPLETION. The CONTRACTOR warrants and guarantees for a period of one (1)
year from the date of SUBSTANTIAL COMPLETION of the system that the
completed system is free from all defects due to faulty materials or
workmanship and the CONTRACTOR shall promptly make such corrections as may
be necessary by reason of such defects including the repairs of any damage
to other parts of the system resulting from such defects. The OWNER will
gi ve notice of observed defects with reasonable promptness. In the event
that the CONTRACTOR should fail to make such repairs, adjustments, or other
WORK that may be made necessary by such defects, the OWNER may do so and
charge the CONTRACTOR the cost thereby incurred. The Performance BOND shall
remain in full force and effect through the guarantee period.
I
I
I
30. DISPUTES
I
30.1 All claims, disputes and other matters in question between the Owner
and the Contractor arising out of or relating to the Agreement, or the
breach thereof, shall be decided in the Superior Court of Richmond County,
Georgia. The Contractor, by executing this Agreement, specifically consents
to venue in Richmond County and waives any right to contest the venue in the
Superior Court of Richmond County, Georgia.
I
31. TAXES
I
31.1 The CONTRACTOR will pay all sales, consumer, use and other similar
taxes required by the law of the place where the WORK is performed.
I
I
I
I
I
I
I
I
I
9416-13GC.dcc
GC-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC - 1
SC - 2
SC - 3
SC - 4
SC - 5
SC - 6
SC - 7
SC - 8
SC - 9
SC - 10
SC - 11
SC - 12
SC - 13
SC - 14
SC - 15
SC - 16
SC - 17
SC - 18
SC - 19
SC - :20
9416-135C. doc
SPECIAL CONDITIONS
INDEX
CONTRACT DOCUMENTS AND DRAWINGS
CONTRACTOR'S FIELD OFFICE
TEMPORARY SANITARY FACILITIES
BOUNDARIES OF WORK
EXISTING STRUCTURES AND UTILITIES
TRAFFIC SAFETY
UTILITIES
ESTIMATE OF QUANTITIES
SURVEYS
DIMENSIONS
SEDIMENT AND EROSION CONTROL
SAFETY AND HEALTH REGULATIONS
SITE CONTAMINATION AND CHEMICALS
STORAGE OF MATERIAL
MANUFACTURER'S DIRECTIONS
CLEANING UP
PRIOR USE BY OWNER
RESTORATION OF PROPERTY
INTERRUPTION OF PLANT OPERATION
SUBSURFACE INVESTIGATION
SC-l
I
I
SC -. 1
CONTRACT DOCUMENTS AND DRAWINGS:
I
The Contract Documents which form a part of this contract include
Adv€:rtisement for Bids, Information for Bidders, Bid, Bid Bond, Notice
of F.ward, Agreement, Payment Bond, Performance Bond, Notice to Proceed,
Change Order, General Conditions, Special Conditions, Technical
Specifications, Drawings and Addenda.
I
Specifications: The specifications consist of a written description of
a general and technical nature of materials, equipment, construction
systems, standards and workmanship, and include General Conditions,
Supplemental General Conditions, Special Conditions and Technical
Specifications indexed at the front of this bound volume of Contract
Documents.
I
I
Drawings: The Engineer will furnish to the Contractor, free of charge,
all copies of the drawings and specifications reasonably necessary for
the execution of the work. Location of all features of the work
included in the contract are indicated on the contract drawings. The
follo:>wing drawings, dated May 1997, comprise the plans for this
contr:-act.
I
DRAWING NO.
TITLE
I,
COVER
LIST OF DRAWINGS AND COVER SHEET
I
1. YARD PIPING PLAN
2. CHLORINE BUILDING DEMOLITION PLAN
3. CHLORINE BUILDING RENOVATION PLAN
4. CHLORINE BUILDING SECTIONS AND DETAILS
5. RAPID MIX BUILDING MECHANICAL RENOVATIONS
6. ELECTRICAL ADDITIONS
I
SC - 2
CONTRACTOR'S FIELD OFFICE:
I
The Contractor shall maintain a field office on the site of the work
whid:. contains a 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.
I
I
SC - 3
TEMPORARY SANITARY FACILITIES:
I
Upon commencing work, the Contractor shall provide temporary screened
and shielded sanitary privies in a manner meeting the approval of the
Engineer. Facilities shall be maintained in a sanitary condition by
the Contractor and in compliance with the requirements of authorities
havin~ jurisdiction. All temporary facilities shall be removed by the
Contractor and the area returned to its original condition prior to
accep.tance of the completed proj ect.
I
SC - <1
BOUNDARIES OF WORK:
I
The Contractor shall not enter on or occupy with men, tools, equipment,
or materials, any ground outside the limits of Owner I s property or
const::uction easements without written consent of the Owner of such
prope::ty.
I
I
9416-135C.doc
SC-2
I
I
I
SC - 5
EXISTING STRUCTURES AND UTILITIES:
I
It is mandatory that the Contractor locate all previously placed
undeJ:ground installations and construction prior to his engaging in any
work in areas where such improvements may exist. The Contract drawings
indicate general locations of such existing improvements solely for the
purpose of initial and general representation thereof. The Owner and
Engineer have not verified locations of these improvements as a basis
for locations displayed on the drawings. All utili ties and
improvements must be located and flagged by the Contractor prior to
corrunencing work. Flags must be maintained and based upon actual field
detenninations. The Owner I s project inspector must be notified before
any .,ork begins in vicinity of existing underground improvements.
I
I
The Contractor shall be held responsible for any damage and for
maint:enance and protection of existing construction and utilities. All
damaged construction, utilities or improvements shall be restored to
the original or better condition in which they were discovered.
I
SC - 6
TRAFFIC SAFETY:
I
I
The Contractor will be held responsible for any damages caused by
negligence on his part, or by the improper placing of or failure to
display danger signs and road lanterns; all traffic lanes will be kept
open and clear at all times and no excavated material or equipment will
be placed on pavement during construction.
SC - 7
UTILITIES:
I
I
The Contractor shall provide for temporary utilities for construction
operations. Potable water is available from hydrants. The Contractor
shall make provisions for telephone service with the phone company.
Limited electric power for construction operations is available at the
chlorination building. Any additional power requirements shall be
provided by the Contractor by arrangement with Georgia Power Company.
The Contractor shall make sui table arrangements to provide fuel for
temporary heating and/or other construction operations as necessary.
I
SC - 8
ESTIMATE OF QUANTITIES:
I
Estimated quantities of work to be done and materials to be furnished
under this Contract if shown in any of the documents including the BID,
are 9iven only to indicate approximately the scope of the Contract;
variation of the quantities reasonably necessary to complete the work
contemplated by this Contract shall, in no way, vitiate this Contract,
nor ::hall any such variation give cause for claims or liability for
damages.
I
I
SC - 9 SURVEYS:
I
The C~ntractor shall make his own surveys and establish his own working
lines and grades from the basic reference lines established by the
Engineer.
SC - 10 DIMENSIONS:
I
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
finis:)ed dimensions, these shall be determined by the Contractor at the
site and he shall assume the responsibility therefor.
I
I
9416-13SC . doc
SC-3
I
I
I
SC - 11 EROSION AND SEDIMENT CONTROL:
I
The Contractor will be required to schedule his work and perform
operations in such a manner that siltation and bank erosion will be
mininized during all phases of construction. Any areas disturbed
during the course of construction shall be restored to a condition
equal or better than the original condition. Grassing of disturbed
area~; 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 water
cour~:es. Erosion Control devices such as mats, grass, mulch, and
crushed stone shall be installed to protect adjoining areas from soil
conte.mination. Compliance with the guidelines of the Manual for
Erosion and Sedimentation Control in Georgia, pursuant to the Erosion
and Sedimentation Act of 1975, shall apply as though fully set forth
herein.
I
I
I
The Contractor shall procure a Land Disturbing Permit from: Augusta-
Richmond Planning Commission, 525 Telfair Street, Augusta, GA 30911.
As a part of the permitting process, the Contractor shall provide his
construction schedule of land disturbing work and shall include a plan
of the temporary measures to be in place during construction. An
emplcyee of the prime Contractor shall be designated as the work site
Erosion and Sediment Control Supervisor who is to be responsible for
timely installation of erosion and sediment control measures and who
shall provide early detection and correction of erosion, sediment, and
flooding problems and who shall have full (24 hr) access to the
personnel, equipment, materials, means and measures to ensure
correction of routine and or special deficiencies.
I
I
I
Permanent erosion control measures for this site include moderate
slopes, pavement, and permanent grassing. The Contractor shall strive
to e}:pedite completion of the permanent measures and shall keep the
temporary measures in place until a satisfactory grass cover is
established.
I
I
SC - 12 SAFETY AND HEALTH REGULATIONS:
I
The Contractor shall comply with the Department of Labor Safety and
Health Regulations for construction promulgated under the Occupational
Safety and Health Act of 1970 (PL91-596) and under Sec. 107 of the
Contr~ct Work Hours and Safety Standards Act (PL91-54).
SC - 13 SITE CONTAMINATION AND CHEMICALS:
I
I
The CONTRACTOR shall prevent the construction site from being
contaminated with any substance in quantities or under circumstances
prohibited by environmental protection laws of the United States or the
State of Georgia. The CONTRACTOR shall be responsible to the OWNER if,
at any time, state or federal authorities make a claim or demand
again:5t the OWNER on account of contamination of the site caused or
allowed by the CONTRACTOR or any of its forces or subcontractors.
I
I
All chemicals used during project construction or furnished for project
operation, whether herbicide, pesticide, disinfectant, polymer,
reactant or of other classification, must be registered for the purpose
speci::ied with USDA. Use of all such chemicals and disposal of
residues shall be in strict conformance with instructions.
SC - 14 STORAGE OF MATERIALS:
I
MateL_als shall be so stored as to insure the preservation of their
quality and fitness for the work. When considered necessary, they
I
941 G-13SC. doc
SC-4
I
I
I
shall be placed on wooden platforms or other hard, clean, surfaces,
and/or placed under cover. Stores of materials shall be so located as
to facilitate prompt inspection.
I
SC - 15 MANUFACTURER'S DIRECTIONS:
I
Manufactured articles, materials and equipment shall be applied,
installed, connected, erected, used, cleaned and conditioned as
directed by the manufacturer unless herein specified to the contrary.
SC - 16 CLEANING UP:
I
The Contractor shall keep the premises free from the accumulation of
waste material and rubbish, and upon completion of the work, prior to
final acceptance of the completed project by the Owner, he shall remove
from the premises all rubbish, surplus materials, implements, tools,
etc., and leave his work in a clean condition, satisfactory to the
Engi~eer. On a daily basis, the work area shall be cleaned
sufficiently to produce a neat appearance.
I
I
SC - 17 PRIOR USE BY OWNER:
I
Prio:: to completion of the work, the Owner (by agreement with the
Cont~actor) 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
requ:_rements of the Contract Documents.
I
SC - 18 RESTORATION OF PROPERTY:
I
The Contractor shall carefully restore all property defaced by the
operations or acts of any of his agents or employees. Such restoration
shall include seeding, sodding, transplanting of lawns, hedges, or
ornamental plantings, and the repair or replacement of streets,
dri veways, walks, fences, or other facilities in such a manner as to
meet the approval of the Engineer. No structures, fences or trees
shall be removed without the consent of the property owner or until
condemnation procedure, if necessary, has been completed.
I
.1
Reste.ration of property shall
completion of the proposed
construction site.
commence
work in
immediately
the various
upon substantial
areas of the
SC - 19 INTERRUPTION OF PLANT OPERATION:
I
I
a. General: Operation of the existing wastewater treatment
plant with a minimum of interruption from the construction operations
is VITAL. The Contractor shall carefully plan his work to least
interfere with operation of existing facilities. The Owner and
Engineer shall be contacted by the Contractor so that interruptions may
be scheduled and coordinated not less than 36 hours in advance of the
work. The new facilities shall be constructed in phases and made
operational before essential existing operations are disrupted.
I
I
b. Scheduling Interruption of Plant Operations: In Section
3.2, the General Conditions require the Contractor to submit a
construction progress schedule for approval prior to the first partial
payment estimate. Additionally, the Contractor shall submit a proposed
schedule for interruption of plant operations which has been fully
coordinated with his proposed construction schedule. This proposed
schedule of interruptions may be submitted up to 30 days subsequent to
the construction schedule but prior to any request for interruption of
I
I
9416-13SC . doc
SC-5
I
I
I
plant operations. This detailed schedule shall include all significant
operations which require a shut down of any wastewater plant functions.
I
SC - 20 SUB-SURFACE INVESTIGATION:
I
The following logs of borings made in 1965 by an independent testing
labol:atory at the site are presented for information only. Neither the
Engineer nor the Owner assumes any responsibility for the accuracy of this
information. The borings are located and identified on Drawing 1, YARD
PIPING PLAN, of the Contract Drawings.
I
C-l
Elev.
132.2
o
4.0
9.0
13.0
21. 0
22.5
15.0
4.0
9.0
13.0
21.0
22.5
23.5
Brown silty sand
Gray-Brown clayey silt, trace sand
Fine-medium white sand
Gray-Brown clay, areas of silt
Coarse brown sand
Gray-brown silty clay
I
W.L.
I
C-3
Elev.
132.2
W.L.
o
4.0
14.0
15.0
4.0
14.0
21. 0
Brown silty sand
Medium gray-brown silty sand
Medium gray-brown sand, some silt
I
I
I
I
I
I
I
I
I
I
I
9416-13SC. doc
SC-6
I
I
I
SECTION T-l - DEMOLITION
GENEFAL REQUIREMENTS:
I
The work includes the removal of existing chlorinators, scales, chocks,
piping and other related equipment in the Chlorination Building.
SUBMITTALS:
I
I
The ~rocedures and schedules for the accomplishment of the demolition
shall be submitted for approval. The procedures shall provide for the
conduct of the work, careful removal and disposition of materials
equipment, and protection of property which is to remain undisturbed.
work
safe
and
TEMPORARY SERVICE:
I
Chlorination service must be maintained at all times. The Contractor shall
include with his submittals a description of his proposed procedure for
maintaining the chlorine supply.
I
DUST CONTROL:
I
The amount of dust resulting from demolition shall be controlled to prevent
the spread of dust and to avoid creation of a nuisance in the surrounding
area. Use of water should be limited and will not be permitted when it
will result in or create hazardous or objectionable conditions such as
flooding or pollution.
I
PROTE:TION OF EXISTING EQUIPMENT:
I
Befor~ beginning any cutting or demolition work, the Contractor shall
caref'.llly survey the existing work accompanied by the Owner's
Representative and shall examine the drawings and specifications to
deteD~ne the extent of the work. The Contractor shall take all necessary
preca'.ltions to insure against damage to existing equipment to remain in
place, to be reused, or to remain the property of the Owner, and any damage
to such equipment shall be repaired or replaced at no additional cost to
the O'~ner. The Contractor shall provide any temporary needed shoring,
bracing and supports. The Contractor shall insure that structural elements
are not overloaded and be responsible for providing new pipe hangers or
addinq new supports required as a result of any cutting, removal, or
demol:Ltion work performed under any part of this Contract.
I
I
DISPO:3AL OF EQUIPMENT:
I
I
All equipment, pipe, conduit, and other materials removed in the course of
demolition, shall be removed from the premises and disposed of by the
Contractor in a safe manner. All hauling over public streets and roads and
dispo:,al shall be in complete accordance with all applicable laws and
regulations.
CLEAN--UP:
I
The Contractor shall maintain a clean and orderly work area at all times.
At the end of each work day, all construction materials, scrap and debris,
etc. ::;hall be removed. All dust and foreign materials shall be removed.
Drop cloths may be used to protect equipment, provided they are kept clean
and free of foreign material which could contaminate the equipment.
I
I
I
9416-13TOl.doc
DEMOLITION
T1-1
I
I
I
PAYMENT:
I
No separate payment will be made for any of the work covered by this
section of the specifications. All costs in connection therewith shall be
included in the appropriate lump sum Bid for the completed work.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9416-13TOJ .doc
DEMOLITION
Tl-2
I
I
I
SECTION T-2 - EXCAVATION, FILLING AND BACKFILLING
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, appliances, materials, layout
staking and grade staking and supervision, and in performing all operations
in connection with the excavation, filling and backfilling for piping in
strict accordance with this section of the specifications, the applicable
draw:~ngs and terms and conditions of the Contract.
I
I
CLAS~nFICATION OF EXCAVATION:
ALL EXCAVATION SHALL BE UNCLASSIFIED.
EXCAVATION:
I
I
General: The excavation shall conform to dimensions and elevations
appropriate for the pipe line. Excavation shall not be carried below the
elevation necessary for construction.
I
Trench Excavation: Trenches shall be excavated true to line and grade.
Trenches to receive pipe having a nominal diameter of 24 inches or less
shalJ. not be less than 12 inches wider nor more than 16 inches wider than
the outside diameter of the pipe to be laid therein, so that a clear space
of not less than 6 inches nor more than 8 inches in width is provided on
each side of the pipe.
I
The maximum width specified applies to the width at or below the level of
the top of the pipe. The width of the trench above the pipe may be as wide
as necessary to provide room for proper installation of the work. The
Contractor shall comply with the safety requirements of OSHA.
I
I
Where, in the opinion of the Engineer, the natural trench bottom is soil
which is incapable of satisfactorily supporting the pipe, such unsuitable
soil shall be removed to the depth required as determined at the site. The
trench bottom shall then be refilled with selected refill material, placed
in 8 inch layers and compacted at optimum moisture content. Each layer
shall be thoroughly tamped. The refill shall be brought to the proper
elevation for the pipe.
I
Dewatering and Drainage of Excavated Areas: Grading shall be controlled to
prevent surface water from running into excavated areas. Dewatering by
pumping or wellpointing from excavated areas shall be performed by the
Contractor to provide a stable excavation and a firm pit or trench bottom.
Dewatering shall incur no extra cost to the Owner.
I
I
All dewatering methods shall be subject to the approval of the Engineer as
to capacity and effectiveness. Water removed from the excavated areas
shall be conveyed in a proper manner to a suitable point of discharge where
it will neither cause injury to public health, public or private property,
the Burface or use of streets by the public or work completed or in
progress.
I
I
Shoring and Protection of Excavations: Shoring shall be provided by the
Contractor as necessary to protect life or property. All existing
structures, streets, pipes, and foundations which are not to be removed or
relocated shall be adequately protected or replaced by the Contractor
without cost to the Owner. The Contractor shall adequately protect the
work under construction and the safety of his workmen in excavations by the
use of suitable sheeting, shoring and bracing, or by sloping the banks in
accordance with the angle of repose of the soil.
I
I
9416-13T(2.doc
EXCAVATION, FILLING, AND BACKFILLING
T2-1
I
I
I
The Contractor alone is responsible for any damage or injury resulting from
his failure either to provide adequate protection from the excavation or to
comply with OSHA requirements.
I
Exce~;s Material: Excess material to be used for backfill shall
stockpiled as directed by the Engineer. Excavated material shall
deposited a sufficient distance from the side of excavation walls
prevEmt excessive surcharge on the wall. Excess excavated material
suitc.ble or required for backfill or filling shall be wasted within
limits of the site as directed by the Engineer.
be
be
to
not
the
I
FILL:
I
Earth fill shall be placed in layers not to exceed 8
Each layer shall be compacted at optimum moisture
apprcved by the Engineer. After compaction, the dry
for each layer shall be as specified for backfilling.
inches in thickness.
content in a manner
weight per cubic foot
I
BACKFILLING:
I
I
The Engineer shall be notified before backfilling in order that the work
may be inspected before it is covered. After completion of the pipe work,
and prior to backfilling, all forms shall be removed and the excavation
shall be cleared of all trash and debris. Symmetrical backfill loading
shall be maintained. Special care shall be taken to prevent any wedging
action or eccentric loading upon or against a pipe. Backfill shall be
placed in horizontal layers not in excess of 8 inch thickness, and shall
have an optimum moisture content when compacted. After compaction, the dry
weight per cubic foot for each layer shall be at least 90% of the maximum
Laboratory Dry Weight per cubic foot, as determined by ASTM D-1557, except
that backfill under slabs, sidewalks and pavement shall be at least 98% of
a dry density as measured by Modified Proctor, ASTM D-1557.
I
I
FILL AND BACKFILL MATERIAL:
I
Material for fill and backfilling
if st;.itable, or borrow approved
trash. lumber, or other debris,
deleterious matter.
shall consist of the excavated material,
by the Engineer, and shall be free of
roots and other organic, perishable or
I
BORROW MATERIAL:
I
Borr01" 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.
SELEC~~ REFILL MATERIAL:
I
When directed by the Engineer, select refill material shall be used to
refill the trench bottom where unsuitable soil is encountered. Such
material shall be #67 crushed stone, free from sod, sticks, roots and other
organic, perishable or deleterious matter. The Contractor shall obtain
prior approval from the Engineer of any variance in the proposed select
refill material.
I
PAVEME:NT REMOVAL AND REPLACEMENT:
I
I
The Contractor shall replace or repair all pavement which has been removed
or damaged in his trenching operation with pavement of equal quality but
not less than 8-inches concrete, over compacted fill; where the adjoining
pavement is asphalt, a 2" surface course of hot plant mix asphalt shall be
added above the concrete. Sufficient pavement shall be replaced to allow
for at: least one foot outside of excavation limits or damaged portions.
I
9416-lJTO;:.doc
EXCAVATION, FILLING, AND BACKFILLING
T2-2
I
I
I
I
The existing pavement shall be neatly cut vertically and on a uniform
hori:~ontal alignment. Pavement subgrade and pavement under the cognizance
of local and state highway departments shall be replaced in strict
accoJ:dance with their standards or direction. The Owner will provide
per~_ts for the opening of the pavement. The Contractor shall meet all of
the J:equirements of such permits for work which is done within the highway
right:-of-way.
I
PAYME:NT:
I
No s'=parate payment shall be made for excavation for pipeline trenches;
backfill; pipe bedding; protection of utili ties; maintenance of usable
dri ving surfaces free from potholes; depressions and ruts; erosion and
sediment control measures; and other work covered by this section of the
specifications. Such work shall be considered as a subsidiary obligation
of the Contractor in completing the work and all costs in connection
there:with shall be included in the lump sum price for the completed work.
I
I
I
I
I
I
I
I
I
I
I
I
I
9416-13TO.~.doc
EXCAVATION, FILLING, AND BACKFILLING
T2-3
I
I
I
SECT:ON T-3 - CONCRETE
SCOPI: :
I
The work covered by this specification consists of furnishing all plant,
labol:, equipment, appliances, and materials, and in performing all
operc.tions in connection with the installation of concrete work, complete,
in strict accordance with this specification and the applicable drawings,
and subject to the terms and conditions of the Contract.
I
APPLICABLE SPECIFICATIONS:
I
The current edition of the following specifications form a part of this
specification:
I
American Society for Testing Materials Designation:
I
C 33
C 150
.A. 615
C 94
C 31
Concrete Aggregates
Portland Cement
Reinforcing Steel
Ready-Mix Concrete
Method of Making and Curing Concrete Compression
and Flexure Test Specimens in the Field
I
.~erican Concrete Institute Publications:
ACI 318
ACI 315
Building Code Requirement for Reinforced Concrete
Manual of Standard Practice for Detailing Reinforced
Concrete Structures
I
CONCR]~TE :
I
MateL~als :
I
Cement: Portland Cement shall be Type I or Type III conforming to ASTM C
150. - Only one brand of cement shall be used for exposed concrete in any
individual structure.
I
Fine Aggregate shall consist of natural sand, manufactured sand or a
combination thereof, conforming to the requirement of ASTM C 33, Concrete
Aggresrate.
I
Coarse: Aggregate shall consist of crushed stone, gravel, or air cooled
blast-furnace slag, or a combination thereof, conforming to the requirement
of AS'I'M C 33, Concrete Aggregates.
Water shall be clean and free from oils, acids, salts, or other injurious
substances.
I
Admixtures shall be used to provide entrained air. Other
be used only with written approval of the Engineer.
admixtures shall conform to ASTM C 260. Other admixtures
ASTM C 494. Calcium chloride will not be permitted.
admixtures shall
Air entraining
shall conform to
I
Curing Materials shall be approved by the Engineer before use.
I
Reinforcing steel for concrete shall conform to ASTM A 615,
Grade 60 except as otherwise noted on the drawings. Shop
requiH~d.
Grade 40 or
drawings are
I
I
9416-13T03.doc
CONCRETE
T3-1
I
I
I
I
Storage of Materials: Cement and aggregates
manner as to prevent deterioration or intrusion
reinforcing shall be stored in such a manner
rusting, oil, grease, and distortion.
shall be stored in such a
of foreign matter. Steel
as to be protected from
I
Mix: All concrete shall have a minimum 28-day compressive strength of
4,000 pounds per square inch and a slump of 4 inches, unless otherwise
indicated. All concrete shall be mixed in a power operated batch mixer.
The contents of the mixer shall be completely discharged before each new
batch is loaded. Ready mix concrete shall conform to ASTM C 94. The use of
reten~ered concrete will not be permitted.
I
Concx'ete for pipe encasement, blocking, and collars shall have a minimum
strength of 3,000 psi.
I
Forms: Piers, cradles, and collars shall be formed, where necessary, to
accu.r'ately conform to the appropriate shape, lines and dimensions. Wood
forms shall be made from lumber of No. 2 Common Grade or better. They
shall be properly braced and tied so as to maintain their position and
shape, and shall be sufficiently tight to prevent leakage of grout.
I
Finish:
Floor shall be wood floated and troweled.
I
Cylinders: Two cylinders per 50 yards of concrete and not less than two
for each day's pour shall be tested for 28-day strength.
PAYME:n:
I
No separate payment will be made for work covered by this section of the
specifications and all costs in connection therewith shall be included in
the lump sum price for the completed work.
I
I
I
I
I
I
I
I
I
9416-13T03.doc
CONCRETE
T3-2
I
I
I
SECT::ON T-4 - GRASSING:
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment and materials and performing all
operations required to establish a satisfactory cover of grass within all
unpaved areas disturbed by construction. All work shall be performed in
strict accordance with this section of the specifications and the
applicable drawings and subject to the terms and conditions of the
Contract.
I
I
GENEHAL:
I
The 9rassing operations shall consist of preparation of
tille.ge, liming and fertilizing, seeding or sprigging,
and maintenance and repair of planted areas until a
cover is obtained and the work is finally accepted.
the soil, including
mulching, watering,
satisfactory grass
MATEEIALS :
I
Seed: Areas to be grassed shall be seeded with Hulled Bermuda grass seed.
All seed for grassing shall be tested and approved by the Georgia
Department of Agriculture not more than 6 months prior to the date of
sowing and packaged and labeled in accordance with the Georgia Seed Laws
and Rules and Regulations in effect on the date of the Invitation for Bids.
Seed which has become wet or moldy or otherwise damaged prior to the time
of sowing will be rejected.
I
I
Agricultural Lime shall be a pulverized limestone having the following
certified chemical and physical properties:
I
Total Carbonates, not less than 85%
Passing la-mesh screen, at least 100%
Passing lOa-mesh screen, at least 25%
I
Fertilizer: All fertilizer shall be a dry, free-flowing commercial
10-10-10 fertilizer suitable for application by a fertilizer distributor,
grain drill, planting machine or similar standard equipment. The
fertilizer shall be certified to meet the requirements of Fertilizer Laws
of the State of Georgia in effect on the date of the Invitation for Bids.
Any fertilizer which becomes caked or otherwise damaged prior to the time
of use will be rejected.
I
I
Mulch: Any of the mulch materials, consisting of forest litter, hay,
straw, hulls of cottonballs 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 ~e acceptable providing they are properly shredded or ground. Mulch
materials which contain seeds of species of weeds or plants which would
germinate and be harmful to the proposed planting will not be accepted.
Before collection of mulch material is begun or delivery is made, the
Contractor shall submit samples for approval. Only approved mulch from
approved sources will be accepted.
I
I
I
Water for use in connection with the planting operations will be furnished
by the Owner or obtained from any other approved source. Such water shall
be free of excess chlorine, or other chemicals or substances harmful to
plant growth.
I
I
9416-13TOI.doc
GRASSING
T4-1
I
I
I
GROUND PREPARATION:
I
Priol: to preparing the ground for planting operations, all weeds, brush and
othel: vegetation in the areas to be planted which has not been removed
during clearing and grubbing and grading operations shall be removed from
the ~;ite. All irregularities in the surface shall be smoothed out and all
root~;, clay lumps and stone greater than 2" in diameter, and other foreign
matel:ial detrimental to tillage, planting and proper growth and maintenance
of the area shall be removed. In all areas where the topsoil has been
removed during grading operations, the topsoil which has been stockpiled
shall be returned and evenly distributed over these areas. Stockpiled
topsoil shall be kept free from subsoil, brush, objectionable weed growth,
littE,r, stones and clay lumps larger than 2 inches in diameter, stumps,
roots, and other material that would interfere with planting and
maintenance operations. Herbicides used for weed control shall conform to
SC-1::.
I
I
I
LIMIl'iG AND FERTILIZING:
I
After the areas to be seeded have been brought to finished grade,
agric:ul tural lime and fertilizer conforming to the requirements of this
speci fication shall be uniformly distributed over the areas, lime at the
rate of one ton per acre and fertilizer at the rate of 1000 pounds per
acre. In areas where mechanical spreaders cannot be used, the lime and
fertilizer may be applied by hand methods. The lime and fertilizer shall
not be applied when the wind makes it difficult to obtain satisfactory
distribution.
I
I
TILLA.GE:
I
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.
PLANTING:
I
I
Seeding operations shall not be performed prior to April 15 or after
October 31, nor unless the soil has the optimum moisture content or more,
through a depth of at least 3 inches. Temporary seeding may be employed
with one of the following ground covers until such time that permanent
grassing can be planted and established.
GRASSING TABLE
I
Permanent Cover:
I
Fertilizer: 5-10-10; 1800 lbs. per acre
Agricultural Lime: 10 tons per acre
Mulch: 2-1/2 tons mulch hay per acre
I
Hulled Common Bermuda 30 lbs./Ac
and Browntop Millet 10 lbs./AC
(Planted on slopes less than 3:1)
3/1 - 7/31
Temporary Cover:
I
Fertilizer: 10-10-10;
Agricultural Lime:
Mulch: As Needed
500 lbs. per acre
1000 lbs. per acre
I
Annual Ryegrass
Browntop Millet
15 lbs./AC
15 lbs./AC
8/1 - 2/29
3/1 - 7/31
I
9416-13T04.doc
GRASSING
T4-2
I
I
I
I
Seeding: Seed conforming to the requirements of this specification shall
be uniformly sown by approved mechanical power drawn drills or seeders or,
in s::nall areas, by mechanical hand seeders. Depending on time of year
plant:ing occurs, hulled bermuda or tall fescue shall be at the rate per
table; Interstate Lespedeza at rate per table on slopes greater than 3:1.
The ~;eeds shall be covered and compacted to a depth of 1/8 to 1/2 inch by
mean~ of a cultipacker and an empty traffic roller or another roller
weigt.ing less than 3 tons. Broadcast seeding shall not be done when the
wind makes it difficult to get satisfactory distribution.
I
WATEF.ING:
I
After the planting has been completed, the moisture content of the soil
will be tested. If there is not enough moisture in the soil to insure
germination and adequate plant growth, water shall be applied by sprinkling
until an adequate moisture content has been reached. In the absence of
adequate rainfall during the germination and early growth period, the
Contractor will be required to maintain the required adequate moisture
content of the soil by periodic sprinkling operations.
I
I
MULCHING:
I
Mulching of planted areas will not be required but may be employed at the
option of the Contractor as an aid in reducing erosion and conserving soil
moisture. If employed, the mulch shall conform to the requirements of this
specification. The rate of application of the mulch depends on the texture
of the mulch. The proper application will allow some sunlight to penetrate
and air 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 :':Jy a cultipacker, disc harrow, or other suitable equipment.
I
ESTABIJI SHMENT AND MAINTENANCE:
I
I
The C.::mtractor 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 3.ny reason whatsoever, shall be replanted according to these
specifications and such replanting shall be repeated until acceptance by
the E:ngineer. The Contractor shall properly water, mow and otherwise
maintain all grass planted areas and any damagt! resulting from erosion,
washing or other causes, shall be repaired by fill topsoil, tamping,
refertilizing and replanting at no additional expense to the Owner, if such
damage occurs prior to acceptance of the project. Contractor shall not mow
Lespedeza until after plants have gone to seed.
I
I
EROSION CONTROL:
I
The Contractor will be permitted to seed such areas with Ryegrass or Brown
Top Millet at his own expense, if he so desires, to control erosion of the
graded areas. All mowing and maintenance operations during the fall and
wintel: 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.
I
PAYMEKT:
I
No separate payment will be made for the grassing and other work covered by
this :3ection of the specifications. All costs in connection therewith
shall be included in the lump sum Base Bid for the completed work.
I
I
9416-13T04.doc
GRASSING
T4-3
I
I
I
SECTION T-5 - MISCELLANEOUS METALWORK
SCOPI; :
I
The work covered by this section of the specifications consists of
furnishing all labor, materials, equipment and services necessary for or
reasonably incidental to the furnishing and erection of all structural
metalwork, angle frames, bearing plates, anchors, anchor bolts, and all
othel: miscellaneous metal items to fully complete the structures in strict
accordance with this section of the specifications and the applicable plans
and subject to the terms and conditions of the Contract.
I
I
APPL1CABLE SPECIFICATIONS:
I
The current edition of the following specifications and any specifications
shown on the drawings form a part of this specification:
American Institute of Steel Construction: "Specification for Design,
Fabrication, and Erection of Structural Steel for Buildings".
I
AISC:
"Code of Standard Practice for Steel Buildings and Bridges".
American Society for Testing Materials:
I
I
Designation A-36, "Steel for Buildings and Bridges"
Designation A-193, "Stainless Steel Bolting Materials"
Designation A-307, "Unfinished Bolts"
Designation A-325, "High Strength Bolts"
Designation A-386, "Hot Dip Galvanizing"
Designation B-241, "Specification for Aluminum Alloy Seamless
Pipe"
Designation B-308, "Specification for Aluminum Alloy 6061-T6
Std. Shapes"
Designation D-3917, "Dimensional Tolerances of Fiberglass Rein-
forced Plastic Shapes"
I
I
American Iron and Steel Institute:
AISI 304 and 316: "Austenitic Stainless Steels"
I
American Welding Society: "Structural Welding Code, AWS D1.1-77".
PRODUCT DELIVERY, STORAGE AND HANDLING:
I
Mater.ial Storage: Protect steel members and packaged materials from
cor ro.sion and deterioration. Welding electrodes shall be delivered in
unbroken packages and stored when opened in a closed, dry heated box. Do
not ~;tore materials on the structures in a manner that might cause
disto.rtion or damage to the members or the supporting structures. Repair
or replace damaged materials or structures as directed.
I
MATERIALS:
I
General: Except as otherwise indicated, structural steel shall be Fy 36,
ASTM j\-36; glass fiber reinforced plastics (FRP) shall contain 65% or more
of glass fiber, shall have a bending modulus of elasticity of 5x106 PSI or
more and shall conform to the dimensional tolerances of ASTM D-3917.
I
Rolled. Steel Plates, Shapes, Bars and Anchor Bolts:
where other type steel is shown.
ASTM A-36, except
I
I
9416-13TO;.doc
MISCELLANEOUS METALWORK
T5-1
I
I
I
Expar.lsion Anchors shall have stainless steel shanks and nuts:
FF-S-325; cinch anchor type, Group I, Type I, Class 2 (2 unit),
Type II, Class 2, Style 1 (2 unit); wedge type, Group II, Type
or 2; or self-drilling type, Group III, Type I.
Fed. Spec.
or Group I,
IV, Class 1
I
Expar..sion anchors shall be installed in conformity with the manufacturer's
recorrmendations for maximum holding power, but in no case shall the depth
of hole be less than four hole diameters. Minimum distance between the
center of any expansion anchor and an edge or exterior corner of concrete
shall be not less than 4-1/2 times the diameter of the hole in which it is
installed.
I
I
FABRICATION:
I
Structural steel shall be fabricated in accordance with appropriate AISC
Specifications and as indicated on the final shop drawings. Fabricate with
natural camber of the member up. Properly mark and matchmark materials for
field assembly. Fabricate for delivery sequence which will expedite
erection and minimize field handling of 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.
I
I
Connections: Weld or bolt shop
except where welded connections
specified. All butt welds shall
welds not otherwise noted shall be
connections. Bol t field connections,
or other connections are shown or
be full penetration butt welds. Fillet
3/16".
I
Holes for Other Work: Provide holes required for securing other work to
structural steel and miscellaneous metal, and for the passage of other work
through the members. Provide threaded nuts welded to framing as needed to
receive other work.
I
ERECTION:
I
Structural steel and miscellaneous steelwork shall be
conformance with current edition of AISC Specifications.
erected in
PAYME:\JT:
I
No se:?arate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump .3um Base Bid for the completed work.
I
I
I
I
I
I
9416-13T05.doc
MISCELLANEOUS METALWORK
TS-2
I
I
I
SECTION T-6 - PLANT AND YARD PIPING
SCOPE: :
.1
I
The \-Iork 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,
fi ttings, and appurtenances in strict compliance with this section of the
specifications and the applicable plans and subject to the terms and
conditions of the contract.
I
GENEF:AL :
I
The ::ontractor shall submit for the approval of the Engineer complete
drawings of complex piping assemblies and appurtenances, accurately and
adequ.ately dimensioned and with sufficient descriptive matter to indicate
clearly the installation and connection to appurtenant equipment.
I
Pipe, appurtenances and accessories, unless otherwise indicated or
authcrized in writing by the Engineer, shall be new and unused materials
and :5hall 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 pipe
line in which they are installed.
I
I
Pipes located inside structures, above ground or attached to structures
shall be rigidly supported. The full length of each section of underground
pipe shall rest solidly upon the pipe bed, with recesses only to
accorrmodate pipe joints. Any pipe which has its alignment, grade or joints
disturbed after laying shall be taken up and relaid. The interior of all
pipe shall be thoroughly cleaned of all foreign matter before being placed,
and shall be kept clean during laying operations by means of plugs or other
approved methods. No pipe shall be laid in water or when trench or weather
conditions are unsuitable for such work.
I
I
At all times when actual pipe laying is not in progress, all open ends of
pipe and fittings shall be securely and completely closed with mechanical
or expandable plugs so as to positively exclude the entrance of all trench
water, earth or other foreign substance into the line. All completed
pipelines shall be cleaned of dirt and superfluous materials and shall be
flushed to remove any foreign matter remaining therein. Any section of
pipe found to be defective before or after laying shall be replaced at no
additional expense to the Owner. Rejected pipe shall be clearly marked and
shall be removed from the site.
I
I
INSTALLATION IN TRENCHES:
I
Excavation, trenching and backfilling shall be done in accordance with
Section T-2 of these specifications. Any pipe that is to be laid in fill
shall not be laid until the fill material has been completely placed and
compacted in accordance with these specifications. If the maximum
permissible width of the trench at the elevation of the top of the pipe is
exceeded for any other reason than at the direction of the Engineer, the
Contractor shall install at his own expense, such concrete cradling, pipe
encasement or other bedding as is required by the Engineer to support the
additional load on the pipe.
I
I
Handling of pipe and accessories shall be in such a manner as to insure
delivery on the job and installation in the trench, or inside the
structures in a sound undamaged condition. Cutting of pipe shall be done
in a neat and workmanlike manner without damage to the pipe. Cutting shall
be done by means of an approved type of mechanical cutter. Pipe shall be
cut square; burrs, chips, and cuttings shall be removed.
I
I
9416~lJT J6.doc
PLANT AND YARD PIPING
T6-1
I
I
I
PIPING:
GENEFAL :
I
Before work is begun the Contractor will furnish to the Engineer layout
drawings showing all details for all horizontal and vertical curves,
restrained joints, and all other specials and special joints.
I
All pipe and fittings may be inspected at the place of manufacture by
representatives of the Owner and/or by a testing laboratory of the Owner's
selec.tion. Such inspection shall not in any way relieve the Contractor
from the responsibility for the compliance of all materials installed as
specified, nor shall such inspection in any way relieve the manufacturer
from his responsibility for materials he furnished to be as specified.
I
SERVICE PIPING SCHEDULE:
I
Unless otherwise indicated, pipe and fittings shall be constructed of the
materials shown in the following schedule for the service indicated.
I
Service
Pipe Material
Fitting Material
Chlorine Gas, Vacuum
PVC, SCH. 80
PVC
I
Flexible Chlorine Gas Lines
Fluoropolymer Tubing,
PTFE
Chlorine Solution
PVC, Sch. 80
PVC
I
Non-Potable Water
PVC, Sch. 80
PVC
I
Fittings shall be appropriate for the installation. Suitable couplings,
unio~s and flexible joint connections shall be furnished and installed in
the piping system to correct minor misalignment and to facilitate removal
and replacement of piping components. Piping connections to all machinery,
equipment and meters shall be made with flanged or union fittings. Where
this is impractical, a dresser coupling, a union, or similar fitting shall
be installed as close as possible to facilitate equipment maintenance or
removal.
I
I
PIPE SUPPORTS:
I
The Contractor shall furnish and install pipe supports and hangers to limit
joint stresses, and to hold piping rigid and free from vibration under all
conditions of operation. Piping supported from above shall be supported on
adj us table pipe hangers. Unless otherwise noted, horizontal runs of pipe
shall be provided with supports spaced not more than 6 feet on center.
I
Hange:rs shall be clevis or trapeze type and provided with turn buckles or
other approved means of adjustment. Chain, strap, perforated bar or wire
hange:rs will not be permitted. Hangers shall be forged steel coated with
heresite and/or fiberglass strut, Robroy, Rob-glass or equal.
I
PIPE SLEEVES:
I
Pipe sleeves shall be furnished and set, and the Contractor shall be
responsible for their proper and permanent location, and approval thereof
by the Engineer. Pipe will not be permitted to pass through footings,
beams or other structural elements, unless noted on the drawings.
I
Pipe sleeves shall be installed and properly secured in place at all points
where pipes pass through masonry or concrete. Pipe sleeves, except sleeves
in footings, shall be of sufficient diameter to provide approximately ~
I
9416-13T06.doc
PLANT AND YARD PIPING
T6-2
I
I
I
inch clearance around the pipe, and in the case of insulated pipe, ~ inch
clearance around the insulation. Pipe sleeves in footings shall be of cast
iron or steel pipe and shall not be less than 4 inches 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.
I
I
POLYVINYL CHLORIDE (PVC) PIPE:
I
Pipe: polyvinyl chloride (PVC) pipe shall be extruded, using Type I, Grade
I PVC compound conforming to ASTM D1784 Designation 12454A. PVC pipe shall
confo:t:m to ASTM Specification D-1785 and shall be used for those services
set f::>rth hereinbefore in the Service Piping Schedule. Schedule 40 or 80
is suitable for all listed uses of PVC pipe except those specifically
listing Schedule 80.
I'
Fitti]~ shall be PVC, Schedule 80 socket or threaded fittings for Schedule
80 pipe. For Schedule 40 pipe, only Schedule 40 socket type fittings shall
be used. Threaded fittings shall be used for Schedule 80 piping above
ground. Socket type PVC fittings shall conform to ASTM D2467; solvent
cements shall conform to ASTM D2564.
I
I
Handl.ing: Pipe and accessories shall be handled in such a manner as to
insur'= deli very on the site and installation in the trench in a sound
undama.ged condition. If pipe is to be stored outside for more than 30 days
it shall be covered to protect it from prolonged exposure to the sun. Cover
shall be canvas or other opaque material, with provision for air
circulation under the cover. When pipe is received in standard lifts it
shall remain in the lift until ready for use. Lifts shall not be stacked
more than three high and shall always be stacked wood on wood. Loose pipe
shall be stored on racks with a maximum support spacing of three feet.
Pipe shall be shaded but not covered directly when stored outside in high
ambie::lt temperatures. This will provide for free circulation of air and
reduce the heat build-up due to direct sunlight exposure.
I
I
I
Cutti:~: Pipe shall be cut in a neat workmanlike manner without damage to
the pipe. Pipe shall be cut square, using either a tubing cutter or a
miter box and a fine tooth saw. All burrs, chips and cuttings shall be
removed and pipe end beveled.
I
Placi og and Laying: Pipe and accessories shall be examined for defects
before installing. All damaged, defective or unsound items will be
rejected and removed immediately from the site of the work. The pipe shall
be assembled above ground in a straight line, then curved and laid in the
trench. All curvature shall be accomplished by bending the pipe with no
deflection at the joints. Pipe with solvent weld joints shall be snaked in
the trench using loops offset 13 inches per 50 feet. Pipe shall be placed
in the trench and bedded as required in Section T-2.
I
I
Jointing: Clean the inside of the fitting and inside and outside of the
end of the pipe with a clean dry cotton rag. Surfaces to be joined shall
be thoroughly dry. Apply primer to the inside of the socket and outside of
the pipe with a dauber, keeping the surfaces wet 5 to 15 seconds. Apply a
second coat to the inside of the socket. Using the proper size applicator,
apply solvent cement to the outside of the pipe and inside of the fitting.
Apply a second layer to the outside of the pipe. Immediately upon
finishing the application of the cement, and before it starts to set,
insert the pipe to the full socket depth, rotating the pipe or fitting 1/4
turn to insure a complete and even distribution of the cement. Hold joint
together a minimum of 10 to 15 seconds to make sure that the pipe does not
move or back out of the socket. Immediately after joining, wipe off all
excess cement from the circumference of the pipe and fitting. Joints shall
be allowed to dry 48 hours prior to movement or subjection to internal
I
I
I
I
9416-13Tl6.doc
PLANT AND YARD PIPING
T6-3
I
I
I
pres~;ure. Joints shall not be made when temperature is above 900 F when
expo~;ed to direct sunlight, or when the temperature is below 400 F. Primer
and :3olvent cement shall be fresh and uncontaminated, and as recommended
and supplied by the pipe manufacturer.
I
I
Detection Tape: PVC pipe installed underground shall be marked by the use
of a continuous inert bonded layer plastic tape with a metallic foil core,
buried in the pipe trench 24 inches below the surface. Tape shall be
yellcw, 2 inches wide with continuous imprinting; "CAUTION PIPELINE
BURIED BELOW". Tape shall be Seton Metallic Lined, or equal.
PAYMENT:
I
No separate payment will be made for the work covered under this section of
the specifications. All costs in connection therewith shall be included in
the lump sum Bid for the completed work.
I
I
I
I
I
I
I
I
I
I
I
I
I
9U6-13T06.doc
PLANT AND YARD PIPING
T6-4
I
I
I
SECTION T-7 - VALVES
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, supervision, equipment and materials, and
performing all operations in connection with the installation of the valves
and appurtenances complete, in strict accordance with this section of the
specifications and the applicable plans and subject to the terms and
con{itions of the Contract.
I
I
GENERAL:
I
All valves and accessories furnished by the Contractor for incorporation
intc the work shall be new, unused, and of the type specified herein. 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
material of the operating nut or on the handle or wheel to indicate
direction of opening.
I
BALL VALVES:
I
PVC Ball Valves shall have a pressure rating of 150 P.S.I. at 730F water.
Valves shall be full-port type with self-lubricating teflon seats, EPDM "0"-
ring seals, and union connections on each end. Ball Valves shall be Nibco
No. U45TB-E or approved equal.
I
GATE VALVES:
I
Gate valves shall be of the double disc type designed for a minimum working
pres:3ure of 200 psi. Underground valves shall have mechanical joint ends to
match the piping in which they are installed. Exposed valves shall be
flanqed. 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 use O-ring seals. Gate valves 2 inches and
larger shall be iron body, brass mounted and shall conform to the
specifications for Gate Valves for Ordinary Water Works Service, C500-S0, by
the i\WWA. Valves shall be installed in valve boxes and shall be non-rising
stem type with 2-inch square operating nut.
I
I
TAPP::NG SLEEVES AND VALVES:
I
The Contractor shall furnish and install tapping sleeves with valves and all
other fittings and appurtenances necessary to make connections to the
existing distribution system. The Contractor shall verify the material and
size of the pipe line to be tapped or connected into.
I
Tapping valves shall conform to the requirements of gate valves specified
abOVE! and fitted with mechanical joint ends. Valves shall be Mueller No.
H667, Clow No. F-5093, or an approved equal.
I
VALVE: BOXES:
I
Underground valves shall be installed with cast iron valve boxes having a
sui table base and shaft extension sections to cover and protect the valve
and permit easy access and operation. Box assemblies shall be Clow Figure
F-2450, Mueller No. H-10357, or equal. The word WATER shall be cast on
cove:rs. An 1S-inch square by 6-inch thick concrete slab shall be cast
around the top of the valve box with the top of the box slab being flush
wi th pavement in paved areas or 2 inches above finished grade in unpaved
areas.
I
I
9416-13ToJ7.doc
VALVES
T7-1
I
I
I
BACI-:FLOW PREVENTER:
I
Backflow Preventer shall be a double check valve type. Body shall be bronze
wi th replaceable seats and discs, ball type test cocks, quarter turn full
port., resilient seated ball shut-off valves, A.S.S.E. Standard No. 1015,
AAWWA Standard No. C510-89, Watts No. 007 QT, or equal.
I
PAYtvIENT:
I
No ~:eparate payment will be made for the work covered under this section of
the specifications. All costs in connection therewith shall be included in
the lump sum Bid for the completed work.
I
I
I
I
I
I
I
I
I
I
I
I
I
9416-13'-07.doc
VALVES
T7-2
I
I
I
SECT::ON T-8 - BUILDING ACCESSORIES
SCOPE:
I
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 replacement of the doors, door
frames, and door hardware and with the installation of other building
acce~:sory items as hereinafter designated, complete, in strict accordance
with this specification, the applicable drawings, and subject to the terms
and conditions of the Contract.
I
I
DOOR~:, FRAMES, AND HARDWARE:
I
Door~ and frames shall be reinforced, drilled and tapped to receive all
hardware according to templates furnished by the hardware manufacturer.
Finished work shall be free from warps or buckles; miters shall be
accurate. Exposed welded joints shall be smooth, with no weld marks
showing. Hollow metal door and frames shall be galvanized, bonderized, and
prime painted with epoxy base primer.
I
I
Hollow Metal Doors shall be 3-0 x 7-0 x 1-3/4 inch thick, half glass with
18 gauge face sheets and shall be the heavy duty Republic DE Series steel
doors, galvanized and primed for field painting. The comparable products
of Ke,wanee, Pioneer or Steelcraft will be considered equal. Weep holes
shall be provided in the bottom rail.
I
Frames shall be double rabbeted having 5/8 inch stops, and shall be 14
gauge - for exterior openings. The frames shall have 5/8 inch integral
returns, shall be Republic FE 414 (EXT) or the equivalent product of
Steel::raft, Pioneer, or Kewanee, and shall have 4 inch head and 2 inch
jambs. Provide 26 gauge galvanized plaster guard boxes welded behind all
cutou':s for hardware. Frames shall be reinforced for hinges and other
hardware and shall be provided with sill anchors and 6 expansion anchors
with sleeves (3 each side) for anchoring the jambs to the masonry walls.
Not l.:ss than 3 gum rubber silencers shall be provided with each frame.
I'
I
Threshold for the exterior hollow metal doors shall be cast aluminum
abrasive type, American Safety Tread Co., Inc., or equal, 6 inch wide,
Style 815, and shall be set by securely anchoring to the floor slab with
expan!;ion bolts.
I
Hardware: Except 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 Stanley. Templates shall be furnished to make proper provisions
for hClrdware in doors and frames. Locksets shall be lubricated by graphite
and shall be adjusted for proper operation; hinges shall have maintenance
free lubrication.
I
I
The Contractor shall submit a hardware schedule for approval. The schedule
shall include for each item: the quantities, manufacturer's catalog
numbers, hinge sizes, detail information, locations, and hardware set
identification, corresponding ANSI or BHMA standard type or function number
to manufacturer's catalog number. A list of abbreviations, and template
numbers also shall be submitted. All locks shall be keyed and master keyed
to match the wastewater plant system.
I
I
Finishes on all hardware shall be US32D unless otherwise noted. Hinges
shall be stainless steel. Fastenings of proper type, size, quantity, and
finish shall be supplied with each article of hardware. Fastenings exposed
to the weather, chemical, or water process areas shall be of brass, bronze,
or stainless steel.
I
I
9416-13T08.doc
BUILDING ACCESSORIES
T8-1
I
I
I
HardHare Group for each of the 2 doors
1-1/~~ pro
Hinges, Full Mortise
4-1/2" x 4-1/2"
Lockset
Wall mtd. holder & bumper
Silencers
Threshold
Stanley
FBB191
I
I
1 ea.
1 ea.
3 ea.
1 ea.
Sargent
Glynn Johnson
Ives
Am Saf Trd
9G24-BC (US32D)
W27
20
Style 815
CAULI-:ING:
I
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
compc.und (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
compcund shall be given a coat of shellac before caulking is applied.
Caulk joints before final coat of paint is applied to adjacent work if
painting is required.
I
I
I
Miscellaneous Materials: Bolts, nuts, washers, wood screws, metal screws,
lag bolts, lead expansion shields and toggle bolts shall be furnished in
sizes, types and quantities appropriate for the installations and in
accordance with the best practices of the trade. Where exposed they shall
be non-corroding type.
SHOP DRAWINGS AND SAMPLES:
I
Shop drawings shall be furnished in four copies for doors, finish hardware,
and accessories; fabrication shall not proceed until after Engineer's
approval. Samples shall be submitted for approval of other materials at
variance with the specified item.
I
P A YME>TT :
I
No separate payment will be made for any of the work covered by this
section of the specifications. All costs in connection therewith shall be
included in the lump sum Bid for the completed work.
I'
I
I
I
I
I
I
9416-13TOf. doc
BUILDING ACCESSORIES
T8-2
I
I
I
SECT::ON T-9 - PAINTING AND FINISHING
SCOPE:
I
The 'Nork covered by this specification consists of furnishing all plant,
labol:, equipment, appliances, and materials, and in performing all
operations in connection with the painting of metals, masonry, concrete,
equipment, etc., and clean-up. Painting shall include all new and existing
construction, all new piping and equipment, and all exposed exterior and
interior existing piping in strict accordance with this section of the
specj.fications, the applicable drawings, and subject to the terms and
condj.tions of the Contract.
I
I
MATEF~IALS :
I
All paint shall be fresh and shall arrive on the job in the original,
unope.ned containers which clearly show the name of the manufacturer and
directions for application. This specification utilizes the products of
Tenerr,ic as the standard of quality and color; the comparable products of
Pittsburgh, Glidden, Pratt and Lambert (Southern Coating), and Sherwin
Williams, will be considered equal.
I
SURFl\.CES REQUI RING PAINTING:
I
Exterior painting shall include outside ferrous metal work. All exterior
concrete and brick shall not be painted. Cast iron piping, fittings and
valves which are buried in the ground, or constantly submerged in water and
which have been tar dipped, shall not be painted. Aluminum and stainless
steel shall not be painted.
I
Interior painting shall include interior ferrous metal work, walls and
ceilinqs, all piping, fittings, valves, new equipment and other metal work.
Aluminum, chrome, and stainless steel shall not be painted.
I
I
Equip:nent pre finished by the manufacturer shall
requi~ements of the specification section in
specified, shall be in accordance with the colors
and ~;hall not have a finish of lower quality
finisies specified in this section.
conform to the special
which the equipment is
selected by the Engineer,
than comparable surface
I
SURFACE PREPARATION
I
All s';rfaces which are to be painted shall, prior to application of paint,
be cleaned, washed or otherwise prepared as specified herein. Surfaces of
ferrous metal to receive Linseed Oil based primers shall be thoroughly
cleaned of all scale, dirt, and rust by the use of steel scraper, wire
brushes, sand blast, acid pickling, or other suitable tools and methods.
Surfaces of ferrous metal to receive Phenolic, Vinyl, Epoxy, or Alkyd
Primel:s shall be thoroughly cleaned by sandblasting or pickling, to
corruneJ:cial white metal according to the latest edition of SSPC
Specifications.
I
I
Concrete surfaces shall be cleaned of all dust, form oil, curing compounds
and other foreign matter.
I
Masonry surfaces shall be free of moisure, dust, dirt, oil, grease or
stain~;. Efflorescence or laitance shall be removed by brushing or, subject
to the directions of the Engineer, by acid etching.
I
Prepai.nted surfaces shall be thoroughly cleaned by scraping and brushing to
remOVE: all loose, scaled or flaking paint and other foreign matter.
Prepai.nted ferrous metal surfaces which are showing rust shall be cleaned
also by power brushing. Surfaces shall then be sanded to eliminate the
I
941G-13TO~I.doc
PAINTING AND FINISHING
T9-1
I
I
I
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. Stain discolorations shall be sealed before priming.
I
WORKHANSHIP:
I
All painting shall be done in a workmanlike manner, leaving the finished
surface free from drops, ridges, waves, laps and brush marks. Sufficient
time shall be allowed between coats to insure proper drying. Paint shall
be applied under dry and dust free conditions. Paint shall be applied in a
manner that the coverage shall not exceed that recommended by the
manufacturer.
I
SHOP PRIME COATS:
I
Ferrcus metals shall be prime coated in the shop and shall have any bare
spots, due to handling or welding, touched up with one coat of the
respective shop paint. All ferrous metal surfaces which are to be field
painted shall be furnished with a shop prime coat in accordance with the
following schedule:
I
Non-submerged surfaces - including: Machinery, motors, pumps and piping:
1 coat - Tenemic Rustinhibitive Primer No. 65 Poxiprime (Epoxy Polyamide).
I
FIELD PRIME COATS:
I
Galvanized surfaces shall be given a prime coat of zinc dust-zinc oxide two
(2) c~mponent galvanized iron primer, Fed. Spec. TT-P641C, Type I.
I
Ferro'Js metal surfaces which require repriming or which have not received a
shop prime coat shall be field painted with zinc rich epoxy, polyamide
"Southern Coating" chemtic 200" or Teneme-Zinc 90-97.
Masonry and Concrete shall receive prime coats as follows:
surfaces - 2 coats Tenemic vinyl ester 120.
Interior
I
TOUCH UP:
I
All structural iron and steel shall be given spot prime with Southern
Coatings Chemtec 200 (zinc rich epoxy polyamide) immediately after
erection. Owner furnished equipment shall be "touched-up" with primers
compatible with the shop prime and with the finish paint.
I
Exterior Finish Painting:
Metal, except Aluminum, chrome, and stainless steel, shall receive two
coats of Tenemic Epoxoline 66, high build epoxy polyamide.
I
Interior Finish Painting:
I
Metal surfaces, except prefinished aluminum, chrome or stainless steel,
shall be painted with two coats of Tenemic Epoxoline 66 (Epoxy Polyamide) .
Concrete and masonry surfaces shall be painted with two coats of Tenemic
vinyl ester 120, or comparable product.
I
PVC Pipe: Tenemic Epoxoline 66, high build epoxy polyamide.
COLORS:
I
Where two field coats or more are required by these specifications, the
colors shown in this section shall be used for all except the final coat.
Final paint shades must be approved after application of the initial coats
I
941G-13TrJ9.dc<:
PAINTING AND FINISHING
T9-2
I
I
I
and before the application of the final coat. Selected
project are comparable colors of Tenemic color book (1994).
finished same as wall colors.
colors for the
Trim shall be
I
Extel:ior Work:
Vanhole frames and covers
Black
I
Pipe rails
Aluminum or Galvanized
Steel ladders
Voyager sky blue GB05
I
Metal doors (except storefront),
Canopies, & Trim
White
I
Electrical Equipment & Poles
Aluminum
Street Marking
Yellow
I
Guards and Caution Marking
Safety Yellow SC01
Piping - Stenciled Names and
Direction Arrows
Color Code
I
Valves
Interior Work (General):
I
P:Lping
Color Code
Valves - To match Pipe Color Code
I
Ceilings
Wall color plus
1 part White
Same as wall, except as noted
Exposed Ductwork
I
Interior Work:
Chlorination Building:
I
(1) Cylinder Storage Room:
I
Walls -
Structural Steel & Equipment
White
Aquagreen GB30
(2) Chlorination Room:
I
Walls -
Equipment, Doors, &
Door Trim
Pond grn GB51
Medford Green GB53
( 3 ) Pump Room:
I
Walls
Equipment, Doors & Trim
Brimstone PA 17
Medford Green GB53
I
PIPE IDENTIFICATION:
I
All exposed piping and exposed insulated piping shall be painted for
identification in accordance with the following color schedule. Where
piping is concealed above ceilings or in chases, a band of identifying
color 24 inches long shall be painted at 20 foot intervals, or on each run
of pipe. Where necessary for further differentiation, bands of contrasting
I
9416-13T09.doc
PAINTING AND FINISHING
T9-3
I
I
I
colo]: two inches wide
insu~ation one inch or
appl~ed to the piping.
shall be painted around the pipe. On pipe or
more in diameter, names and flow arrows shall be
I
Potable Water:
Sanitary Sewage:
Chlorine Solution and Gas:
Electrical Conduit:
Royal Blue
Battleship Gray
Safety Yellow
Light Gray
I
CLEAN UP:
I
The building shall be kept free from surplus materials, dirt and rubbish at
all times. After completion of the work, all paint spots or other marks
shall be removed from floors, walls, doors, and windows, etc. All exposed
metal work and glass shall be carefully cleaned and the building left clean
and ready for operation.
I
PAYMENT:
I
No separate payment will be made for any work covered by this section of
the E:pecifications. All costs associated therewith shall be included in
the lump sum Bid for the completed work.
I
I
I
I
I
I
I
I
I
I
I
9416-13T09.doc
PAINTING AND FINISHING
T9-4
I
I
I
Revised SECTION T-l0 - CHLORINATION EQUIPMENT
I
SCOPE::
I
The work covered by this section of the specifications consists of
furni shing all plant, labor, equipment, materials, and appliances and in
perfcrming 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.
I
GENERf\-L :
I
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufact:urers 'l'iho 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.
All equipment shall be of the latest and most modern design of a single
manuf~ct:urer and shall be guaranteed to meet all of the specified
performance requirements. Equipment herein specified is manufactured by
Walla,:e & Tiernan. Comparable equipment from Fischer & Porter or Capital
Controls Company, Inc. may be substituted with approval of the Engineer.
I
I
EQUipment Submittal: The plans show the extent and general arrangement of
the equipment and may be modified as required to suit the equipment
furni~;hed subj ect 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 submit the following descriptive literature and drawings for all
equipnent being furnished under this section of the specifications:
I
I
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.
I
Eauipment, Specifications,
Piping Diagrams: Five
furnished.
Outline
set:s for
Dimension Drawings, Wiring and/or
each item of equipment being
I
Operation and Maintenance Instructions:
equipment being furnished.
Fi ve sets for each item of
EQUIPtJENT:
I
I
General: It is the intent of this specification that the existing manually
controlled chlorinators and gas under pressure handling system located in
the Chlorine Building shall be replaced wi th three remote vacuum
chlorinators with automatic V-notch actuators and residual compound loop
control which receive chlorine gas under vacuum from dual replacement
cylinder manifolds with vacuum regulators and a standby pressure relief
val ve. The chlorinators shall be the remote vacuum type in which chlorine
gas is metered under a vacuum developed by existing remote injectors or the
powerej induction unit located at or within the Rapid Mix Tank and Pumping
Statio~. The pumping arrangement within that station that take suction from
the rapid mix tank to supply wastewater effluent to the injectors has been
abando~ed in favor of a powered submersible induction unit located directly
in the rapid mix tank. This unit identified by its trade name of "Water
Champ" is connected by a flexible hose to one of the two existing chlorine
vacuum lines to that building and is controlled by a panel located inside
the pump room. By reference to the plans, it will be noted that
modifications and renovations at the rapid mix facility will be limited to
providing a new 3" water line to the existing dual 2" injector manifold and
connec1:ing replacement pipe lines to the outside manifold. Beyond the
I
I
I
I
Rev. 2-9416-13TlO. doc
CHLORINATION EQUIPMENT
TlO-l
I
I
I
outside manifold, the yard piping plan identifies the following underground
piping to be installed under this contract:
I
(a) ene 2" PVC pipe extending to the 3D" return sludge line adjacent to
Aeration Basin No.1 to replace the existing 2" chlorine solution line.
(b) One 2" PVC pipe extending southward to replace the majority of the 2"
chlorine solution line connected to one of the 24" return sludge lines
near the Blower Building.
(c) Two 2" PVC pipe lines for chlorine gas under vacuum extending to
C:110rination Building for connection to the new distribution panel in
t.:1e Chlorinator Room. One of these vacuum lines replace one long
circuitous run of 2~" and 2" PVC pipes while the other replaces a more
direct run of 1~" PVC.
(d) One 3" PVC pipe run to a 6" NPW distribution main adjacent to Aeration
Ba.sin No. 1 for water supply to the injectors in the pump room.
I
I
I
At the Chlorine Building, the two 3 cylinder scale positions shall be
repla:::ed with two new 6 cylinder manifold arrangements in which the first
cylinder's weight is monitored by a scale with digital display and the
manif'Jlded gas under pressure output is controlled by a vacuum regulator
desig:.1ed to reduce full supply pressure to a vacuum without venting. Beyond
the vacuum regulators on the two manifolds, a vented secondary check unit
with jual inlets shall be utilized to contain any pressure in the event of
leakage through either regulating valve. Beyond this check unit, new PVC
piping shall convey gas under vacuum to the respective chlorinators.
I
I
I
In a subsection hereof, two chlorine residual analyzers are specified to be
furni:,hed and installed under this contract. The signal from the analyzer
installed at the mid-plant outfall structure will be used in the loop
control for the chlorinator serving the induction unit in the rapid mix
tank. The flow signal for that same loop control will be derived from the
exist:.ng effluent flow transmitter.
I
Durinq the transition and replacement period for chlorination equipment, it
shall be the responsibility of the Contractor to maintain an active
chlorinator and chlorine supply to feed the induction unit in the rapid mix
tank.
I
I
In the following equipment descriptions and discussion, the catalog numbers
used are those of Wallace and Tiernan. Items and accessories of equal
performance and quality as manufactured by Fischer and Porter, American
Sigma or an approved alternate will be acceptable.
I
Chlorinators: The three chlorinators shall be Wallace and Tiernan Series
V2000 Remote Vacuum Modular Mounted Chlorinators with V-notch actuator and
residG.al compound loop controller. Each unit shall have a maximum capacity
of SOOO lbs. /day. The process control unit for com:rolling the internal
automatic V-notch positioner shall be mounted in the chlorinator front
panel. The chlorinator components, housed in a floor mounted cabinet
constructed of structural foam ABS, shall include a 10 inch scale glass tube
rotameter, reading zero to 3000, V-notch glass flow control orifice,
differential regulating valve and vacuum trimmer valve as well as a vacuum
supply gauge and injector vacuum gauge mounted on the front of the unit.
Each chlorinator shall incorporate a manual feed adjustment knob on the
front panel which also mechanically disengages the automatic control. This
feature permits multiple use of all chlorinators as afforded by the piping
manifold valving. The first manifolding is provided in the vacuum piping
just beyond the chlorinators on the wall of the same room where a three in -
two out distribution panel for 2" piping interconnects the chlorinator lines
to two new vacuum lines to the rapid mix facility. Other selection of
application points is afforded in the piping manifold associated with the 2"
injectors at the rapid mix facility. The three in - two out distribution
panel shall have 2" PVC fittings and shall be equal to Wallace and Tiernan
catalog number 140.021.
I
I
I
I
I
Rev. 2-9416-13TlO. doc
CHLORINATION EQUIPMENT
T10-2
I
I
I
I
Chlorine SupDl v: The two new 6 cylinder manifold arrangements shall be as
detailed on the drawings with materials also scheduled on the drawings using
Wallace and Tiernan Catalog numbers for all items except the scales. The two
vacuum regula tors together with the pressure check and standby pressure
relief valve are referred to by Wallace and Tiernan as an Automatic
Switchover Vacuum Regulator Package which includes two (2) 3000 lb. /day
vacuum regulators and a standby pressure relief valve. Each of the two
single ton chlorine container scales with load cells shall be equal to Force
Flow Model DR-40. A digital display panel shall be furnished and installed
on the adjacent wall to monitor the two cylinder weights by interconnecting
cables to the two load cells. The required lengths of those cables shall be
coordinated and determined by the length of the empty conduit runs provided
under the Electrical Section of the specifications. In addition to the
chlorine cylinder positioning provided by the two scales, new and
repla ::ement blocking for 28 additional cylinder positions shall also be
provided as shown and noted on the drawings.
I
I
I
I
CHLORINE RESIDUAL ANALYZERS:
I
The Contractor shall furnish and install two (2) chlorine residual
analy~ers in two existing weatherproof enclosures mounted on existing
concrete pads at locations identified on the drawings. Power and signal
transmission conductors are in place in each enclosure ready for
connections under this Contract. Analyzer No. 1 located at the end of the
outfa:~l structure and adjacent to the wetland flume connector will provide
one 0:: the controlling signals to the chlorinators. Analyzer No.2 located
at the effluent of the wetland settling pond will monitor the free chlorine
residual level of the wastewater leaving the settling pond to enter the
wetland cells. Conductors for alarm initiation on the plant site are in
place for connection and actuation.
I
I
Each analyzer shall amperometrically monitor a continuous flow of treated
wastewater to determine total chlorine residual level which will be used as
descri.bed above. The microprocessor based analyzer shall display the
residual in field-selectable ranges and the measuring cell shall provide
contiLuouS on-line measurement of residual levels down to one part per
billie,n (0.001 mg/L). The analyzer shall have the capability of on-site
conversion to either free or total residual chlorine analysis by plant
persor..nel. Each unit shall be a Wallace and Tiernan Micro/2000 Residual
Analyzer or an approved equal.
I
I
I
The eKisting enclosures for the residual analyzers are free standing,
single-door fiberglass Type 4X enclosures, 25u x 24.5u x 72u with two half
panels for mounting equipment. Additionally, each enclosure is fitted with
ventilating accessories. It shall be the responsibility of the Contractor
to examine the site conditions of each location and furnish the necessary
accessories to fit the analyzers into the enclosures and provide continuous
sample flows to the analyzers. At Analyzer No. I location, the concrete
pad for the enclosure is located adj acent to the transition structure
connecting the effluent flume to the outfall box culvert. The pad
elevation closely approximates the flow line of the plant effluent and will
require a pumped sample. At that location, coring of the IOU concrete
wallIs) for installation of suction piping and/or drain return for sampling
will be permitted. Either or both penetrations would require proper seals
and the suction would require valving. At Analyzer No. 2 location, the
concrete pad is approximately 6 feet above pond level and thus requires a
pumped sample. At both locations, the Contractor will be responsible for
providing a suitable sample pump with piping to and from the analyzer, all
of which shall be suitable for treated wastewater application and subjecc
to approval by the Engineer.
I
I
I
I
I
?ev. 2-9416-13TlO. doc
CHLORINATION EQUIPMENT
TlO-3
I
I
I
CHLORINE GAS MASK:
I
One (1) chlorine gas mask shall be supplied for storage in a non-locking,
ABS plastic, wall cabinet. The chlorine gas mask shall be of the pressure
demand type with a 30 minute air tank with ultravue face mask. Unit shall
be as manufactured by MSA or approved equal. Unit shall be supplied with a
spare 3D-minute ~ank.
I
CHLORINE GAS DETECTOR:
I
A chlorine gas detection system consisting of a monitor unit and a single
sensor/transmitter shall be furnished and installed on the wall of the
cylinder storage and handling area. The monitor shall be fitted with a
battery back-up system and the sensor shall be fitted ',lith an auto test
generator. All units shall be housed in NEMA 4X polystyrene enclosures. An
electric horn shall be provided within the monitor enclosure to provide
audible local warning. The system shall be Wallace and Tiernan Acutec 3S
Gas Detection System or an approved equal.
I
I
ELECT :HCAL:
I
It shall be the responsibility of the Contractor to refer to the ELECTRICAL
Section of these specifications and to provide suitable connections for all
elect.rical equipment and accessories required for operation of Chlorination
Equipment.
PIPING ./\ND APPURTENANCES:
I
The chlorination equipment
fittings, valves, adap-cers,
operation of the equipment.
shall be
supports,
installed complete with all piping,
etc., required for the connection and
I
All chlorine gas
appurtenances shall
speci::ications.
and
be
solution lines,
as specified in
operating
Sec-cion T-6
water lines,
and T-7 of
and
these
I
SUPERVISION OF INSTALLATION:
I
The installation of the equipmenL furnished under these specifications shall
be under the direction of a specialist employed by the manufacturer of the
equipnent, who will test and adjust the equipment during initial operation
and i~struct the operating personnel in the care, operation and adjustment
of th.:! equipment. Comple-ce 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. The manufacturer
or hi:; agent shall provide one day (8 hrs.) of operator training, one day (8
hrs.) of startup assistance and one day (8 hrs.) installation supervision as
a minimum.
I
I
PAINTING:
I
Chlorination equipment shall be furnished with factory finish coating in
manufacturers' standard finish.
GUARANTY:
I
The equipment furnished under these specifications shall be guaranteed for a
period of one (l) year from the date of final acceptance thereof against
defect.ive 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
affect.ed part or parts shall be removed and replaced promptly and at the
expense of the Cqntractor.
I
I
Rev. 2-941! -13T10 .doc
CHLORINATION EQUIPMENT
TlO-4
I
I
I
PAYMENT:
I
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.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rev. 2-9416-lJTlO . doc
CHLORINATION EQUIPMENT
T10-5
I
I
I
SECTION T-11 - HEATING AND VENTILATING
SCOPE:
I
The ',..,ork covered by this section of
furnishing all plant, labor and material,
in connection with the installation of
strict accordance with this section
appli:able drawings, and subject to
Contract.
the
and
the
of
the
specifications consists of
in performing all operations
heating and ventilating, in
the specifications and the
terms and conditions of the
I
DESCRIPTION:
I
This work consists of furnishing all heating and ventilating equipment.
I
Heating for the chlorine room will be by an electric unit heater.
Ventilation for the chlorine room will be provided by exhaust ventilator
and a inlet louver.
GENERiU, :
I
I
Drawir~: The drawings show the general arrangement of equipment; however,
where local conditions necessitate a rearrangement, the Contractor shall
prepare, and submit for approval, drawings of the proposed rearrangement.
I
Intent:: The drawings and specifications are intended to
should any items be specified and not shown on the drawing,
which are necessary for the completion of the system,
furnished by the Contractor the same as if shown on both.
cooperate and
or vice versa,
they shall be
I
Workmc.nship: The complete heating and ventilating systems shall be
installed in a first class workmanlike manner in the best general practice
of thE: trade.
I
Material and Equipment: All material and equipment shall be new, and
equiprr:ent intended for incorporation in this work shall be submitted to the
Engineer for approval prior to purchase or fabrication.
I
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 aforesaid material and equipment.
I
HEATERS:
I
Unit Heaters shall be electric horizontal type with adjustable louvers.
Cabinet shall be steel with baked enamel finish and furnished with an
adjustable ceiling/wall bracket. Heating element shall be high mass steel
finned tubular type. Fan motor shall be totally enclosed with sealed
bearings. Heater shall be complete with thermal overload protection,
termin31 panel, magnetic contactors, transformer, and built-in power
disconnect switch. The entire unit shall be listed by Underwriters'
Laboratories, Inc. and shall be Markel Series 5100, or equal.
I
I
EXHAUST FAN:
I
Exhaus': fan shall be a sidewall type, centrifugal, direct drive.
blades, fins, inlet cone and backplate shall be constructed of
Motor and wheel shall be mounted on vibration isolators, and
shall be isolated from the exhaust air stream. Unit shall be
with g:cavity inlet damper, birdscreen and electrical disconnect.
Windband,
aluminum.
the motor
furnished
Fan shall
I
9416-13TlJ.doc
HEATING AND VENTILATING
Tl1-1
I
I
I
have the AMCA label and shall be a Greenheck Model GW, or equal.
complete unit shall be coated with Heresite.
The
I
CORROSION RESISTANT COATING:
I
Exhaust fan and louver for the Chlorine Room shall be coated with a
corrosion resistant coating. Coating shall be a phenol formaldehyde
synthetic resin especially formulated for corrosion protection. Coating
for ventilator and louver shall be baked on Heresite P-413 or equal.
HEAT DIG CONTROLS:
I
I
Gener.:tl: Furnish and install a complete electric temperature control
system to operate the heaters. The system shall be installed complete
including all transformers, relays, conduit, wiring, junction boxes, outlet
boxes, and other devices necessary to make a complete control system. A
complete description of the operation and schematic drawings of the entire
control system shall be submitted for approval before corrunencing work.
Bulle<:ins describing each item of control equipment, or component shall be
included.
I
I
Elect:~ic Wiring: All electrical work performed by this section of the
speci::ications shall meet the requirements of Section T-12: ELECTRICAL.
All electric power wiring to the exhaust fan electric heaters shall be
insta:.led under the Electrical Section of the Specifications. All control
wirinq and interconnections required for proper operation of the control
systerl shall be provided under this section of the specifications.
I
I
Heaters: Unit heaters shall be controlled by weather-proof thermostats.
Thermostats shall be heavy duty, line voltage, snap-acting, SPDT, range 400
to 1000F. Thermostat case shall be sealed with a neoprene gasket, and the
knob 'Jpening closed with a lubricated "0" 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.
I
PAINTING:
I
All s~:rfaces 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 and readied for
painting as specified in section T-9, Painting.
ELECTF.ICAL:
I
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
equiprr.ent shall be furnished under the ELECTRICAL Section of the
specifications, except as otherwise stated herein.
I
OPERATION AND MAINTENANCE INSTRUCTIONS:
I
I
The Contractor shall furnish to the Engineer three (3) copies of all shop
drawings, operations manuals, maintenance manuals, and parts lists for all
equipment covered 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.
I
The Contractor shall furnish a condensed list of operating, maintenance,
and safety instructions for the system.
I
9416-13Tll.doc
HEATING AND VENTILATING
Tll-2
I
I
I
INSPECTION AND TESTS:
I
General: Upon completion of the Heating and Ventilating work, all
equipment shall be tested and inspected for capacity and proper operation.
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, and the Owner
shall furnish the necessary electricity.
I
DEFEcrrVE WORK:
I
If inspection or tests show defects, such defective work or material shall
be replaced and inspection and tests repeated. Any changes or adjustments
required in order to obtain satisfactory operation of the system shall be
made :~y the Contractor without additional expense to the Owner.
I
GUARA::-TTY :
I
The h,~ating and ventilating work furnished under these specifications shall
be guaranteed for a period of one year from the date of final acceptance
again3t 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.
I
PAYMENT:
I
No separate payment will be made for any of the work covered by this
section of the specifications. All costs in connection therewith shall be
included in the lump sum Bid for the completed work.
I
I
I
I
I
I
I
I
I
9416-13Tll.doc
HEATING AND VENTILATING
Tll-3
I
I
I
SECTI)N T-12 - ELECTRICAL
SCOPE:
I
The work covered by this section of the specifications consists of
furni.shing all plant, labor, equipment, appliances and materials, and in
perfo.rming all operations in connection with the electrical work associated
with the Chlorine Systems Improvements at the James B. Messerly Wastewater
Treatment Plant, complete and in strict accordance with this section of
the specifications, the applicable drawings, and subject to the terms and
condi~ions of the Contract.
I
I
GENERAL:
I
The Contractor shall be responsible for providing a
workable electrical system for chlorination equipment
under this Contract.
complete, safe and
replaced or added
I
All components or equipment furnished under this specification shall be new
and unused.
I
All electrical connections whether made by the Contractor or made by
vendoJ:s furnishing equipment packages shall be the responsibility of the
Contractor.
I
All electrical connections shall be checked for proper torque, tension,
compression or tightness by the Contractor.
I
All electrical connections determined to need attention shall be corrected
by the Contractor.
Trench excavation for underground conduits and duct banks shall conform to
Section T-2 of these specifications.
I
CODES:
I
All electrical work shall be in conformance with the requirements and
recomnlendations of the latest edition of the National Electrical Code, the
Natior:.al Electrical Safety Code, and all local codes and ordinances.
Materi als shall bear the label of the Underwriter's Laboratories, Inc.,
whenever applicable labeling is available for such materials.
I
STANDl\.RDS:
I
The latest issue of the specifications and standards of the following
organi zations are by reference made a part of these specifications. All
electrical work, unless otherwise indicated, shall comply with their
requirements and recommendations wherever applicable:
I
I
Illumination Engineering Society (IES)
Institute of Electrical and Electronic Engineers (IEEE)
American National Standards Institute (ANSI)
American Society for Testing Materials (ASTM)
Insulated Power Cable Engineers Association (IPCEA)
National Bureau of Standards (NBS)
National Fire Protection Association (NFPA)
National Electrical Manufacturer's Association (NEMA)
Underwriter's Laboratories, Inc. (UL)
I
I
9416-13T12.doc
ELECTRICAL
T12-1
I
I
I
TESTS DURING CONSTRUCTION:
I
All tests are to be conducted in the presence of the Engineer and OAR.
Prior to energization, insulation resistance between individual conductors
in conduit and from conductors and equipment windings to ground shall be
measured. Measurements shall be made using a "Megger" ground tester (500
volts) as manufactured by the James G. Biddle Company, Philadelphia,
Pennsylvania, or "Vibraground" tester manufactured by the Associated
Reseal:ch Company, Inc. , Chicago, Illinois. Wiring and equipment not
measuring up to minimum insulation resistance required by the Underwriters'
Labore.tory regulations shall be put in good condition at the electrical
contractor's expense.
I
I
I
All ground connections, ground buses, and equipment ground resistances
shall be read using methods and test devices as manufactured by the James
G. Bic:dle Company, or equal.
I
Rotation checks shall be made on all motors before final mechanical
connections are made. Changes necessary to obtain correct rotation shall
be performed by the Contractor.
I
PRELHGNARY TRIALS:
I
The ej.ectrical contractor shall, in the presence of the Engineer or his
authorized representative, run preliminary trials of the equipment
connected by him. These trials or tests shall consist of, but not be
limited to, checking motor rotation, checking all interlock circuitry for
correct operation and checking all equipment connected by him for proper
. operation.
I
FINAL ACCEPTANCE TESTS AND INSPECTIONS:
I
After the wiring system is completed, and at such time as the Engineer
shall direct, the Contractor shall conduct operational checks to
demonstrate that all equipment performs in accordance ~ith the requirements
of these specifications, contract drawings and vendor information.
I
I
The Contractor shall cooperate with the Engineer in. performing final
inspections. Panel covers shall be removed, doors opened, etc. at the
direction of the OAR, to facilitate checks and inspections. All equipment
opened or disturbed shall be returned to operational condition after the
inspection and approval.
I
TEST RESULTS:
I
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
requir,~d.
CORRECTIONS:
I
I
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.
I
9416-13T12. doc
ELECTRICAL
T12-2
I
I
I
CONTRlI.CT DRAWINGS:
I
The drawings indicate the general arrangement of equipment and are intended
for e:5timating quantities for bidding purposes. Dimensions for layout of
equipment shall be obtained from civil or mechanical plans or by field
measul:ement, unless specifically indicated on electrical plans.
I
Coordinate electrical work with details, sections, elevations and plans
found on civil, mechanical and structural drawings and specifications.
Modify electrical work to conform to requirements of equipment being served
and conditions encountered in serving that equipment.
I
SHOP DRAWINGS, VENDOR PRINTS AND DATA:
I
Each submittal item shall be marked to show the specification section and
paragraph number covering that item, equipment name and number.
RECOR[ DRAWINGS:
I
I
The Contractor shall reserve one complete set of electrical prints for as-
buil t drawings. Any approved deviation from the contract plans shall be
recorded on these prints by the Contractor. As-built drawings will be
checked on the last working day of each month for accuracy and completeness
by the Engineer or his authorized representative.
DOCUMENTATION:
I
I
At the end of final inspection, the Contractor shall provide three sets of
complete data on electrical materials and equipment used on this job. This
data shall be in bound form and shall include the following items:
.~ complete table of contents.
I
Data sheets indicating electrical and functional characteristics of
all devices and equipment.
:opies of all submittals.
I
Panelboard and distribution center circuit directories reflecting all
field changes.
I
The Contractor shall turn over all as-built drawings (record drawings) to
the Engineer at the time of final inspection.
ELECTRICAL SERVICE VOLTAGES:
I
I
The el'~ctrical service voltage for the main underground distribution system
is 480 volts, three phase, three wire serving local motor control centers
within or adjacent to the various structures. Major motors and electrical
loads are served from the control centers at the nominal voltage of 460
volts, three phase while lighting, receptacles and small power are served
at a distribution voltage of 120/240 volts, single phase, 3 wire by
transformers and lighting panelboards mounted in the motor control centers.
At the Chlorination Building the original motor control center located
inside the building has been replaced with a center in a NEMA 3R enclosure
located just outside the building convenient to the original location and
connected to the original wiring through an oversized junction box at the
original center location. At the Chlorine Rapid Mix Station the motor
contro:L center is located inside the pump room.
I
I
I
9416-13T12.doc
ELECTRICAL
T12-3
I
I
I
MATERIALS:
I
Materials shall be furnished in accordance with the requirements of this
specification, applicable drawings, agreement and "Codes and Standards" as
set forth hereinbefore.
I
All mclterial furnished by the Contractor shall be new, without defects and
shall be delivered to the job site in the original cartons or packages.
All mc,terial of the same type shall be the product of one manufacturer.
I
The u~)e 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 I s
products may be used only with written approval of the Engineer to assure
overall system compatibility and reliability.
I
I
WORK:
The tE'rm "Work" is taken to include "labor, supervision, installation" and
other action needed to complete the electrical system.
I
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.
I
CONDUIT:
I
All exposed conduit shall be rigid aluminum with threaded couplings and
fittings. Aluminum conduit threads shall be painted with conductive joint
compound before assembly. Thin wall (EMT) conduit shall not be used except
where specifically called for on the drawings.
I
Conduit runs smaller than 3/4" trade size shall not be used. 1/2" conduit
may be used only for making attachments to equipment which, because of its
construction, will not accept a larger size conduit. Lengths of 1/2"
conduits shall be a short as possible.
I
I
All exposed conduit shall be run at right angles or parallel to structural
members. Vertical runs shall be plumb. Diagonal conduit runs shall not be
made except with written permission of the Engineer or when conduits are
run below grade. Below grade runs of conduit shall follow paths as
specified on the electrical drawings.
I
Condui': runs installed in or below concrete slabs on grade or routed within
concre':e walls of underground pits shall utilize rigid plastic conduit,
Schedu1e 80, with threaded couplings and termination fittings.
I
All unjerground conduit runs, whether single or runs in duct banks shall
consist of rigid plastic conduit, not less than Schedule 40, encased in
concrete with the top of the concrete envelope not less than 18 inches
below ~rade. The concrete envelope for single conduit runs shall be not
less than 3 inches on all sides while dual conduit runs shall be separated
6" in addition to having 3 inches of concrete on all sides. Encased conduit
runs shall use cemented socketweld couplings or integral bells on conduit.
All underground conduit runs shall be terminated with Schedule 80 non-
metall~c elbows and fittings.
I
I
I
9416-13Tl2.doc
ELECTRICAL
T12-4
I
I
I
Concrete for electrical conduit encasement shall be standard mix, f' c =
2000 psi, with admixture to produce red color. Admixture shall be 3% by
weighl; of pure synthetic red iron oxide uniformly mixed into the concrete.
I
All cuts on conduit shall be square. Conduit ends shall be reamed after
cutting. Couplings and threaded hubs shall have no less than five (5) full
threads of the conduit engaged and shall be screwed up wrench tight and
butted.
I
Seamless pipe shall be used for all bends made in the field. Conduit bends
shall be made with standard "hickeys" to prevent kinks of flats in the
bends. The proper size hickey shall be used for each size conduit.
I
I
The radius of the curve of the inner edge of any bend shall not be less
than :,ix (6) times the internal diameter of the conduit. All bends shall
be carefully inspected for flaws before installation.
I
Flexible conduit connections shall be used at all motors or wherever
serious vibration may make rigid conduit connections impractical. Flexible
conduit in non-hazardous areas shall be flexible metal conduit covered with
a polyethylene jacket.
I
Flexible conduit used in hazardous areas shall be approved for Class I,
Group D service.
I
Metall ic portion of all flexible conduit shall be bonded to boxes. All
fittiLgs shall be of non-ferrous materials.
I
Wherever conduits cross expansion joints, conduit expansion joints shall be
provic.ed.
I
The installation of all conduit shall be properly coordinated with the work
of other trades. Field routed conduit paths must be approved by the
Engineer before installation.
PULL EOXES:
I
Pull toxes shall be constructed of stainless steel or copper free aluminum
of not: less than the minimum size recommended by the National Electrical
Code. Pull boxes shall be rain tight, NEMA 3R.
I
The Contractor shall provide pull boxes where shown on the drawings or as
required by the code, whether shown on the drawings or not. Pull boxes
shall be approved for use in the area where they are installed. All pull
boxes and junction boxes shall be sized to permit pulling of conductors out
of boxes and feeding back into the boxes without exceeding the bending
radius of cables as recommended by the cable manufacturer.
I
I
Pull boxes, junction boxes or suitable conduit fittings shall be provided
in accordance with the following schedule:
I
Run
Max. length without pull box
I
Straight
One 900 bend
Two or more 900 bends
not over 200 feet
not over 125 feet
not over 75 feet
I
9U6-13T12.doc
ELECTRICAL
T12-5
I
I
I
Conduit runs between outlets shall contain not more than the equivalent of
four (4) quarter bends.
I
RACEWAY CLEANING:
I
The electrical contractor shall be responsible for cleaning all conduit,
wireways and ducts, both overhead and underground before pulling cables.
For underground ducts, the minimum cleaning shall consist of pulling a
flexible mandrill 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 obE;tructions which might damage cables before beginning pulls. If
cables are damaged while being installed they shall either be adequately
repair.ed in a manner sui table to the Engineer, or shall be replaced by the
Contra=tor with new cable of comparable quality and description, at no cost
to the Owner.
I
I
I
Underground ducts for all services, including active, spare and telephone
shall be cleaned as specified in this section.
RACEWAY SUPPORTS:
I
"Raceway" is defined as conduit or any other material or equipment used to
enclos'~ or hold cable or wire, such as wireway or cable tray.
I
The electrical contractor shall provide material and labor to design,
fabricate and install raceway supports.
I
Raceway shall be installed with at least six (6) inches clearance from
uninsulated hot pipes or other hot' surfaces. Conduit shall be spaced far
enough apart on supports so that the conduit fittings are accessible for
pulling or splicing wires.
I
All conduit one (1) inch trade size and smaller shall have supports spaced
not mo::e than eight (8) feet apart on horizontal runs and ten (10) feet on
vertical runs. All other raceways shall be supported at intervals not to
exceed ten (10) feet horizontally or vertically.
I
Supports shall be provided on each side of conduit bends or elbows and not
more than 3 feet from any outlet or termination point.
I
I
Where l:aceway requires support between structural framing members, suitable
supplementary steel members shall be provided by the Contractor to span
between them. Drilling of holes in flanges of structural framing members
for hangers or supplementary steel will be permitted only with the approval
of the Engineer. Under no circumstances shall holes be permitted in the
center portion of any structural member.
I
Condui t: not located in main racks shall be supported in a
by one (1) hole malleable clamps, U-bolts, Korns Clamps or
Perforated strap or plumbers strap will not be permitted.
materic:ls shall be non-ferrous, including angle, channel,
and U-bolts.
sui table manner
similar means.
All supporting
condui t clamps
I
I
Raceway supports shall be secured to concrete work by approved expansion
anchore or bolts, or by inserts set at the time the concrete is poured.
When conduit supports or racks are attached to structural members with
stainless steel bolts, properly drilled holes shall be used. Burning of
holes in structural steel members shall not be permitted. Supports or
I
9416-13Tl2.doc
ELECTRICAL
T12-6
I
I
I
racks may be welded to structural steel members only if welded areas and
cut ends are repaired with Galvalloy or equal.
I
All structures or supports for raceway shall be constructed for free
draining, such that condensation or precipitation will not be trapped.
WIRE .AND CABLE
I
General:
I
Conductors for lighting and power circuits shall not be less than #12 AWG,
stranded copper and conform to the following subsection. Conductors for
alarm or control use shall not be less than #14 AWG, stranded copper with
type THHN/THWN insulation.
I
Conductors shall not be smaller than indicated on the drawings nor less
than that required by the National Electrical Code (NEC).
I
Solid wire shall not be accepted in any service except thermocouple lead
wire, if used. The Contractor shall, at his own expense, replace any solid
wire used on this job with correct type and size stranded wire.
I
Cables and conductors shall be tagged for identification by the electrical
contractor using printed tape, or equal method, at each end and at all
intermediate junction, tap or splice points. Use individual wire numbers
as shown on the wiring diagrams and elementaries for all wires so numbered.
Use cable numbers as shown on cable or circuit schedules.
I
All power wires shall be colored black. Alarm, control and lighting
shall be color coded in accordance with the design drawings or
standards, if not indicated by the design drawings.
wires
IPCEA
I
I
All feeders entering or leaving distribution equipment, junction and pull
boxes shall have conductors tagged as to phase identification; i. e., 'A',
'B' 'c' or '1', '2', '3' and circuit designations.
I
Each coil or reel of wire and cable furnished by the electrical contractor
shall bear a tag containing the Underwriter's listing stamp, name of
manufa~turer, trade designation and month and year of manufacture.
Materi~l shall be of recent manufacture and in no case older than six (6)
months.
I
600 Volts and Below:
I
Wire sizes through #6 shall have THNN/THWN insulation.
than #6 shall have XHHW insulation.
Wire sizes larger
Insulated ground conductors shall have THHN/THWN or XHHW green insulation.
I
Insula':ion and jacket for single conductor wire and cable shall meet or
exceed UL Standard 83.
I
Instrumentation Cable: Instrumentation cable installed under this contract
for a future chlorine residual analyzer on Sampling Pad No. 1 shall be two
conduc-:or, number 16 AWG, shielded cable conforming to MIL-W16878D, Type B
mul ti -conductor cable. Conductors shall be 19/29 stranded tinned copper
with 0.10" PVC color coded insulation and .003" nylon jacket on each
conduc':or. A braided copper shield shall provide 90% coverage and a PVC
jacket shall be provided overall.
I
I
9416-13T12.doc
ELECTRICAL
T12-7
I
I
I
WIRE CONNECTIONS AND DEVICES:
I
Wires and cables shall be installed without joints or splices,
practical. Splices, connections and terminations, when needed,
made vlith approved pressure-type solderless fittings.
as far as
shall be
I
Connectors, splices and terminations shall be securely fastened with double
indent tools designed to bring uniform pressure on all sides and shall not
loosen under normal vibration or strain.
I
Fittings shall be of the correct size for the conductors and strands shall
not be cut from conductors.
I
Splices, if used, shall be insulated such that insulation will be equal to
or better than the insulation on wires which are spliced.
INSTALLING WIRE AND CABLE
I
All wire and cable shall be installed in raceway systems.
shall be installed until the raceway system for that
complete.
No wire or cable
wire or cable is
I
Wire pulling
racewc.y whose
(except tray).
lubricant shall be used when installing wire or cable in
length from feeding point to pulling point exceeds 25 feet
I
Care .shall be taken to ensure conductor maximum pulling tension is not
exceeded while pulling wire into conduit.
I
Installation in Panelboards, Cabinets, Control Panels, Etc.:
I
Such installation shall be neatly formed, grouped and laced with non-
conductive binders.
BOXES, CABINETS AND ENCLOSURES
I
Pull boxes shall be supplied in conformance with a prior subsection of this
specification.
I
Junction boxes, cabinets and other enclosures for electrical materials or
equipn~nt shall be provided as shown on the drawings or as required by the
Natio~al Electrical Code.
I
Size ~;hall 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.
I
All ce.nnections to boxes and cabinets shall be by threaded hubs or fittings
meetir..g NEMA 3R minimum requirements.
I
All bexes and cabinets shall be of minimum NEMA 3R construction.
Outlet boxes of a type to suit the intended use shall be installed at the
locations shown on the drawings.
I
I
9416-13Tl:~. doc
ELECTRICAL
T12-8
I
I
I
Location of outlet boxes shall be closely coordinated with the work of
other trades to avoid interferences and provide efficient service to the
devices or equipment served.
I
Boxes for exposed outdoor use shall be stainless steel or copper free
aluminum material, fitted with covers suitable for the environment in which
they are located.
I
All supports fabricated for outdoor boxes shall be aluminum.
I
SWITCHES, RECEPTACLES AND DEVICES
All w:.ring devices shall be of heavy duty industrial grade or hospital
grade construction.
I
Wiring connections shall be made only via looping conductors
terminal screws. Devices employing only "slip-in" wire connections
not be used. (Compression type connections are permitted with
receptacles and plugs.)
around
shall
power
I
Devices shall be held securely
outlet boxes. Devices shall,
support.
in
in
place by threaded screws
no way, depend on cover
attached to
plates for
I
I
Color of wiring devices and device covers shall be coordinated with other
trades to match surrounding wall finish (i.e.; brown for dark colored walls
and ivory for light colored walls) .
I
Covers for wiring devices installed outdoors or in potentially wet areas
shall be weatherproof.
Plates installed on masonry walls shall be oversized jumbo type.
I
Plates installed in office, laboratory or control room areas shall be
stainless steel.
I
Plates installed on surface mounted outlet boxes shall also be stainless
steel.
Plates shall be properly aligned horizontally and vertically.
I
Switches:
All switches shall be rated 20 amps, 120/277 volt, silent type.
I
Where more than one switch is indicated in the same location, switches
shall be gang mounted under a common cover plate.
I
Unless noted otherwise, switches
surface and shall clear door trim
the edge of the space occupied.
shall be set 48 inches above walking
or corners approximately 4 inches from
I
Switch locations shall be coordinated to place switches on the strike side
of doors.
I
120 Volt Convenience Outlets (Receptacles):
All receptacles shall be duplex grounding type rated 20 amps, 125 volts,
A.C., NEMA 5-20R, except as noted on drawings.
I
9416-13Tl2.doc
ELECTRICAL
T12-9
I
I
I
All outdoor receptacles indicated weatherproof (WPl shall be of the ground
fault circuit interrupting type fitted with a weatherproof hinged cover.
I
DISCONNECT SWITCHES
I'
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.
I
Switches shall be type and size as shown on the drawings.
All switches shall be rated NEMA 3R whether located indoors or outdoors,
unless otherwise noted on drawings.
I
Switches shall be installed to be fully accessible in accordance with the
NEe.
I
Switches shall be constructed to simultaneously disconnect all ungrounded
conductors.
HANDHOLES:
I
General:
I
Handholes for underground distribution shall be located approximately as
shown on the drawings. The exact location shall be determined after
careful consideration has been given to the location of other utilities,
grading and the length of conductor pulls. Handholes shall have a nominal
dimensions of 1'- 6n wide x 2'-on long x 2'-on deep with a suitable bolt-
down :frame and cover. Handholes shall be equal to Model 1016-4 as
manufactured by Dekalb Concrete Products, Inc.
I
I
GROUNDING
I
Non-current carrying metal parts of all electrical equipment shall be
grounded to equal or exceed the requirements of the National Electrical
Code. In general, a separate ground conductor shall be attached to each
item for which grounding is required. All conduit and raceway shall be
grounded directly or through the equipment.
I
All neutral conductors shall be grounded, except where specifically
exempted. Neutrals shall be connected to ground at only one point, as
specified by the NEC (usually at system distribution panel) .
I
All ne.w ground conductors or systems shall be tied into existing ground
system(s) such that electrical continuity will be maintained throughout the
completed ground grid.
I
PAYMENT:
I
No sep~rate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump s'.un Bid for the completed work.
I
I
9416-13Tl2.doc
ELECTRICAL
T12-10
I