HomeMy WebLinkAboutUtilities Project 99 -045
Augusta Richmond GA
DOCUMENT NAME: U -r f d-Ii €-'> Pt<o F C T q <) - 0 '-f S-
DOCUMENT TYPE: Lt:>f\J T(<.A C T
YEAR: I qq~
BOX NUMBER: '7
FILE NUMBER: } If '::t 'r) S-
NUMBER OF PAGES:
tC13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Y~'it /l/c:;-?~
". .
AUGUSTA UTILITIES DEPARTMENT
WATER TREATMENT PLANT
CLEARWELL BAFFLING, VALVES &
CHEMICAL FEED MODIFICATIONS
CONTRACT DOCUMENTS
UTILITIES PROJECT 99-045
February 1999
Project 9810-02
PREPARED BY
EEl.
435 TELFAIR ST.
AUGUSTA, GEORGIA
ENGINEERS
PHONE (706)724-5627
ZIMMERMAN, EVANS AND LEOPOLD, INC.
Se..+ -\\:. ~5-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
WATER TREATMENT PLANT
CLEAR WELL BAFFLING, VALVES &
CHEMICAL FEED MODIFICATIONS
CONTRACT DOCUMENTS
UTILITIES PROJECT 99-045
February 1999
Project 9810-02
PREPARED BY
EEL.
435 TELFAIR ST,
AUGUSTA, GEORGIA
ENGINEERS
.
I
PHONE (706)724-5627
ZIMMERMAN, EVANS AND LEOPOLD, INC.
I
INDEX
I
ADDENDA
INVITATION TO BID
INFORMATION FOR BIDDERS
BID
BID BOND
NOTICE OF AWARD
AGREEMENT
PAYMENT BOND
PERFORMANCE BOND
NOTICE TO PROCEED
CONTRACT CHANGE ORDER
GENERAL CONDITIONS
SUPPLEMENTARY CONDITIONS
TECHNICAL SPECIFICATIONS
I
I
I
SECTION TITLE PAGE NUMBER
T-l DEMOLITION Tl-l THRU Tl-2
T-2 EXCAVATION, FILLING AND BACKFILL T2-1 THRU T2-3
T-3 CONCRETE WORK T3-1 THRU T3-6
T-4 MASONRY T4-1 THRU T4-3
T-5 MISCELLANEOUS METALWORK & T5-1 THRU T5-4
STAINLESS STEEL STRUCTURALS
T-6 PLANT & YARD PIPING T6-1 THRU T6-9
T-7 VALVES T7-1 THRU T7-3
T-8 BUILDINGS AND ACCESSORIES T8-1 THRU T8-3
T-8A ROOFING, FLASHING, ETC, T8A-1 THRU TSA-1
T-8B PREFABRICATED FIBERGLASS BUILDING TSB-1 THRU TSB-2
T-9 PAINTING AND FINISHING T9-1 THRU T9-4
T-10 DRY CHEMICAL FEED EQUIPMENT TI0-l THRU T10-5
T-ll METERED LIQUID FEED SYSTEMS Tll-1 THRU Tll-4
T-12 POLYMER SYSTEM T12-1 THRU T12-4
T-13 OWNER FURNISHED HORIZONTAL MIXER T13-1 THRU T13-4
T-14 OWNER FURNISHED LIME SLURRY SYSTEM T14-1 THRU T14-2
T-15 PLUMBING, HEATING AND VENTILATING T15-1 THRU T15-7
T-16 ELECTRICAL T16-1 THRU T16-6
T-17 INSTRUMENTATION T17-1 THRU T17-3
T-18 CHEMICAL STORAGE TANKS AND T18-1 THRU T18-5
ASSOCIATED EQUIPMENT
T-19 SITE WORK AND GRASSING T19-1 THRU T19-5
T-20 FENCING T20-1 THRU T20-2
DRAWINGS:
I
I
I
I
I
I
I
I
1. Site Plan
2. Yard Piping
3, Enlarged Piping Plans and Details
4, Sitework Plan and Details
5. Coagulant Feed System Sheet 1
6, Coagulant Feed System Sheet 2
7, Coagulant Feed System Structural
8. Liquid Chemical Feed Schedules and Details
9, Fluoride Building Plans and Details
10. Dry Chemical Feed System Plan and Details
11. Dry Chemical Feed System Elevations
12. Clearwell No, 2 Plan
13. Clearwell No, 2 Details
14, Lime Slurry Building Plan and Elevations
15. Lime Slurry Building Structural
16. Horizontal Mixer Plans
17. Horizontal Mixer Sections and Details
IS, Plumbing, Heating and Ventilation
19. Duct System and Chemical Feed Plan
20. Miscellaneous Details Sheet No, 1
21, Miscellaneous Details Sheet No.2
22, Electrical Sheet No, 1
23. Electrical Sheet No, 2
24. Electrical Sheet No.3
I
I
I
I
I
I
9810-02-INDEX. doc
INDEX
I
I
ADDENDUM NO. 1
9810-02
I
TO
CONTRACT DOCUMENTS
FOR
I
WATER TREATMENT PLANT
CLEARWELL BAFFLING, VALVES AND CHEMICAL FEED MODIFICATIONS
CITY OF AUGUSTA, GEORGIA
FEBRUARY 1999
I
I
ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - APRIL 2, 1999
BID:
I
A,
Paqe B-2:
The BID FORM is hereby revised to include a deductive alternate for
the furnishing and installation of a 42" diameter propeller meter in
lieu of the 42" diameter flow tube, Pages B-2 (Revised) and B-2A are
attached at the end of this Addendum for REPLACEMENT of Page B-2 of
the Bid.
I
I
TECHNICAL SPECIFICATIONS:
A. SECTION T-3 - CONCRETE:
I
Page T3-2 - Reinforcinq Steel for Concrete:
I
ADD the following:
Except as otherwise noted, dowels projecting above foocings shall
extend not less than 24 diameters above the surface of the concrete.
I
Concrete bases for base ells and other equipment shall be cast with
the appropriate anchor bolts for the base and shall contain minimum
reinforcing of #4 @12 each way in each face,
Page T3-3 - Embedded Items:
I
ADD the following:
I
Waterstops in the walls of the clearwell interconnection wells shall
be 8x3/16 steel plate and at splices, or joints, shall be welded or
lapped and bolted for continuity,
I
Caulked watertiqht loints shall be caulked with oakum and sealed with
a non-toxic watertight mastic sealant, chemically cured, 2 component,
Skaflex 2C, which will not contaminate potable water and which is to
be applied over Skaflex Primer 429.
I
B. SECTION T-5 - MISCELLANEOUS METALWORK:
Page T5-4 - Aluminum Pipe Railinqs:
I
ADD the following:
I
Aluminum in Contact with Concrete: shall receive a heavy coating of
epoxy to drinking water.
9810-02 ADD NO. l.doc
I
I
I
I
C, SECTION TIO - DRY CHEMICAL FEED EQUIPMENT:
SECTION Tll - METERED LIQUID FEED SYSTEMS:
SECTION T12 - POLYMER SYSTEM:
I
System Service Group of Georgia, Inc. is an acceptable supplier of
chemical feed systems for this project.
D, SECTION T17 - INSTRUMENTATION:
I
Page T17-3: Flow Tube:
I
The following propeller meter is specific as a deductive alternate:
Propeller Meter:
I
Meter shall be Water Specialties Model ML-04-D, size 42", or approved
equal. meter shall be velocity propeller type. Meter tube shall be
fusion bonded epoxy coated steel with 150 lb, standard flanges. The
tube shall contain straightening vanes. The gear box shall be bronze
and magnetically driven. Propeller shall be thermoplastic and mounted
travel on ceramic bearings. The complete meter head shall be factory
tested in the same size pipe as called for on the drawings,
I
I
The meter shall be provided with a digital indicator-totalizer
electronically driven by sensor output directly from the rotation of
the propeller. The unit shall be provided with a battery with a life
of at least 6 years. The unit shall be capable of supplying a 4-20 mA
output using a separate power supply provided with the meter, the
transmitters power supply provided with the meter. The transmitter
shall be NEMA 4, Meter accuracy shall be t 2% of actual flow over the
entire flow range or better.
I
I
DRAWINGS:
I
A,
Drawinq No.2:
Valve 1-5 is an existing valve in an existing manhole and shall be
replaced with a comparable installation,
I
B.
Drawinq No.3:
For the standard valve box detail, add a dimension of 2'-0" minimum
clearance between the wall and the pipe flanges on the access side of
the pipeline.
I
The joint repair detail is for only one joint of Clearwell No.5. the
joint repair shall extend from floor to roof and 4'-0" out onto the
floor. Application of Gacoflex adhesive requires that the surface be
clean and dry for application of the bond coat.
I
C,
Drawinq No, 12:
For the overflow wall, omit one of the double type 1 columns.
I
The "Type 6" note applies to all existing columns.
I
Details have been added for the attachment of the 8" wall to the
existing inlet box at the north end of Clearwell No.2. See attached
Sketch SK-l.
I
9810-02 ADD no. l.doc
I
I
I
0,
Drawinq No. 15:
The inside dimensions of the East valve pit are 12'-6HxI6'-4Ht.
I
ATTACHMENTS: B2 (Revised), B2A
SK-l
I
EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 BY
ATTACHING THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND NOTING
RECEIPT OF SAME ON PAGE B-1 OF THE BID.
I
I
END OF ADDENDUM NO, 1
ZEL PROJECT #9810-02
I
I
I
I
I
I
I
I
I
I
I
I
9810-02 ADD NO. l.doc
I
I
I
SCHEDULE OF PRICES
I
Contract
Item No.
Estimated
Quantity
Description of Work
Prices - Words
Unit Prices
Figures
Total
Figures
1.
Part A
1
Furnish and Install Clearwell Baffling,
Interconnecting piping, fittings, valves,
appurtenances, and associated site work
except for the separate listed valves,
complete, in place, tested and operating.
I
I
Dollars
L.S.
Cents $
$
Lump Sum
I
Lump Sum
2.
Part A
2
Furnish and Install 36" Valves in concrete
boxes at valve locations V2-1 and V3-5
including use of inflatable plugs or other
means if the valves are not found or are
found and not working.
I
I
Dollars
Each
Cents $
Each
$
Each
I
SUBTOTAL PART A, ITEMS 1 & 2
$
I
3.
Part B
1
Furnish and install chemical feed modifications
horizontal mixer installation, lime slurry
building and system installation, fluoride and
coagulant feed buildings, flow tube and all other work of
the contract not otherwise included in Part A.
I
Dollars
Cents $
I
Lump Sum
$
Lump Sum
L.S.
I
Total Base Bid for Parts A & B, Items 1 thru 3
$
DEDUCTIBLE ALTERNATE PRICE
I
Contract
Item No.
Estimated
Quantity
Description of Work
Prices - Words
Unit Prices
Figures
Total
Figures
I
A-l
1
Provide the propeller meter specified in Addendum ~l in lieu of the
42" diameter flow tube of Specification T17-3
Dollars
I
L.S.
Cents
$
Deduct
Lump Sum
I
AMOUNTS ARE TO BE SHOWN IN BOTH WORDS AND FIGURES.
SHOWN IN WORDS SHALL GOVERN.
IN CASE OF DISCREPANCY, THE AMOUNT
I
9810-02 -81 0 _ doc
B-2". (Revised)
I
I
I
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.
I
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 5 of the General Conditions, The bid security attached in the
sum of Dollars ($ lis to become the property of
the OWNER in the event the Contract and Bond are not executed within the time above
set forth as liquidated damages for the delay and additional expense to the OWNER
caused thereby.
I
I
Respectfully submitted:
I
By
Signature
Title
I
Firm Name
Address:
I
(SEAL - IF Bid is by
a Corporation)
I
I
I
I
I
I
I
I
I
I
9810-02-BID.doc
B-2A
I
I
I
I
I
EL. 433.7:t:
HIGH WATER
LEVEL EL. 43.3.1:!:
I
'I.
2'_6D::!:
SEE SECTION C13
...,
~
I CONTRACTOR SHALL FlELD VERIFY
ALL DIMENSIONS.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
EL. 420,1:t:
'-!:,-
;,:,,'
_ if. 30~ PIPE
NORTH WALL
OF CLEAR WELL #2
VERTICAL SECTION OF EXISTING INLET
WELL NORTH WALL CLEARWELL #2
SCALE: 3/8D = "-0"
SIKAFlEX 2c CAULK;
PRIME OVER CLEAN
AND DRY SUBSTRATES
(TYPICAL EACH SIDE) ~
#5 E.F,
t>
EXISTING 8"
CONCRETE WALL
"
...J
...J
<(
~
Co
~ I=!
w w
z 5
z
o
u
!7
t>
8 C '1.5 STAINLESS STEEL CHANNEL
SECTION A-SK1
SCALE: 1D = "_On
5/8D~ RAWL STAINLESS
STEEL BOLTS @ 2'-0" O.c,
GROUT SOLID
BEHIND CHANNEL
981O-SKl
I
I
ADDENDUM NO, 2
9810-02
I
TO
CONTRACT DOCUMENTS
fOR
I
I
WATER TREATMENT PLANT
CLEARWELL BAffLING, VALVES AND CHEMICAL fEED MODIfICATIONS
CITY Of AUGUSTA, GEORGIA
fEBRUARY 1999
I
ZIMMERMAN, EVANS AND LEOPOLD, INC" CONSULTING ENGINEERS - APRIL 8, 1999
INVITATION TO BID:
I
CHANGE the date and time at which the bids will be publicly opened and read
in the presence of those interested to the following:
I
11:00 A.M. on the 21 day of April 1999.
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 PAGE B-1 OF THE BID.
I
I
END Of ADDENDUM NO, 2
ZEL PROJECT #9810-02
I
I
I
I
I
I
I
'~
I
9810-02 ADD NO. 2,doc
I
I
I
ADDENDUM NO. 3
9810-02
I
TO
CONTRACT DOCUMENTS
FOR
I
WATER TREATMENT PLANT
CLEARWELL BAFFLING, VALVES AND CHEMICAL FEED MODIFICATIONS
CITY OF AUGUSTA, GEORGIA
FEBRUARY 1999
I
I
ZIMMERMAN, EVANS AND LEOPOLD, INC" CONSULTING ENGINEERS - APRIL 15, 1999
TECHNICAL SPECIFICATIONS:
I
I
A, SECTION Tll - METERED LIQUID FEED SYSTEMS:
SECTION T12 - POLYMER SYSTEM:
Page Tll-2, T12-2: Liquid Feed Pumps:
I
Where a pair of metering pumps have common discharge plplng, one set
of pressure relief and back pressure valves may be furnished as shown
in the schematic diagram of Drawing No, 8.
I
DRAWINGS:
I
A.
Drawinq No. 13:
Alternate configurations of stainless steel structural members having
comparable strength and stiffness may be provided for the clearwell,
I
Addendum No.1:
I
Corrected Page 1 of Addendum No. 1 is attached at the end of this Addendum.
ATTACHMENTS: Addendum #1, Page 1 (Revised)
I
I
I
EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 BY
ATTACHING THIS COpy TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND NOTING
RECEIPT OF SAME ON PAGE B-1 OF THE BID.
I
END OF ADDENDUM NO. 3
ZEL PROJECT #9810-02
I
9810-02 ADD NO, ),doc
Addendum No, 3
I
I
I
I
ADDENDUM NO. 1
9810-02
I
TO
CONTRACT DOCUMENTS
FOR
I
WATER TREATMENT PLANT
CLEARWELL BAFFLING, VALVES AND CHEMICAL FEED MODIFICATIONS
CITY OF AUGUSTA, GEORGIA
FEBRUARY 1999
I
ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - APRIL 2, 1999
BID:
I
A,
Paqe B-2:
The BID FORM is hereby revised to include a deductive alternate for
the furnishing and installation of a 42" diameter propeller meter in
lieu of the 42" diameter flow tube. Pages B-2 (Revised) and B-2A are
attached at the end of this Addendum for REPLACEMENT of Page B-2 of
the Bid.
I
I
TECHNICAL SPECIFICATIONS:
A. SECTION T-3 - CONCRETE:
I
Page T3-2 - Reinforcinq Steel for Concrete:
I
ADD the following:
Except as otherwise noted, dowels projecting above footings shall
extend not less than 24 diameters above the surface of the concrete.
I
Concrete bases for base ells and other equipment shall be cast with
the appropriate anchor bolts for the base and shall contain minimum
reinforcing of #4 @12 each way in each face.
Page T3-3 - Embedded Items:
I
ADD the following:
I
Waterstoos in the walls of the clearwell interconnection wells shall
be 8x3/16 steel plate and at splices, or joints, shall be welded or
lapped and bolted for continuity.
I
Caulked watertiqht ioints shall be caulked with oakum and sealed with
a non-toxic watertight mastic sealant, chemically cured, 2 component,
Sikaflex 2C, which will not contaminate potable water and which is to
be applied over Sikaflex Primer 429.
I
B. SECTION T-S - MISCELLANEOUS METALWORK:
Page TS-4 - Aluminum Pipe Railinqs:
I
ADD the following:
I
Aluminum in Contact with Concrete: shall receive a heavy coating of
epoxy q~~he~lcoaPin~u~tftfr~~>(o~H[~ia to drinking water.
9810-02 ADD NO, ),doc
Addendum No. 1 - Page 1 (Revised)
I
I
I
INVITATION TO BID
I
SEALED BIDS for the addition of Clearwell Baffling, Interconnection Piping,
Valves and Replacement of the Chemical Feed Systems at the Highland Avenue
Water Plant of the Augusta Utilities Department.
I
Bid Item 99-045: CLEARWELL BAFFLING, VALVES, AND
CHEMICAL FEED MODIFICATIONS will be received by:
CITY OF AUGUSTA
I
hereinafter referred to as the OWNER at the offices of:
I
MS, Geri A, Sams
Purchasing Department
Room 605 Municipal Building
Greene Street
Augusta, Georgia 30911
I
until 3:00 P,M, on the ~ day of April 1999 at which time all bids will
be publicly opened and read in the presence of those interested,
I
The CONTRACT DOCUMENTS may be examined during regular business hours at the
Augusta Purchasing Department; at the office of Zimmerman, Evans and
Leopold, Inc., Consulting Engineers; at the F, W. 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 $ 200.00 for each set, General Contractors submitting a bona
fide bid and upon returning the CONTRACT DOCUMENTS in good condition within
ten (10) days of the Bid opening will be refunded full payment for the first
set, No refunds will be made to non-bidders.
I
I
A 10% Bid Bond, 100% Performance Bond and 100% Payment Bond will be
required,
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
The OWNER reserves the right to waive any informalities and to reject any or
all bids,
I
March 15, 1999
Date
Ms, Geri A. Sams
Purchasing Director
I
Publish:
Augusta Chronicle -3/15, 3/23, 3/31 and 4/5, 1999
Metro Courier - 3/17/99
I
-
-
-
9BIO-02-AFB
INVITATION TO BID
I
I
SECTION IE
INSTRUCTION TO BIDDERS
I
IB-Ol GENERAL
I
All proposals must be presented in a sealed envelope, addressed
to the Owner, The proposal must be filed with the Owner on or before the time
stated in the invitation for bids, Mailed proposals will be treated in every
respect as though filed in person and will be subject to the same
requirements.
I
I
Proposals received subsequent to the time stated will be returned
unopened, Prior to the time stated any proposal may be withdrawn at the
discretion of the bidder, but no proposal may be withdrawn for a period of
sixty (60) days after bids have been opened, pending the execution of contract
with the successful bidder.
I
IB-02 EXAMINATION OF WORK
I
Each bidder shall, by careful examination, satisfy himself as to
the nature and location of the work, the conformation of the ground, the
character, quality and quantity of the facilities needed preliminary to and
during the prosecution of the work, the general and local conditions, and all
other matters which can in any way affect the work or the cost thereof under
the contract. No oral agreement or conversation with any officer, agent, or
employee of the Owner, either before or after the execution of the contract,
shall affect or modify any of the terms or obligations therein.
I
I
IB-03 ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of plans, specifications or other
pre-bid documents will be made to any bidder orally,
I
Every request for such interpretation should be in writing
addressed to the Director of project PROFESSIONAL, and to be given
consideration must be received at least five days prior to the date fixed for
the opening of bids, Any and all such interpretations and any supplemental
instructions will be in the form of written addenda to the specifications
which, if issued, will be sent by certified mail with return receipt requested
to all prospective bidders (at the respective addresses furnished for such
purposes), not later than three days prior to the date fixed for the opening
of bids. Failure of any bidder to receive any such addendum or interpretation
shall not relieve such bidder from any obligation under his bid as submitted,
All addenda so issued shall become part of the Contract Documents.
I
I
I
IB-04 PREPARATION OF BIDS
~
.
Bids shall be submitted on the forms provided and must be signed
by the bidder or his authorized representative, Any corrections to entries
made on bid forms should be initialed by the person signing the bid.
-
I
Bidders must quote on all items appearing on the bid forms, unless
specific directions in the advertisement, on the bid form, or in the special
specifications allow for partial bids, Failure to quote on all items may
disqualify the bid, When quotations on all items are not required, bidders
shall insert the words "no bid" where appropriate,
!!!!!
-
9810-02
IB-l
I
I
Alternative bids will not be considered unless specifically called
for.
I
Telegraphic bids will not be considered. Modifications to bids
already submitted will be allowed if submitted by telegraph prior to the time
fixed in the Invitation for Bids, Modifications shall be submitted as such,
and shall not reveal the total amount of either the original or revised bids,
I
I
Bids by wholly owned proprietorships or partnerships will be
signed by all owners. Bids of corporations will be signed by an officer of
the firm and his signature attested by the secretary thereof who will affix
the corporate seal to the proposal.
I
A Bid Bond of 10% payable to the owner is required in all cases and shall
accompany the Bid, A certified check may be used in lieu of a Bid Bond. The
Bid Bond of the successful Bidder will be retained until the Performance and
Payment Bond have been executed and approved, after which it will be returned,
I
IB-05 BASIS OF AWARD
I
The bids will be compared on the basis of unit prices, as
extended, which will include and cover the furnishing of all material and the
performance of all labor requisite or proper, and completing of all the work
called for under the accompanying contract, and in the manner set forth and
described in the specifications,
I
Where estimated quantities are included in certain items of the
proposal, they are for the purpose of comparing bids, While they are believed
to be close approximations, they are not guaranteed. It is the responsibility
of the Contractor to check all items of construction. In case of error in
extension of prices in a proposal, unit bid prices shall govern,
I
IB-06 BIDDER'S QUALIFICATIONS
I
No proposal will be received from any bidder unless he can present
satisfactory evidence that he is skilled in work of a similar nature to that
covered by the contract and has sufficient assets to meet all obligations to
be incurred in carrying out the work. He shall submit with his proposal,
sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT,
giving reliable information as to working capital available, plant equipment,
and his experience and general qualifications. The Owner may make such
investigations as are deemed necessary to determine the abi~ity of the bidder
to perform the work and the bidder sha~~ furnish to him all such additional
information and data for this purpose as may be requested. The Owner reserves
the right to reject any bid if the evidence submitted by the bidder or
investigation of him fails to satisfy the Owner that such bidder is properly
qualified to carry out the obligations of the contract and to complete the
work contemplated therein. Part of the evidence required above shall consist
of a list of the names and addresses of not less than five (5) firms or
corporations for which the bidder has done similar work.
I
I
I
-
I
IB-07 PERFORMANCE BOND
I
At the time of entering into the contract, the Contractor shall
give bond to the Owner for the use of the Owner and all persons doing work or
furnishing skill, tools, machinery or materials under or for the purpose of
such contract, conditional for the payment as they become due, of all just
claims for such work, tools, machinery, skill and terms, for saving the Owner
harmless from all cost and charges that may accrue on account of the doing of
the work specified, and for compliance with the laws pertaining thereto, Said
.
.
9810-02
1B-2
I
I
bond shall be for the amount of the contract satisfactory to the Owner and
authorized by law to do business in the State of Georgia,
I
Attorneys-in-fact who sign bonds must file with each copy thereof
a certified and effectively dated copy of the power of attorney.
I
IB-08 REJECTION OF BIDS
I
These proposals are asked for in good faith, and awards will be
made as soon as practicable, provided satisfactory bids are received. The
right is reserved, however to waive any informalities in bidding, to reject
any and all proposals, or to accept a bid other than the lowest submitted if
such action is deemed to be in the best interest of the Owner,
I
IB-09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT
I
It is the intent of the Augusta-Richmond County Commission to
increase the involvement of qualified minority and economically disadvantaged
businesses in the contracted work of County Government,
I
In an effort to support this intention, this project is offered
to all qualified firms. The bids will be evaluated based on qualifications,
price and construction time, With all other items being considered equal, the
contract, if awarded will be awarded to a minority and economically
disadvantaged firm or a firm that has included such firms as subcontractors
on this project.
I
The bidders shall include with their bid a statement of
qualification for themselves and/or any qualified subcontractors explaining
why they should be considered a minority or economically disadvantaged firm,
If the firm does not fall into this category, no information is necessary,
I
I
-
IB-10 ENGINEER
The Engineer for the Project is Zimmerman, Evans and Leopold, Inc, (ZEL
Engineers), 435 Telfair Street, Augusta, GA 30901.
.
.
.
-
I
-
!!!
.
-
-
9810-02
IB-3
_I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID
PRO P0SAL IJ F
called "SIDDER",
AouaSouth ConstrUction, Inc, (hec~inaEtee)
organlzed and cxistlng under tnc iaws 0E the stur.~ 0C
, doing business as a corporation
"lnser::: "a corporation", "a partnership", oe "an individual", as applicable,
TO:
Cit'l of Augusta
~uechasing Department
605 Municipal Building
Augusta, Geoegia J0911
(heeeinaftee called "miNER"),
SUBJECT:
AUGUSTA WATER TREATMENT PLANT
CLEARWELL BAFFLING, VALVES &
CHEMICAL FEED MODIFICATIONS
Gentlemen:
The BIDDER, in compliance '..ith your Invitation foe Bids foe the construction of :::he
subject peojec:, having examined the plans and specifications with e~lated document~
and the si:::e of the proposed '..oek, and being familiar ',.;ith all of the conditions
surrounding the construction of the peoposed project including th~ availabiliey of
materials and laboI:', hereby proposes to furnish all labor, materials, and supplies,
and to construct ehe project in ac::ordance '"ith the Contract Documents, within the
time set foeth therein, and at the prices stated below.
These peices are co cover all expenses incurred in perfo~ing the wo::k requieec:
undee the Cont::act Documents, of which this peoposal is a pare.
BIDDER hereby agrees to commence work under this Contract on or before a date to be
speci fied i;'1 '..ritten NOTICE TO PROCEED of the OWNER and to fuily complete the
E'ROJEC7 wi::hin 400 consecutive calendar days thereafter as sti?ulated in the
specifications. BIDDER further agrees ::0 pay ~s liquidated damages, the sum of S300
for each consecuti'Je calendar day thereafter as he::einafte= peo'Jided in .n.r:icle ~5
of the General Conditions, and ?aragraph 3.2 of the Ag::eemenc.
3IDDER acknowledges cecei~t of
~~ I
~ ,.;21
I
the follo'..ing .'l.ODENDUM (Al :
1-;2-91 ~..,~ 3.
"
4-8 - 1 9
4 - /5- 97
To provide for Allocation of funding Accounting, this peojec:: is to be bid as Par: A
and Part 3 to be awarded as one contract to the low bidder of the combined contract.
Part .n.. includes the '..ock associated with the clearwells, the baffling of Cleac..ell
No, 2 and the valves and interconnecting piping associated ~ith the clear~ells; Par::
B includes ehe chemical feed modifications and the horizontal mixer installation in
the flocculation portion of settling basin n4; it includes the new lime slur::-y
building, modification of the fluoride building, a new prefabricated fiberglass
coagulant reed building and equi~ment replacements in the d::y chemical feed areas.
all the work included in Parts A & B and described in the
for the total sum of:
Subject to reductions 0 additi~ns resulting from omission or addition of the unit
priced item, In the scheduled prices of Part A all in accordance with the following
schedule of Bid Items.
9810-02-BIO,doc
8-1
'i't
i~
1,11
r
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SCHEDULE OF P~ICES
Contract
Item No.
Estimated
Quantity
Descrip~ion of Work
Prices - '/lords
Unit Prices
E"igures
Total
figures
L
Part A
I
L.S.
Furnish and Install Clearwell Baffling,
Interconnecting piping, fit~ings, valves,
appur~enances, and associated site Nork
except for the separate lis~ed valves,
comple~e, in place, tes~ed and operating.
One Million One Hundred fifty
Five Thousand Six nundred
Fiftv Five 00/100 Dollars
Lump Sum
$
S 1.155,655.00
~ump Sum
2.
Part: ,i:>,.
2
Each
Furnish and Install 36" lfal'Tes in c::mcrete
boxes at valve locations V2-1 and 11]-5
including use of inflatable plugs or other
means if the valves are not found or are
found and not working.
Fiftv Two Thousand Thir~v
Three 00100 Dollars
$ 52,0]]
$
Each
$ l,207,088.00
SUBTOTAL PART A, ITEMS 1 ~ 2
1
] .
Part 3
L.S.
Furnish and install chemical feed modifications
horizontal mixer installation, lime slurry
building and sys~em installation, fluoride and
coagulant feed bui:dings, flow tube and all other Nork of
the contract not otherwise included in Part A.
Eioht nundred Nineteen Thousand
TONO :Iundred Eioht'l One 00/100 Dollars $
Lump Sum
$819,281.00
Lump Sum
$ 2,026,969,00
Total Sase Bid for Parts A & 8, Items 1 thru 3
DEDUCTIBLE .'l.LTERNATE PRICE
Contrac~
Item No,
Description of Work
Prices - Words
Unit Prices
figures
Total
Figures
Es~imated
Quantity
1
Provide the propeller meter specified in Addendum ~I in lieu of the
42" diameter flow tube of Specification T17-]
A-I
L. S.
Six Thousand Nine
Hundred 00/100 Dollars
Lump Sum
$ 6,900,00
Deduct
IN CASE OF DISCREPANCY, THE fu~OUNT
AMOUNTS ARE TO BE SHOWN IN 80TH WORDS .~D FIGURES.
SHOWN IN WORDS SHALL GOVERN.
-------------------------------------------------------------------------------------------
9810-02-BID,doc
B-2A (Revised)
.1
I
The aI~OER agrees t~ae c~is aid shall ce good and may noe ~e Hlchcrawn foe a ?ee:od
of 60 ~alendar days after ehe scheduled closing eime Eor =ecei?inq 3lds,
1
Goon receioe of Nriceen Notice of AcceDcance of this aid, aIQDE~ Nill execuce :he
formal Concrac~ atcached wi chin 10 days and deliver a Surecj 30nd or Bonds as
recuired QV Ar~icle 5 of che General Conditions. The oLd sec~ric'/ accache~ i~ che
sLUIi of Ten (10) Percent of B:ifil:bllars ~ ) is co oec;me cne CrODere'/ of
the OWNER Ln che evene the Coneract and n noe execueed Nichin the ti~e above
see Eoch as L.quicate~ ~amages -.for :::he d 1 ay ccicional ex,:ense :0 che:JWNE?
caused c:iereby.
By
ie:e : G
. I ~h-.
Harold J. walker
I
I
I
Tic.l.e
President
1
:;'i= :-ldffie AquaSouth Construction, Inc,
Address:
p, O. Box 747
Pooler, Georgia 31322
(~12) 965-1250
(912) 965-1044 Fax
~32~~ - :~ 3~c ~3 jy
-s. C::=;:o=::,c:':Jn:
1
I
I
1
I
I
I
I
I
I
I
9910-02-910,dOC
B-2A
I
,I
1
I
1
I
I
I
1
1
I
1
I
I
I
I
1
I
I
9810-02-810.doc
I
1.
Project Name:
Client/Owner:
Address:
LIST OF PREVIOUS PROJECTS:
Sewerage System lmorovements
City of Lincolnton, GA
P. O. Box 489, Lincolnton, GA
30817
Approx. Contract .~ount $ 1,834,365
Completion Date: 6/9g
2.
Project Name:
Client/Owner:
Address:
President TtMTI'
City of Savannah, GA
p, 0, Box 1027, Savannah, GA
31402
3.
ProJect Name:
Completion Date: 3/99
; Approx. Contract ~~ount S 1,343,654
Client/Owner:
Address:
Wilshire Water Quality Control Plant Modifications
City of Savannah, GA
Completion Date: 3/99
P, 0, Box 1027, Savannah, ~A 11dO?
1 .
;::ar::h''''or~< :
.i:l.ddress:
; Approx. Contract Amount 5 791,582
LIST
O~~R SUBCONTRACTORS,
..,
,,-,
Plane/Yard
?ioina:
rJ /A
I
il.ddress:
~~.
3.
E:lectrical:
Address:
4 .
Instrwneneation:
Address:
;1Id/:{/u
~
c/~~ fire:; /
t '
h Uo/pfh A:
/
/lu;"u/'7k
/
?-?A
5,
Mechanical:
Address:
"5.' 'j k
I
.--: 0i c-
-1-; .
PaintinQ:
6.
Address:
rll A
I
!-,1/C/U/) !-ct.z.-h (;;
/l,vt1j~~,..; tie H.
B-3
I
I
I
ITEM
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID:
(See Also Supplemental Conditions SC 6)
DESCRI ?'!'ION
MANUFACTURER
ADD (+)/ DEDUCT (-)
COST FOR SUBSTITUTE
1.
BUTTERFLY VALVES
BASE BID
SUBSTITUTE
2.
DRY CHEMICAL
EQUIPMENT
(Al W~~~Al.~ ~~IERNAN
<1iL A___SON, !- 0
SUBSTITUTE (C) S
BASE BID ~?ULSAFEE~
(3) WALLACE & TIERNAN
(C) MILTON ROY
(Ol ALLOOS
SUBSTITUTE (E)
BASE 310
.,
--0
LIQUID :-::ED
METERING PUMPS
<\ .
POLYMER E'EED
EQUIPMENT
BASE 310 (A)
(3)
SUBSTITUTt:~;
STRANCO
SEMBLEX
.~C~
9810-02-BID,doc
8-4
$
$
$
Apr-J.'::J-'::J'::J
.1 '
I
I
1
1
I
I
1
I
I
I
I
I
1
I
1
I
1
I
..l U : ..;I / r'< r'<'-J.u;->o.;;;:'Vu I I .
"-"'-', 'IIII~ I .
BID BOND
~~OW ALL KEN BY THESE PRESENTS, that we, the undersigned.
AauaSouth Construction, rnc,
SELECTIVE INSURANCE COMPANY
Principal, and OF "MERle.".
as
as
Surety. are hereby held and
Georgia (by and through its
Ten (10) Percent of Bid
firmly bound
COmnUssion) as
unto Augusta-Richmond
Owner, in the penal
County,
sum 0 f
for the
payment of which, well
severally bind ourselves,
and truly
successors
hereby
jointly
and
to be made,
and assigns.
we
Signed, this
21st
19 99
ADril
day of
The condition of the above obligation is such that whereas the Principal
has submitted to the City of Augusta, a certain Bid,
hereby made a part hereof to enter into a contract
construction of:
atcached hereto,
in wri cing, for
and
the
AUGUSTA WATER TREATMENT PLANT
CLEARWELL aAF~LING, VALVES ,
CH~~ICAL FEED MODIFICATIONS
NOW THEREfORE,
(a} If said 8id shall be rejected, or in the alternate,
(b) I: sa~a Sid shall be accepted and t:1.e Principal shall
execute and deliver a contract in the form of Contract
attached hereto, (properly completed in accordance with said
3id) I and shall furnish a bond for his Eai::hiul performance
of said Contract, and for the payment of all persons
performing labor or furnishing materials in connection
therewith, and shall, in all other respects, perEorm the
agreement creaced by the acceptance of said 8id.
then t.his obligation shall be void, otherwise the same shall remain in
force and ef=ec~; it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed t.he penal amount. of this obligation as herein stated.
The SUz:ecy, for value received, hereby stipulates and agrees that: the
obliga tion of said Surety and its Bond shall be ~n no way. impaired or
affected by any extension of the time within which the Owner may accept
such aid; and said Surety does hereby waive notice of any such extension,
9110-<)2 -68, doc
88-1
Apr-19-99 lO:38A AQUASOUTH CONST.
I. '
':::J.Lt::. ':::JO::l .Lu......
I
IN WITNESS WHEREOf', the Principal and the Surety have hereunto set thei c
seals, and such of them as are corporations have caused their
e is t hereto affixed and these presents to be signed by
r offi the day and year first set forth above,
true 'on, Inc.
(L. s. )
Harold J, Walker, President
I
I
I
SELECTIVE INSURANCE COMPANY
OF AMERICA
Surety
1
By
(~~.
CHARLES 'N. SEILER
ATTORNEY. IN. FACT
GA -Hi 414695
PAUI1 ER & CAY OF GEORGIA, ttfC.
25 eULL ST. I P. Q. BOX 847
SAVANNAH, GA 31402
912. 231 . 6934
'1
I
I MPORTA.'.JT : Surety Companies executing 30nds mus t appear on the T reas u ry
Department's most current list (Circ'Jlar 570 as amended) and be aut.horized
to transact. business in the state ~here the project is located.
I
I
I
I
I
I
I
I
I
I
9SLO-02-ae.dOC
88-2
1
I
I
I
I
I
1
I
I
1
I
t
I 0
u
0
;.:J
,.
I -
c:
~
~
u
I
I
I
I
I
I
I
Selerove
Seleerive Insurance Company or America
40 Wancage Avenue
Branchville, Nevi Jersey 07890
973-948-3000
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Seleerive Insurance Company of America, a New Jersey cor-
poration having its principal office in Branchville,State or New Jersey, pursuant to :\.rude VII, Seerion 13 of the 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 faer. and agents to aer ror and on behalf or me Company and mey may give such appointee such authority, as
his/her certificate or authority may prescribe. to sign with me Company's name and seal with the Company's seal,
bonds, recognizances, contraCtS of indemnity and other writings obligatory in the nature or a bond, recognizance or
conditional undertaking, and any of said Officers may, at any time, remove any s:.:.ch appointee and revoke the power
and authority given him/her.
does hereby make, constitute and appoint CHARLES W. SEILER
its rrue and lawful Attorney-in-faer, to make, execure, seal and deliver fnr and on its behalf, and as its act and deed,
bonds, undertakings, recognizances, contrac-.s or indemnity, or other writings oblie;atorl in the narure of a bond sub-
jeer to the following limitations: NO ONE BOND TO EXCEED TWO .\1ILLION DOLLARS (52.000,000,00)
and to bind the Selective Insurance Company or .America thereby as fully and i:O the same extent as if such instruments
were signed by the duly authorized omcers of the Selective Insurar.ce Company of America. and all che ac-.s of said
Attorney are hereby ratified and confirmed.
IN WTDESS \)7HEREOF. che Selective Insurance Company or America has caused these presents (Q be signed
bv its Vice President and its COrDorate seal co che hereto affixed chis day of
.. 18TH .
~~
m 1 ~t-\~ ~~~1j,~~
,,{~f ~ e..\\
BY: --.;;;' \ . f/<", y-\\
S '~J F.E Gre:l'fir.,]r., (1'1'-'1 esiden :i
weor, ew eney " '\ \...1'9261::011
Cow:ryoiSusst:X. , ' .,\\~\\.-1-:.. ~}~.j .
On enls 18TH <hyor MA Y 98 19 odore che suoscnoe:\(\ No~~li~ce OCl)'l<=w Jeno:y 10
md for:he Counry oiS= duly commissioned md qu:Uiiied.::une F.F, Gr=ver, Jr. or the Selective Insunnc.: C' m~me ~on~v known
co be the omcer de:sc.-ioed herein. md wno o:ecucc:d the pree:ding inscrumenc. md he ~cknowleciged the execurion 0 e =~d be' y me duly sworn.
de?Osed wd ~d :n:..t he is m orne:r oi said Compmy Jiorcsa.id: th~c the sa! wued :0 the preceding inscrument is the co . 'd Compmv. md the
said eorpo~ee sa! md his sign~rure as offie:r were duly lffixeci md subscribed co the ~d inserumene by the ,uthoriry md direction oi the Company: clue Article
VII. Secrion [3 or the By-Laws oi ~d Company is now in foree.
MAY
, 19 98
IN Wfr.'oJESS WHEREOF. I have hereunco set my hand and lffixed my official sal,e Branc.~vilk N<=w Jersey this
chy oi MAY 98 19
"RESOLVED, the Board or Direerors of Selective Insurance Company or A.rneria authorizes and approves me use of
a facsimile 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 or a bond, recognizance or conditional undertaking....... n
I, PJericia.~ Fulkrod. ,-\s5iscane Secrec:y of the Sdc:ctive Insurance Company of America, do hereby certify thae ,he above and foregoing is 1 erue md eor= copy
of a Power of Arcomey execuced by said Company which is srill in fuJ.\ force and effect.
IN WITNESS WHEREOF, [ have 'ireun~~,.'et my hand1~d affixed the =l or said Company u B~'1e;J=ey this 21 s t
day of pr~ 19. ~ Q_~~
Assistane Secn:ory
The REO COtoer on t~9c13 (.8/€fl1cc'..:~ent "';as 1 Sl3ct,;nry VOID back~round :Jal1em. It t( :, "Ot REO Jnd :na '.\10m VOID 's 'J'SI~je. "'15 .5 not J ..:eruliaa c:::cv - ~1!:'C("'On€! ~.S 1t .l..rea C.:.ce 101.'3.18-3000.
I
I
NOTICE OF AWARD
I
TO: AQUA SOUTH CONSTRUCTION, INC.
124 EASON DRIVE
POOLER, GA 31322
I
PROJECT: AUGUSTA TREATMENT PLANT
CLEARWELL BAFFLING, VALVES &
CHEMICAL FEED MODIFICATIONS
I
The OWNER has considered the BID submitted on April 21, 1999 by you for the
above described WORK in response to its Invitation to Bid dated March 15,
1999 Instruction to Bidders,
~
You are hereby notified that your BID -'="" ll.l I... "~, c dl have been accepted
in the amount of: Two Million Twenty Six Thousand, Nine Hundred Sixty Nine
and 00/100 Dollars($ 2,026,969.00).
I
1
You are required by the Information for Bidders to execute the Agreement
and furnish the required Contractor I s Performance Bond and Payment Bond
within ten calendar days from the date of this Notice to you. You are also
required to show proof of insurance coverage as required by the General
Conditions and Supplementary Conditions. Five sets are enclosed for
execution,
I
If you fail to execute said Agreement and to furnish said Bonds within a
reasonable time from the date of the Notice, the OWNER will be entitled to
consider all your rights arising out of the OWNER'S acceptance of your BID
as abandoned and as a forfeiture of your Bid Bond. The OWNER will be
entitled to such other rights as may be granted by law.
I
1
In the Agreement and Bonds, please note that the date of agreement is to
remain blank on line 1 of the Agreement, in the second paragraph and last
line of both bonds and in the last line of the Power of Attorney. After
execution of all copies, please return all copies to this office for
coordinating the execution by the Owner. Executed copies will then be
returned for you and your Surety along with the Notice to Proceed.
Submittal of your Insurance Certificate at an early date will permit work
on the project to begin when the Notice to Proceed is issued. A
Preconstruct ion Conference will be scheduled after contracts are executed.
I
I
Please return an acknowledged copy of this NOTICE OF AWARD,
I
Dated this
/S day of
.
r~(1
1999.
1
AUGUSTA-RICHMOND COUNTY COMMISSION
AUGUSTA, GEORGIA
ACCEPTANCE:
By
~ Q:h ~ ~.a...--.,
'PruJPc..+ E.~ lnee"-
I
Title
I
Receipt of the above NOTICE OF
AWARD is hereby acknowledged by
I
~
,1999
I
9810-02-NQA, doc
NOA-1
I
IJ
IJ
IJ
IJ
IJ
IJ
IJ
IJ
IJ
IJ
AGREEMENT
THIS AGREEMENT, made on the e day of ~/'(6' , 19{j, by and
between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY
COMMISSION, party of the first part, hereinafter called the OWNER, and
party of the second part,
hereinafter called the CONTRACTOR.
WITNESSETH, that the Contractor and the Owner,
considerations hereinafter named, agree as follows:
for the
ARTICLE I - SCOPE OF THE WORK
The Contractor hereby agrees to furnish all of the materials and
all of the equipment and labor necessary, and to perform all of the work shown
on the plans and described in the specifications for the project entitled:
AUGUSTA WATER TREATMENT PLANT
CLEARWELL BAFFLING, VALVES &
CHEMICAL FEED MODIFICATIONS
and in accordance with the requirements and provisions of the Contract
Documents as defined in the General and Special Conditions hereto attached,
which are hereby made a part of this agreement.
ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES
The work to be performed under this Contract shall be commenced
within 10 calendar days after the date of written notice by the Owner to the
Contractor to proceed. All work shall be completed within 400 calendar days
with all such extensions of time as are provided for in the General
Conditions.
-
-.
It is hereby understood and mutually agreed, by and between the
Contractor and the Owne~, that the date of beginning, rate of progress and the
time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS
of this contract. Contractor agrees that said work shail be prosecuted
regularly, diligently, and uninterruptedly at such rate of progress as will
ensure full completion thereof within the time specified. It is expressly
understood and agreed by and between the Contractor and the Owner, that the
time for completion of the work described herein is a reasonable time for
completion of the same, taking into consideration the average climatic range
and construction conditions prevailing in this locality.
-
...
-.
-.
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE
WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree,
as a part of the consideration for the awarding of this contract, to pay the
Owner the sum of Three Hundred Dollars ($ 300.00), not as a penalty, but as
liquidated damages for such breach of contract as hereinafter set forth, for
each and every calendar day that the Contractor shall be in default after the
time stipulated in the Contract for completing the work,
-.
--
The said amount is fixed and agreed upon by and between the
Contractor and the Owner because of the impracticability and extreme
difficulty of fixing and ascertaining the actual damages the Owner would, in
such event, sustain, and said amounts shall be retained from time to time by
the Owner from current periodical estimates.
-.
--
9810-02-AGR,doc
AGR-l
.
I
I
It is further agreed that time is of the essence of each and every
portion of this Contract and the specifications wherein a definite portion and
certain length of time is fixed for the additional time is allowed for the
completion of any work, the new time limit fixed by extension shall be the
essence of this contract.
I
I
ARTICLE III - PAYMENT
(A) The Contract Sum
1
The Owner shall pay to the contractor for the performance of the
Contract the amount as stated in the Base Bid: Two Million Twenty Six
Thousand, Nine Hundred Sixty Nine and 00/100 Dollars ($ 2,026,969,00), No
variations shall be made in the amount except as set forth in the bid and
specifications attached hereto,
I
(B) Progress Payment
I
On no later than the fifth day of every month, the Contractor
shall submit to the Owner's Engineer an estimate covering the percentage of
the total amount of the Contract which has been completed from the start of
the job up to and including the last working day of the preceding month,
together with such supporting evidence as may be required by the Owner and/or
the Engineer. This estimate shall include only the quantities in place and
at the unit prices as set forth in the Bid Schedule.
I
1
On the "Ci ty' s vendor payment run" following approval of the
invoice for payment, the Owner shall after deducting previous payments made,
pay to the Contractor 90% of the amount of the estimate on units accepted in
place. The 10% retained percentage may be held by the Owner until the final
completion and acceptance of all work under the Contract.
I
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
I
I
(A) Upon receipt of written notice that the work is ready for
final inspection acceptance, the Engineer shall 't/ithin 10 days made such
inspection, and when he finds the work acceptable under the Contract and the
Contract fully performed, he will promptly issue a final certificate, over his
own signature, stating that the work required by this Contract has been
completed and is accepted by him under the terms and conditions thereof, and
the entire balance found to be due the Contractor, including the retained
percentage, shall be paid to the Contractor by the Owner within 15 days after
the date of said final certificate.
I
I
(B) Before final payment is due, the Contractor shall submit
evidence satisfactory to the Engineer that all payrolls, material bills, and
other indebtedness connected with work have been paid, except that in case of
disputed indebtedness of liens of evidence of payment of all such disputed
amounts when adjudicated in cases where such payment has not already been
guaranteed by surety bond.
I
I
(C) The making and acceptance of the final payment shall
constitute a waiver of all claims by the Owner, other than those arising from
unsettled liens, from faulty work appearing within 12 months after final
payment, from requirements of the specifications, or from manufacturer's
guarantees. It shall also constitute a waiver of all claims by the Contractor
except those previously made and still unsettled.
I
I
981O-02-AGR, doc
AGR-2
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(0) If after the 'Hork has been substantially completed, full
completion thereof is materially delayed through no fault of the Contractor,
and the Engineer, so certifies, the Owner shall upon cer~ification of the
Engineer, and without terminating the Contract, make pa~tmenc of the balance
due for ~hat ?ortion of the work fully completed and accep~ed.
governing
claims,
Each payment
final payment,
shall be made under the terms and conditions
except that it shall not cons~itute a 'Naiver of
}l.greemen t
original,
**
IN WITNESS WHEREOF, the
in three (3) counterparts, each
in the year and day first mentione
executed this
be deemed an
ha<Te
shall
( SE...n.L)
By:
INC.
c
As its
~~~
ecre~ary Yilt>" "t !;. WCl.\ \,e.r
~
Address: ~24 Eason Drive
Pooler, G~. .31322
* Notwithstanding any provision of the General Conditions, there shall be no substitution /1IPtJ
of materials that are not determined to be equivalent to those indicated or required in the /'
Contract Document, without an Amendment to the Contract.
9810-02-AGR.doc
AGR-3
I
1
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that
AQUA SOUTH CONSTRUCTION, INC.
(Name of Contractor)
124 Eason Drive, Pooler, GA 31322
(Address of Contractor)
a ~rgD~~Q^ ' hereinafter called Principal,
(Corporati n, Partnership or Individual)
and Selective Insurance Company of America
(Name of Surety)
Wantage Avenue, Branchville, NJ 07890
(Address of Surety
hereinafter called Surety, are held and firmly bound unto Augusta-Richmond
County, Georgia, (by and through its Commission), Municipal Building,
Augusta, Georgia 30911, hereinafter called OWNER, in the penal sum of Two
Million Twenty Six Thousand, Nine Hundred Sixty Nine and 00/100 Dollars
($2,026,969,OO)in lawful money of the United States, for the payment of
which sum well and truly to be made, we bind ourselves, successors, and
assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with the OWNER, dated the day of
, 1999, a copy of which is hereto attached and made a part
hereof for the construction of:
1
I
1
I
1
1
I
I
AUGUSTA WATER TREATMENT PLANT
CLEARWELL BAFFLING, VALVES &
CHEMICAL FEED MODIFICATIONS
I
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, includina
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 for all labor, performed in such work whether by subcontractor or
otherwise, then this obligation shall be void; otherwise to remain in full
force and effect,
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
thereunder or the specifications accompanying the same shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the
contract or to the work or to the specifications.
I
I
PROVIDED FURTHER, that no final settlement between the
Contractor shall abridge the right of any beneficiary
claim may be unsatisfied.
Owner and
hereunder,
the
whose
I
I
I
9810-02-?9.dOC
PB-1
I
I
I
IN WITNESS WHEREOF, this instrument
copies) counterparts, each one which shall
day of
in 2 (number of
original, this the
I
I
ATTEST:
1
cipal
H Q.n>l4 :J. WA.\'f;.-
Secretary
I
~
Wit ss to Principal
..3o~ J:1~fI -..- aw. .
(Address)
L/bO/el, j),A 3132-,....
I
By AQUA SOUTH CONSTRUCTION, INC,
124 Eason Drive, Pooler, GA 31322
(Address)
I
sruxmvE INSURANCE COMPANY
Of AMERICA
Surety
Ck-~~
CHARl.IS W. ~
ATTORNEY. 1M . FN:f
QA 4A 414&95
I
ATTEST:
1
JJet;i ~ary
~~A (}~
PA1.Mi:ittAt~V d;P~,Y..
25 BULL ST. I P.O, BOX 84"
SAVAN~A~~J~
912.231.~
I
(Address)
PALMER & CAY OF GEORGIA. ...Co
25 BULL ST, I P.. O. BOX ~)'
( SEAL) aAVANNAH. CiA 3140e
~12. 231 "6934
I
I
I
NOTE:
Date of Bond must not be prior to date of Contract.
If Contractor is Partnership, all partners should execute bond.
I
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized
to transact business in the State where the project is located.
I
I
I
I
9810-02-?B.doc
PB-2
I
I
I,
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: that
AQUA SOUTH CONSTRUCTION, INC.
(Name of Contractor)
1
I
124 Eason Drive, Pooler, GA 31322
(Address of Contractor)
1
a (O~iQnJi<l'" , hereinafter called Principal,
and (Corpor tion, Partnership, or Individual)
Selective Insurance Company of America
(Name of Surety)
Wantage Avenue, Branchville, NJ 07890
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto Augusta-Richmond
County, Georgia (by and through its Commission), Municipal Building,
Augusta, Georgia 30911, hereinafter called Owner, in the penal sum of
Two Million Twenty Six Thousand, Nine Hundred Sixty Nine and 00/100 Dollars
($ 2,026,969.00)in lawful money of the United States, for the payment of which sum
well and truly to be made, we bind ourselves, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with the Owner, dated the day of
, 1999, a copy of which is hereto attached and made a part
hereof for the construction of:
1
I
1
1
I
AUGUSTA WATER TREATMENT ?LANT
CLEARWELL BAFFLING, VALVES &
CHEMICAL FEED MODIFICATIONS
1
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, '"i th or without.
notice to the Surety and during the one year guaranty period, and if he
shall satisfy all claims and demands incurred under such contract and shall
fully indemnify and save harmless the Owner from all costs and damages
which it may suffer by reason of failure to do so, and shall reimburse and
repay the Owner all outlay and expense which the Owner may incur in making
good any default, then this obligation shall be void; otherwise to remain
in full force and effect.
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.
E'ROVIDED, 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
1
I
I
1
I
I
9810-02-Pf9.doc
PFB-1
1
I
I
IN WITNESS WHEREOF, this instrument ~s
each one which shall be deemed an
, 19
(Number) counterparts,
s the day of
1
ATTEST:
I
,
I:
(Principal) Secretary
y lIonnt. 5. Wd.lI.-.er
(SEAL)
By AQUA SOUTH CONSTRUCTION, INC,
124 Eason Drive, Pooler, GA 31322
(Address)
.;
I
~prinCiPal
~~ S'''- .
'(X)le~. 6'A- 3/~2.:l-
, (Address)
SELftTlVE INSURANCE COMPAM
OF AMERICA
I
1
Surety
1
ATTEST: 1? _ ~
(Surety) De~
~A~
PAU~IR 1&le,lffi bFtaE~i:tMc.
25 BULL ST, I P,. Q. BOX 847
tiA VAN NMticGA= 3bS:01
i12 . 231. Ci93i
By
~
Attorney-in-Fact
CKARlIS W. 8IILIR
ATTORNEY. IN . f'AGY
QA .414691
PALMER & tA'fiQ:EGEdRGIA, 1NG.
2S BUU ST. I P. 0. BOX 84l
MVANNAH. QA n~
~.231.'"
1
I
(SEAL)
1
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
1
9810-02-P,S.doc
PFB-2
I
1
I
1
1
1
I
I
1
I
I
1
I
I
I
1
I
-
S e1NSU RANCE
erove
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 fact, 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 hereby make, constitute and appoint CHARLES W. SEILER
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, undertakings, recognizances, contracts of indemnity. or other writings obligatory in the nature of a bond sub-
ject to the following limitations: NO ONE BOND TO EXCEED TWO MILLION DOLLARS ($2,000,000.00)
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 Vice President and its corporate seal to the hereto affixed this day of
~ 18TH
8 MAY ,19 98 &~OAlp~
o m~~~~ ~~
W ~ ~~
~ B~. ~
5 State of New Jersey EE GreaW-"Jr., eside II
..... \,' .-JI\ 926 l~
t3 County of Sussex \\'tt> ~-'/;; ~ l;: ~
On this 18TH day of MAY 98 19 before the subscribe~ No Ii te 0 ~ Jersey in
and for the County of Sussex duly commissioned and qualified, came F.F. Greaver. 1 r. of the Selective Insurance any 0 me nally known
to be the officer described herein, and who executed the preceding insrrument. and he acknowledged the execution 0 e =,,*d bei y me duly sworn,
deposed and said that he is an officer of said Company aforesaid; that the seal affixed to the preceding insrrument is the cor d Company, and the
said corporate seal and his signatute as officer were duly affIXed and subscribed to the said instrument by the authority and direCtion of the Company; that Article
VII, Section 13 of the By-Laws of said Company is now in force.
IN WITNESS WHEREOF, I have hereunto Set my hand and affIXed my official seal at BranchviUe. N~ Jersey this 18TH
day of MAY 98 19
JUDITII E. CHAMBERLAIN
NOTARY PUBUC Of NB\V JERSEY
My CorJJml~ ~ Oca. 17, 1998
The power of attorney is signed and sealed by facsimile under aiia by the authority 0
by the Board 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 facsimile 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....,.."
1. Parricia A. Fulkrod. Assistant Secretary of the Selective Insurance Company of America, do herebycenify that the above and foregoing is a true and correct copy
of a Power of Attorney executed by said Company which is still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affIXed the seal of said Company at B~~Jersey this
day of 19, ~ Q-cl~
Assistant Secretary
The REO border on tr.6t9:k t8(r91document has a securIty VOID background paHern. lilt IS not RED and the word VOID's Visible, lhis is nOI a certified copy, Telephone us at Area Code 201.948.3000,
DATE (MMIDDIYY)
6/17/99
Palmer & Cay of Georgia, Inc.
Savannah Commercial Lines
P. O. Box 847
Savannah, GA 31402
TIllS CERTIFICATE IS ISSUED AS A MAnER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TIllS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
L1C ELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A
Transcontinental Ins Co
SURED
I
AquaSouth Construction, Inc.
PO Box 747
COMPANY
B
Transportation Ins Co
COMPANY
Pooler
GA 31322
c
COMPANY
S IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITIISTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WffiCU TIllS
CERTIFICATE MAYBE ISSUED OR MA Y PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
CLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFF.
DATE (MMIDDIYY)
POLICY EXP.
DATE (MMIDDIYY)
LIMITS
COMM. GENERAL L1ABIUTY
CLAIMS MADE [1L] OCCUR
C156135070
7/30/98
7/30/99
GENERAL AGGREGATE
PROD-COMP/OP AGG.
PERS. & ADV. INJURY
EACH OCCURRENCE
FIRE DAMAGE(One Fire)
MED EXP(Any one person)
10
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X ffiRED AUTOS
X NON-OWNED AUTOS
C156135084
7/30/98
7/30/99
COMBINED SINGLE
LIMIT
1000000
BODILY INJURY
(per person)
BODILY INJURY
(per accldent)
PROPERTY DAMAGE
GARAGE LIABILITY
ANY AUTO
AUTO ONLY-EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
C156135098
7/30/98
7/30/99
EACH OCCURRENCE
AGGREGATE
1000000
1000000
STATUTORY LIMITS
WCC162165097
7/30/98
7/30/99
EACH ACCIDENT
DISEASE-POLlCY LIMIT
DISEASE-EACH EMPL.
100000
500000
100000
INCL
EXCL
C156135070
7/30/98
7/30/99
$150,000 Any One Item
$150,000 Aggregate
DESCRIPTION OF OPERA TIONSILOCA TIONSNEIDCLESISPEClAL ITEMS
Re: Augusta Water Treatment Plant, Clearwell Baffling, Valves and
Chemical Feed Modifications.
Commission
SHOUW ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON HE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATI
Augusta-Richmond County
c/o 605 Municipal Building
Augusta, Georgia 30911
',;,:,:,:,:",:",:.:.:.:.'.',
.....
....
I
I
NOTICE TO PROCEED
I
Dace
TO:
AQUA SOUTH CONSTRUCTION, INC.
124 EASON DRIVE
?OOLER, GA 31322
I
I
?ROJECT:
AUGUSTA WATER TREATMENT PLANT
CLEARWELL BAFFLING, VALVES &
C~EMICAL FEED MODIFICATIONS
I
The Contract for the above work is being signed today by che Cicy of
I
Augusta, Georgia. Two signed copies will be rnai~ed to you promptly.
You are hereby notified chat the commencement date of work in
I
accordance with the Agreemen~ dated is
I
and you are to complete the WORK 'l'Iithin 400 consecuci'Te calendar days
thereafcer. The date of complet~on of all WORK is cherefore
1
CITY OF AUGUSTA, GEORGIA
I
By
Ti;:l.e
I
ACCEPTANCE OF NOTICS
I
Receipt of the above NOTICE TO PROCEED
is hereby acknowledged by
I
chis the _____ day of
By
1
Title
I
1
I
9810-02-NTP,doc
NTP-l
I
1
CHANGE ORDER
I
Order ~lO.
Date
I
p.,greement Date
PROJECT:
AUGUSTA TREATMENT PLANT
CLEARWELL BAfFLING, VALVES &
CHEMICAL FEED MODIFICATIONS
I
I
OWNER:
CITY OF AUGUSTA, GEORGIA
CONTRACTOR: AQUA SOUTH CONSTRUCTION, INC.
I
The following changes are hereby made co the CONTRACT DOCUMENTS:
I
JUSTIFICATION:
I
CHANGE TO CONTRACT PRICS:
I
Original CONTRACT PRICE
$
I
Cur~enc CONTRF.CT PRICE adjusced
by previous CHANGE ORDERS
I
The CONTRACT PRICE due to this
CHANGE ORDER will be (increased)
(dec~eased) by:
$
I
New CONTRACT PRICE including this CHANGE ORDER
s
CHANGE TO CONTRACT TIME:
I
I
The CONTRACT TIME will be (increased) (decreased) by
calendar days.
The date for complecion of all work will be
(Dace) ,
Requested by
I
Recommended by
I
Ordered by
I
Accepted by
9810-02-CQ,doc
CO-l
I
I
I
I
I
I
I
I
I
I
I
INDEX
TO
GENERAL CONDITIONS
ARTICLE 1 - DEFINITIONS",."..",.,..."",."..,.,.,..".".." 1-4
ARTICLE 2 - PRELIMINARY MATTERS,..,....,."."".",.,.""".." 5-6
ARTICLE 3 - CONTRACT DOCUMENTS, INTENT, AMENDING, REUSE,...,..,., 6-8
ARTICLE 4 - AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; ,..""., 8-11
REFERENCE POINTS
ARTICLE 5 - BONDS AND INSURANCE""....."..",.,.....,....,...., 11-16
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES",.",."".,.,.""." 16-24
ARTICLE 7 - OTHER WORK"..." , , . . . , , . . , , , . , . , , , . , . , . , . . . . . , , , , . , , 25
ARTICLE 8 - OWNER'S RESPONSIBILITIES."..,.",....".,.",..",.. 25-26
ARTICLE 9 - PROFESSIONAL'S STATUS DURING CONSTRUCTION...."...." 26-29
ARTICLE 10 - CHANGES IN THE WORK.........."".".."",......".. 29-30
ARTICLE 11 - CHANGE OF CONTRACT PRICE"",...,.,..."".,."""" 30-35
ARTICLE 12 - CHANGE OF CONTRACT TIME"..,,"..""...""...."". 35-36
ARTICLE 13 - WARRANTY & GUARANTEE; TESTS AND INSPECTIONS: ,....." 36-40
CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
-
I
I
I
I
I
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION."".,..""... 40-45
ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION.,....".......".. 45-48
ARTICLE 16 - DISPUTE RESOLUTION...........",...",...,..",....., 4 8
ARTICLE 17 - MISCELLANEOUS",.."......",..,.".....""...""., 48-50
I
I
I
GENERAL CONDITIONS
ARTICLE I--DEFINITIONS
I
Wherever used in these General Conditions or in the other Contract Documents
the following terms have the meanings indicated which are applicable to both
the singular and plural thereof:
I
Addenda-Any changes, revisions of clarifications of the Contract Documents
which have been duly issued by COUNTY to prospective Bidders prior to the time
of opening of Bids,
I
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work
to be performed: other Contract Documents are attached to the Agreement and
made a part thereof as provided therein.
I
Application for Payment-The form accepted by PROFESSIONAL which is to be used
by CONTRACTOR in requesting progress or final payments and which is to include
such supporting documentation as is required by the Contract Documents,
I
Bid-The offer or proposal of the bidder submitted on the prescribed form
setting forth the price(s} for the Work to be performed.
I
Bonds-Bid, performance and payment bonds and other instruments of security
furnished by CONTRACTOR and its Surety in accordance with the Contract
Documents.
I
Change Order--A document recommended by PROFESSIONAL, which is signed by
CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the
Work, or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement,
I
Contract Documents-The Agreement, Addenda (which pertain to the Contract
Documents), CONTRACTOR's Bid (including documentation accompanying the Bid
and any post-Bid documentation submitted prior to the Notice of Award) when
attached as an exhibit to the Agreement, the Bonds, these General Conditions,
the Supplementary Conditions, the Plans, Specifications and the Drawings as
the same are more specifically identified in the Agreement, Certificates of
Insurance, Notice of Award, and Change Order duly delivered after execution
of Contract, together with all amendments, modifications and supplements
issued pursuant to paragraphs 3.4 and 3.5 or after the Effective Date of the
Agreement.
.
.
I
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract
Documents as stated in the Agreement (subject to the provisions of paragraph
11.9,1 in the case of Unit Price Work),
-
.
Contract Time-The number of days (computed as provided in paragraph 17.2) or
the date stated in the Agreement for the completion of the Work,
-
CONTRACTOR-The person, firm or corporation with whom OWNER has entered into
the Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions
of the State of Georgia, the Augusta-Richmond County Commission, and its
1
I
I
authorized designees, agents, or employees,
I
Day-Either a working day or calendar day as specified in the bid documents.
If a calendar day shall fall on a legal holiday that day will be omitted from
the computation, Legal Holidays: New Year's Day, Martin Luther King Day,
Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the
following Friday, and Christmas Day.
I
Defective-An adjective which when modifying the word Work refers to Work that
is unsatisfactory, faulty or deficient, or does not conform to the Contract
Documents, or does not meet the requirements of any inspection, reference
standard, test or approval referred to in the Contract Documents, or has been
damaged prior to PROFESSIONAL's recommendation of final payment, unless
responsibility for the protection thereof has been assumed by OWNER at
Substantial Completion in accordance with paragraph 14,8 or 14,10),
I
I
Drawings-The drawings which show the character and scope of the Work to be
performed and which have been prepared or approved by PROFESSIONAL and are
referred to in the Contract Documents,
I
Effective Date of the Agreement-The date indicated in the Agreement on which
it becomes effective, but if no such date is indicated it means the date on
which the Agreement is signed by the Mayor of the Augusta, Georgia,
I
Field Order-A written order issued by PROFESSIONAL that modifies Drawings and
Specifications, but which does not involve a change in the Contract Price or
the Contract Time.
I
I
General Requirements-Sections of Division I of the Specifications,
Laws and Regulations: Laws or Regulations-Laws.
ordinances, codes and/or orders.
rules,
regulations,
I
Notice of Award-The written notice by OWNER to the apparent successful bidder
stating that upon compliance by the apparent successful bidder with the
conditions precedent enumerated therein, within the time specified, OWNER
will sign and deliver the Agreement,
-
I
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy
to PROFESSIONAL) fixing the date on which the Contract Time will commence to
run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations
under the Contract Documents,
I
I
OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission,
Partial Utilization-Placing a portion of the Work in service for the purpose
for which it is intended for a related purpose) before reaching Substantial
Completion for all the Work.
I
Professional-The Architectural/Engineering firm or individual or in-house
licensed person designated to perform the design and/or resident engineer
services for the Work.
I
Project-The total construction of which the Work to be provided under the
Contract Documents may be the whole, or a part as indicated elsewhere in the
I
.
.
-
2
-
I
I
I
I
I
I
I
I
I
I
I
-
.
.
I
-
-
.
.
-
Contract Documents,
Project Area-The area within which are the specified Contract Limits of the
improvements contemplated to be constructed in whole or in part under this
Contract.
Project Manager-The professional in charge, serving COUNTY with
architectural or engineering services, his successor, or any other person
or persons, employed by said COUNTY, for the purpose of directing or having
in charge the work embraced in this Contract.
Resident Project Representative-The authorized representative of PROFESSIONAL
who is assigned to the site or any part thereof,
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data
which are specifically prepared by or for CONTRACTOR to illustrate some
portion of the Work and all illustrations, brochures, standard schedules,
performance charts, instructions, diagrams and other information prepared by
a Supplier and submitted by CONTRACTOR to illustrate material or equipment for
some portion of the Work,
Specifications-Those portions
technical descriptions of
standards and workmanship as
details applicable thereto,
of the Contract Documents consisting of written
materials, equipment, construction systems,
applied to the Work and certain administrative
Subcontractor-An individual, firm or corporation having a direct contract with
CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of
the Work at the site.
Substantial Completion-The Work (or a specified part thereof) has progressed
to the point where, in the opinion of PROFESSIONAL as evidenced by
PROFESSIONAL's definitive certificate of Substantial Completion, it is
sufficiently complete, in accordance with the Contract Documents, so that the
Work (or specified part) can be used for the purposes for which it is
intended, or if there be no such certificate issued, when final payment is due
in accordance with paragraph 14,13. The terms "substantially complete" and
"substantially completed" as applied to any Work refer to Substantial
Completion thereof.
Supplementary Conditions-The part of the Contract Documents which amends or
supplements these General Conditions,
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or
vendor.
Underground Facilities-All pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels or other such facilities or attachments, and
any encasement containing such facilities which have been installed
underground to furnish any of the following services or materials,
electricity, gases, steam, liquid petroleum products, telephone or other
communications, cable television, sewage and drainage removal, traffic or
other control systems or water.
Unit Price Work-Work to be paid for on the basis of unit prices.
3
I
I
Work-The entire completed construction or the various separately identifiable
parts thereof required to be furnished under the Contract Documents, Work is
the result of performing services, furnishing labor and furnishing and incor-
porating materials and equipment into the construction, and furnishing
documents, all as required by the Contract Documents,
I
I
Work Directive Change-A written directive to CONTRACTOR, issued on or after
the Effective Date of the Agreement and signed by OWNER and recommended by
PROFESSIONAL, ordering an addition, deletion or revision in the Work, or
responding to differing or unforeseen physical conditions under which the Work
is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under
paragraph 6,22. A Work Directive Change may not change the Contract Price or
the Contract Time, but is evidence that the parties expect that the change
directed or documented by a Work Directive Change will be incorporated in a
subsequently issued Change Order following negotiations by the parties as to
its effect, if any, on the Contract Price or Contract Time as provided in
Article 10.
I
I
I
Written Amendment-A written amendment of the Contract Documents, signed by
OWNER and CONTRACTOR on or after the Effective Date of the Agreement and
normally dealing with the non-engineering or nontechnical rather than strictly
Work-related aspects of the Contract Documents.
I
I
I
I
I
I
I
I
I
I
.
I
4
...
I
I
I
ARTICLE 2-PRELIMINARY MATTERS
Deli very of Bonds:
I
I
2.1, When CONTRACTOR delivers the executed Agreements to OWNER,
CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be
required to furnish in accordance with these Contract Documents.
Cqpies of Documents:
I
2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR,
at no cost, one (1) complete set of the Contract Documents for execution of
the work. Additional sets of the project manual and drawings and/or
individual pages or sheets of the project manual or drawings will be furnished
by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will
be OWNER's standard charges for printing and reproduction,
I
Commencement of Contract Time, Notice to Proceed:
I
2.3, The Contract Time shall commence as established in the Notice to
Proceed, A Notice to Proceed may be given at any time after the Effective Date
of the Contract,
I
Starting the Project:
I
2.4, CONTRACTOR shall begin the Work on the date the Contract Time
commences, No Work shall be done prior to the date on which the Contract Time
commences, Any Work performed by CONTRACTOR prior to date on which Contract
Time commences shall be at the sole risk of CONTRACTOR,
I
Before Starting Construction:
I
2.5. Before undertaking each part of the Work, CONTRACTOR shall
carefully study and compare the Contract Documents and check and verify
pertinent figures shown thereon and all applicable field measurements,
CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict,
error, ambiguity, or discrepancy which CONTRACTOR may discover and shall
obtain a written interpretation or clarification from PROFESSIONAL before
proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER
for failure to report any conflict, effort, ambiguity or discrepancy in the
Contract Documents, if CONTRACTOR knew or reasonably should have known
thereof.
I
I
I
2,6, Within ten days after the Effective Date of the Agreement unless
otherwise specified in the General Requirements), CONTRACTOR shall submit to
PROFESSIONAL AND PROJECT MANAGER for review:
I
2,6,1. an estimated progress schedule indicating the starting and
completion dates of the various stages of the Work:
and
2,6,2, a preliminary schedule of Shop Drawing and Sample submissions:
.
.
.
.
5
-
I
I
2.6,3, a preliminary schedule of values for all of the Work which will
include quantities and prices of items aggregating the Contract Price and will
subdivide the Work into component parts in sufficient detail to serve as the
basis for progress payments during construction, Such prices will include an
appropriate amount of overhead and profit applicable to each item of Work
which will be confirmed in writing by CONTRACTOR at the time of submission.
I
2.7, Before any Work at the site is started, CONTRACTOR shall deliver
to OWNER, with copies to each additional insured identified in the
Supplementary Conditions, an original policy or certified copies of each
insurance policy (and other evidence of insurance which COUNTY may reasonably
request) which CONTRACTOR is required to purchase and maintain in accordance
with Article 5.
I
I
I
Pre-construction Conference:
2,8. Before any Work at the site is started, a conference attended by
CONTRACTOR, Project Manager, Professional and others as appropriate will be
held to establish a working understanding among
the parties as to the Work and to discuss the schedules referred to in 2,6,
procedures for handling Shop Drawings and other submittals, processing
applications for payment and maintaining required records,
I
I
Fina~izing Schedul.es:
I
2,9. At least ten days before submission of the first Application for
Payment a conference attended by CONTRACTOR, PROFESSIONAL and Project Manager
and others as appropriate will be held to finalize the schedules submitted in
accordance with paragraph 2,6, CONTRACTOR shall have an additional ten (10)
calendar days to make corrections and adjustments and to complete and
resubmit the schedules, No progress payment shall be made to CONTRACTOR until
the schedules are submitted to and acceptable to Project Manager and
PROFESSIONAL as provided below. The finalized progress schedule will be
acceptable to Project Manager and PROFESSIONAL as providing an orderly
progression of the Work to completion within any specified Milestones and the
Contract Time, but such acceptance will neither impose on PROFESSIONAL
responsibility for the sequencing, scheduling or progress of the Work nor
interfere with or relieve CONTRACTOR from full responsibility therefor, The
finalized schedule of Shop Drawing submissions and Sample submissions will be
acceptable to PROFESSIONAL as providing a workable arrangement for reviewing
and processing the submissions. CONTRACTOR's schedule of values shall be
approved by PROFESSIONAL as to form and substance,
I
I
I
I
CONTRACTOR, in addition to preparing an initially
shall be responsible for maintaining the schedule,
schedule, Schedule updates shall include progression of
scheduled progress on work, Schedule updates shall
request,
acceptable schedule,
including updating
work as compared to
accompany each pay
I
I
ARTICLE 3-CON'l'RACT DOCtlMI!:N'l'S; IN'1'BNT,
AMENDING, REUSE
I
Intent:
3.1, The Contract Documents comprise the entire agreement between OWNER
I
I
6
I
I
I
I
and CONTRACTOR concerning the Work, The Contract Documents are complementary:
what is called for by one is as binding as if called for by all, The Contract
Documents will be construed in accordance with the law of the State of
Georgia,
I
I
3,2. It is the intent of the Contract Documents to describe a
functionally complete Project (or part thereof) to be constructed in
accordance with the Contract Documents. Any Work, materials or equipment that
may reasonably be inferred from the Contract Documents or from prevailing
custom or trade usage as being required to produce the intended result will
be supplied whether or not specifically called for. When words or phrases
which have a well-known technical or construction industry or trade meaning
are used to describe Work, materials or equipment, such words shall be
interpreted in accordance with that meaning,
I
I
3.3, Except as otherwise specifically stated in the Contract Documents
or as may be provided by amendment or supplement thereto issued by one of the
methods indicated in 3.6 or 3,7, the provisions of the Contract Documents
shall take precedence in resolving any conflict, error, ambiguity or
discrepancy between the provisions of the Contract Documents and the
provisions of any such standard, specification, manual, code or instruction
(whether or not specifically incorporated by reference in the Contract
Documents)and the provisions of any such Laws or Regulations application to
the performance of the Work (unless such an interpretation of the provisions
of the Contract Documents would result in violation of such Law or
'Regulation). Clarifications and interpretations of the Contract Documents
shall be issued by PROFESSIONAL as provided in paragraph 9,4,
I
I
I
3.4. Reference to standards, specifications, manuals or codes of any
technical society, organization or association, or to the Laws or Regulations
of any governmental authority, whether such reference be specific or by
implication, shall mean the latest standard, specification, manual, code or
Laws or Regulations in effect at the time of opening of Bids (or, on the
Effecti ve Date of the Agreement if there were no Bids), except as may be
otherwise specifically stated in the Contract Documents.
I
I
I
3,5. If, during the performance of the Work, CONTRACTOR discovers any
conflict, error, ambiguity or discrepancy within the Contract Documents or
between the Contract Documents and any provision of any such Law or Regulation
applicable to the performance of the Work or of any such standard,
specification, manual or code or of any instruction of any Supplier referred
to in 6,7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and
before proceeding with the Work affected thereby shall obtain a written
interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall
not be liable to OWNER or PROFESSIONAL for failure to report any conflict,
error ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had
actual knowledge thereof or should reasonably have known thereof.
I
I
Amenc:lil1g and Supp~ementing Contract Documents:
I
3.6. The Contract Documents may be amended to provide for additions.
deletions and revisions in the Work or to modify the terms and conditions
thereof in one or more of the following ways:
I
3,6.1. a formal Written Amendment,
-
-
.
7
-
I
I
3,6.2, a Change Order (pursuant to paragraph 10.3), or
I
3.6,3. a Work Directive Change (pursuant to paragraph 10.4).
3.7, In addition. the requirements of the Contract Documents may be
supplemented, and minor variations and deviations in the Work may be
authorized, in one or more of the following ways:
I
I
As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may
only be changed by a Change Order or a Written Amendment,
3.7.1. a Field Order (pursuant to paragraph 9.5).
I
3.7,2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to
paragraphs 6,24 and 6,26), or
3.7.3, PROFESSIONAL's written interpretation or certification (pursuant
to paragraph 9.4),
I
Reuse of documents:
I
3.8, Neither CONTRACTOR nor any Subcontractor or Supplier or other
person or organization performing or furnishing any of the Work under a direct
or indirect contract with OWNER shall have or acquire any title to or
ownership rights in any of the Drawings, Specifications or other documents
(or copies oil any thereof) prepared by or bearing the seal of PROFESSIONAL
or PROFESSIONAL's consultant; and they shall not reuse such Drawings,
Specifications or other documents (or copies of any thereof) on extensions of
the Project or any other project without written consent of OWNER and
PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL,
I
I
ARTICLE 4-AVAILABILITY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
I
Avai~abi~i ty of Laz1ds:
I
4.1. OWNER shall furnish as indicated in the Contract Documents, the
lands upon which the Work is to be performed, rights-of-way and easements for
access thereto, and such other lands which are designated for the use of CON-
TRACTOR. Necessary easements or rights-of-way will be obtained and expenses
will be borne by OWNER, If CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments in the Contract
Price or the Contract Times as a result of any delay in OWNER's furnishing
these lands, rights-of-way or easements, the CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for
all additional lands and access thereto that may be required for temporary
construction facilities or storage of materials and equipment,
I
I
I
Physica~ Condi tions:
4.2.1, Explorations and Reports: Reference is made to the Supplementary
Conditions for identification of those reports of explorations and tests of
subsurface conditions at or contiguous to the site that have been utilized
in preparing the Contract Documents, and those drawings of physical conditions
in or relating to existing surface or subsurface structures at or contiguous
I
I
8
I
I
I
I
I
to the site (except Underground Facilities) that have been utilized in
preparing the Contract Documents,
I
4,2,2, CONTRACTOR may rely upon the general accuracy of the "technical
data n contained in such reports and drawings, Such "technical data" is
identified in the Supplementary Conditions, Except for such reliance on such
"technical data," CONTRACTOR may not rely upon or make any claim against
OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to:
I
4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's
purposes, including, but not limited to, any aspects of the means, methods,
techniques, sequences and procedures of construction to be employed by
CONTRACTOR and safety precautions and programs incident thereto, or
4.2.2.2. other data, interpretations, opinions and information contained
in such reports or shown or indicated in such drawings, or
I
I
4.2.2.3, any CONTRACTOR interpretation of or conclusion drawn from any
"technical data" or any such data, interpretations, opinions or information,
I
4.2.3, If conditions are encountered, excluding existing utilities, at
the site which are (1) subsurface or otherwise concealed physical conditions
which differ materially from those indicated in the Contract Documents or (2)
unknown physical conditions of an unusual nature, which differ materially from
those ordinarily found to exist and generally recognized as inherent in
construction activities of the character provided for in the Contract
Documents, then CONTRACTOR shall give COUNTY notice thereof promptly before
conditions are disturbed and in no event later than 48 hours after first
observance of the conditions.
I
I
I
4.2.4. The Project Manager and PROFESSIONAL shall promptly investigate
such conditions, and, if they differ materially and cause an increase or
decrease in CONTRACTOR's cost of, or time required for, performance of any
part of the Work, the Project Manager and PROFESSIONAL shall recommend an
equitable adjustment in the Contract Price or Contract Time, or both. If the
Project Manager and PROFESSIONAL determines that the conditions at the Site
are not materially different from those indicated in the Contract Documents
or are not materially different from those ordinarily found and that no change
in the terms of the Contract is justified, the PROFESSIONAL shall notify
CONTRACTOR of the determination in writing. The Work shall be performed after
direction is provided by the PROFESSIONAL.
-
.
.
PhysiClU Condi tions-Underground Facil.i ties:
I
4.3.1. Shown or Indicated: The information and data shown or indicated
in the Contract Documents with respect to existing Underground Facilities at
or contiguous to the site is based on information and data furnished to OWNER
or PROFESSIONAL by OWNERs of such Underground Facilities or by others, Unless
it is otherwise expressly provided in the Supplementary Conditions:
I
.
-
-
4,3,1.1, OWNER and PROFESSIONAL shall not be responsible for the
accuracy or completeness of any such information or data: and
!!!!
4.3.1.2. The cost of all of the following will be included in the
Contract Price and CONTRACTOR shall have full responsibility for reviewing and
checking all such information and data, for locating all Underground
Facilities shown or indicated in the Contract Documents. for coordination of
9
I
I
the Work with the OWNERs of such Underground Facilities during construction.
for the safety and protection thereof as provided in paragraph 6.20 and
repairing any damage thereto resulting from the Work, the cost of all of which
will be considered as having been included in the Contract Price.
I
4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered
or revealed at or contiguous to the site which was not shown or indicated in
the Contract Documents and which CONTRACTOR could not reasonably have been
expected to be aware of, CONTRACTOR shall, promptly after becoming aware
thereof and before performing any Work affected thereby except in an emergency
as permitted by paragraph 6.22), identify the owner of such Underground
Facility and give written notice thereof to that owner and to OWNER and
PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to
determine he extent to which the Contract Documents should be modified to
reflect and document the consequences of the existence of the Underground
Facility, and the Contract Documents will be amended or supplemented to the
extent necessary. During such time, CONTRACTOR shall be responsible for the
safety and protection of such Underground Facility as provided in paragraph
6,20, CONTRACTOR shall be allowed an increase in the Contract Price or an
extension of the Contract Time, or both, to the extent that they are
attributable to the existence of any Underground Facility that was not shown
or indicated in the Contract Documents and which CONTRACTOR could not
reasonably have been expected to be aware of. If the parties are unable to
agree as to the amount or length thereof, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12,
I
I
I
I
I
I
4.4. OWNER shall provide Engineering surveys to establish reference
points for construction which in PROFESSIONAL' s judgment are necessary to
enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible
for laying out the Work (unless otherwise specified in the General
Requirements), shall protect and preserve the established reference points and
shall make no changes or relocations without the prior written approval of
OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point
is lost or destroyed or requires relocation because of necessary changes in
grades or locations, and shall be responsible for the accurate replacement or
relocation of such reference points by professionally qualified personnel,
I
Reference Points:
I
I
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
I
4.5 COUNTY shall be responsible for any Asbestos, PCBs, Petroleum,
Hazardous Waste or Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work and which may
present a substantial danger to persons or property exposed thereto in
connection with the Work at the site, COUNTY shall not be responsible for any
such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or
anyone else for whom CONTRACTOR is responsible.
I
I
4,6 CONTRACTOR shall immediately: (i) stop all work in connection with
such hazardous condition and in any area affected thereby (except in an
emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and
thereafter confirm such notice in writing). OWNER shall promptly consult with
PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert
to evaluate such hazardous condition or take corrective action, if any,
I
I
I
10
-
.
-
I
I
I
CONTRACTOR shall not be required to resume Work in connection with such
hazardous condition or in any such affected area until after OWNER has
obtained any required permits related thereto and delivered to CONTRACTOR
special written notice (i) specifying that such condition and any affected
area is or has been rendered safe for the resumption of Work, or (ii)
specifying any special conditions under which such Work may be resumed safely,
If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or
extent of an adjustment, if any, in Contract Price or Contract Times as a
result of such Work stoppage or such special conditions under which Work is
agreed by CONTRACTOR to be resumed, either party may make a claim therefor as
provided in Articles 11 and 12,
I
I
I
4.7 If after receipt of such special written notice, CONTRACTOR does
not agree to resume such Work based on a reasonable belief it is unsafe, or
does not agree to resume such Work under such special conditions, then
CONTRACTOR may order such portion of the Work that is in connection with such
hazardous conditions or in such affected area to be deleted from the Work.
If COUNTY and CONTRACTOR cannot agree as to entitlement to or the amount or
extent of an adjustment, if any, in Contract Price or Contract Times as a
result of deleting such portion of the Work, then either party may make a
claim therefor as provided in Articles 11 and 12, COUNTY may have such
deleted portion of the Work performed by COUNTY's own forces or others in
accordance with Article 8.
I
I
I
4.7.1 The provisions of 4,2 and 4.3 are not intended to apply to
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered
or revealed at the site,
I
ARTICLE 5-BONDS AND INSURANCE
I
PerfOJ:mance and Other Bonds:
I
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an
amount at least equal to the Contract Price as Security for the faithful
performance and payment of all CONTRACTOR's obligations under the Contract
Documents. These Bonds shall remain in effect at least until one year after
the date when final payment becomes due, except as otherwise provided by Law
or Regulation or by the Contract Documents. CONTRACTOR shall also furnish
such other Bonds as are required by the Supplementary Conditions, All Bonds
shall be in the forms prescribed by Law or Reputation or by the Contract
Documents and be executed by such sureties as are named in the current list
of "Companies Holding Certificates of Authority as Acceptable Sureties on
Federal Bonds, and as Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury
Department, All Bonds signed by an agent must be accompanied by a certified
copy of the authority to act,
I
I
I
Licensed. Sureties and Insurers; Certificates of Insurance
I
5.2.1 All bonds and insurance required by the Contract Documents to be
purchased and maintained by CONTRACTOR shall be obtained from surety or
insurance companies that are duly licensed or authorized in the State of
Georgia to issue bonds or insurance policies for the limits and coverages so
required. All bonds signed by an agent must be accompanied by a certified
copy of authority to act. Such surety and insurance companies shall also meet
such additional requirements and qualifications as may be provided in the
-
-
.
-
-
.
11
I
I
Supplementary Conditions.
I
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each
additional insured identified in 5.3, an original or a certified copy of the
complete insurance policy for each policy required, certificates of insurance
(and other evidence of insurance requested by OWNER or any other additional
insured) which CONTRACTOR is required to purchase and maintain in accordance
with 5.3.
I
5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared
a bankrupt or becomes insolvent or its right to do business is terminated in
any state where any part of the Project is located or it ceases to meet the
requirements of paragraph 5,1. CONTRACTOR shall within five days thereafter
substitute another Bond and Surety, both of which must be acceptable to OWNER,
I
I
CONTRACTOR. 's Liabi1i ty Insurance:
I
5.3. CONTRACTOR shall purchase and maintain such comprehensive general
liability and other insurance as is appropriate for the Work being performed
and furnished and as will provide protection from claims set forth below which
may arise out of or result from CONTRACTOR's performance and furnishing of the
Work and CONTRACTOR's other obligations under the Contract Documents, whether
it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by
anyone directly or indirectly employed by any of them to perform or furnish
any of the Work, or by anyone for whose acts any of them may be liable:
I
I
5,3.1, Claims under workers' or workmen's compensation . disability
benefits and other similar employee benefit acts;
I
5,3.2. Claims for damages because of bodily injury, occupational
sickness or disease, or death of CONTRACTOR's employees;
I
5.3.3. Claims for damages because of bodily injury, sickness or disease,
or death of any person other than CONTRACTOR's employees;
I
5,3.4. Claims for damages insured by personal injury liability coverage
which are sustained (a) by any person as a result of an offense directly or
indirectly related to the employment of such person by CONTRACTOR, or (b) by
any other person for any other reason;
5.3.5, Claims for damages, other than to the Work itself, because of
injury to or destruction of tangible property wherever located, including
loss of use resulting therefrom;
I
I
5.3,6, Claims arising out of operation of Laws or Regulations for
damages because of bodily injury or death of any person or for damage to
property; and
I
5,3.7. Claims for damages because of bodily injury or death of any
person or property damage arising out of the ownership, maintenance or use of
any motor vehicle.
I
The insurance required by this paragraph 5.3 shall include the specific
coverages and be written for not less than the limits of liability and
coverages provided in the Supplementary Conditions, or required by law,
whichever is greater. The comprehensive general liability insurance shall
I
12
I
.
.
I
I
I
include completed operations insurance, All of the policies of insurance so
required to be purchased and maintained lot the certificates or other evidence
thereof) shall contain a provision or endorsement that the coverage afforded
will not be canceled, materially changed or renewal refused until at least
thirty days' prior written notice has been given to OWNER and PROFESSIONAL by
certified mail, All such insurance shall remain in effect until final payment
and at all times thereafter when CONTRACTOR may be correcting, removing or
replacing defective Work in accordance with paragraph 13.12. In addition,
CONTRACTOR shall maintain such completed operations insurance for at least two
years after final payment and furnish OWNER with evidence of continuation of
such insurance at final payment and one veal thereafter,
I
I
I
Con t:ractua~ Liabi~i ty Insurance:
I
5,4, The comprehensive general liability insurance required by paragraph
5.3 will include contractual liability insurance applicable to CONTRACTOR's
obligations under paragraphs 6.32 and 6.33,
I
Owner's Liabi~i ty Insurance:
I
5,5. OWNER shall be responsible for purchasing and maintaining OWNER's
own liability insurance, and/or Risk Retention Program, and, at OWNER's
option, may purchase and maintain such insurance as will protect OWNER against
claims which may arise from operations under the Contract Documents,
Property Insurance:
I
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER
shall purchase and maintain property insurance upon the Work at the site to
the full insurable value thereof (subject to such deductible amounts as may
be provided in the Supplementary Conditions or required by Laws and
Regulations) . This insurance shall include the interests of OWNER,
CONTRACTOR, Subcontractors, PROFESSIONAL and PROFESSIONAL's consultants in
the Work, all of whom shall be listed as insureds or additional insured
parties, shall insure against the perils of fire and extended coverage and
shall include "all risk" insurance for physical loss and damage including
theft, vandalism and malicious mischief, collapse and water damage, and such
other perils as may be provided in the Supplementary Conditions, and shall
include damages, losses and expenses arising out of or resulting from any
insured loss or incurred in the repair or replacement of any insured property
(including but not limited to fees and charges of PROFESSIONALs, architects,
attorneys and other PROFESSIONALs). If not covered under the "all risk"
insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR
shall purchase and maintain similar property insurance on portions of the Work
stored on and off the site or in transit when such portions of the Work are
to be included in an Application for Payment,
I
I
I
I
I
5.7. OWNER shall purchase and maintain such boiler and machinery
insurance or additional property insurance as may be required by the
Supplementary Conditions or Laws and Regulations which will include the
interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND
PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured
or additional insured parties.
I
.
.
5,8. All the policies of insurance (or the certificates or other
-
.
-
13
I
I
evidence thereof) required to be purchased and maintained by OWNER in
accordance with paragraphs 5,6 and 5.7 will contain a provision or endorsement
that the coverage afforded will not be canceled or materially changed or
renewal refused until at least thirty days prior written notice has been given
to CONTRACTOR by certified mail and will contain waiver provisions in
accordance with paragraph of 5.11.2.
I
I
5,9. OWNER shall not be responsible for purchasing and maintaining any
property insurance to protect the Interests of CONTRACTOR, Subcontractors or
others in the Work to the extent of any deductible amounts that are provided
in the Supplementary Conditions. The risk of loss within the deductible
amount, will be borne by CONTRACTOR, Subcontractor or others suffering any
such loss and if any of them wishes property insurance coverage within the
limits of such amounts, each may purchase and maintain it at the purchaser's
own expense.
I
I
5,10. If CONTRACTOR requests in writing that other special insurance
be included in the property insurance policy, OWNER shall, if possible,
include such insurance, and the cost thereof will be charged to CONTRACTOR by
appropriate Change Order or Written Amendment, Prior to commencement of the
Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such
other insurance has been procured by OWNER.
I
I
Waiver of Rigbts:
I
5.11.1, OWNER and CONTRACTOR waive all rights against each other for
all losses and damages caused by any of the perils covered by the policies of
insurance provided in response to paragraphs 5,6 and 5,7 and other property
insurance applicable to the Work, and also waive all such rights against the
Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties
named as insureds in such policies for losses and damages so caused. As
required by paragraph 6.11, each subcontract between CONTRACTOR and a
Subcontractor will contain similar waiver provisions by the Subcontractor in
favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all
other parties named as insureds. None of the above waivers shall extend to the
rights that any of the insured parties may have to the proceeds of' insurance
held by OWNER as trustee or otherwise payable under any policy so issued,
I
I
I
5.11.2, OWNER and CONTRACTOR intend that policies provided in response
to paragraphs 5,6 and 5,7 shall protect all of the parties insured and provide
primary coverage for all losses and damages caused by the perils covered
thereby, Accordingly, all such policies shall contain provisions to the effect
that in the event of payment of any loss or damage the insurer will have no
rights of recovery against any of the parties named as insureds additional
insureds, and if the insurers require separate waiver forms to be signed by
PROFESSIONAL or PROFESSIONAL's consultant OWNER will obtain the same, and if
such waiver forms are required of any Subcontractor, CONTRACTOR will obtain
the same.
I
I
I
Receipt and App~ica tion of Proceeds:
I
5.12, Any insured loss under the policies of insurance required by
paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER
as trustee for the insureds, as their interests may appear, subject to the
requirements of any applicable mortgage clause and of paragraph 5.13~ OWNER
shall deposit in a separate account any money so received, and shall
I
I
14
.
.
I
I
I
distribute it in accordance with such agreement as the parties in interest may
reach, If no other special agreement is reached the damaged Work shall be
repaired or replaced, the moneys so received applied on account thereof and
the Work and the cost thereof covered by an appropriate Change Order or
Written Amendment.
I
Receipt and Application of Insurance Proceeds
I
5,13. OWNER as trustee shall have power to adjust and settle any loss
with the insurers unless one of the parties in interest shall object in
writing within fifteen days after the occurrence of loss to OWNER's exercise
of this power. If such objection be made, OWNER as trustee shall make set-
tlement with the insurers in accordance with such agreement as the parties in
interest may reach, If required in willing by any party in interest, OWNER as
trustee shall, upon the occurrence of an insured loss, give bond for the
proper performance of such duties.
I
I
Acceptance of Insurance:
I
5,14, If OWNER has any objection to the coverage afforded by or other
provisions of the insurance required to be purchased and maintained by
CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not
complying with the Contract Documents, OWNER shall notify CONTRACTOR in
writing thereof within ten days of the date of delivery of such certificates
to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to
the coverage afforded by or other provisions of the policies of insurance
required to be purchased and maintained by OWNER in accordance with paragraphs
5.6 and 5.7 on the basis of their not complying with the Contract Documents,
CONTRACTOR shall notify OWNER in writing thereof within ten days of the date
of delivery, of such certificates to CONTRACTOR in accordance with paragraph
2.7. OWNER and CONTRACTOR shall each provide to the other such additional
information in respect of insurance provided by each as the other may
reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of
objection within the time provided shall constitute acceptance of such insur-
ance purchased by the other as complying with the Contract Documents,
I
I
I
I
Partial. Utilization-Property Insurance:
I
I
5.15. If OWNER finds it necessary to occupy or use a portion or
portions of the Work prior to Substantial Completion of all the Work, such use
or occupancy may be accomplished in accordance with paragraph 14,10; provided
that no such use or occupancy shall commence before the insurers providing the
property insurance have acknowledged notice thereof and in writing effected
the changes in coverage necessitated thereby. The insurers providing the
property insurance shall consent by endorsement on the policy or policies, but
the property insurance shall not be canceled or lapse on account of any such
partial use or occupancy,
I
I
rnA........ i fica tion
I
5.16.1. CONTRACTOR shall indemnify and hold harmless COUNTY and its
employees and agents from and against all liabilities, claims, suits, demands,
damages, losses, and expenses, including attorneys' fees, arising out of or
resulting from the performance of its Work, provided that any such liability,
claim, suit, demand, damage, loss, or expense (a) is attributable to bodily
.
.
15
.
I
I
injury, sickness, disease or death, or injury to or destruction of tangible
property, including the loss of use resulting therefrom and (b) is caused in
whole or in part by an act or omission of CONTRACTOR, any Subcontractor,
anyone directly or indirectly employed by and of them, or anyone for whose
acts any of them may be liable, whether or not it is caused in whole or in
part by the negligence or other fault of a party indemnified hereunder,
I
I
5,16.2, In any and all claims against COUNTY or any of its agents or
employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly
or indirectly employed by any of them, or anyone for whose acts any of them
may be liable, the indemnification obligation under the previous paragraph
shall not be limited in any way as to the amount or type of damages,
compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR
under workmen's compensation acts, disability benefit acts, or other employee
benefit acts.
I
I
5,16.3. CONTRACTOR shall indemnify and hold harmless COUNTY and anyone
directly or indirectly employed by it from and against all claims, suits,
demands, damages, losses expenses (including attorney's fees) arising out of
any infringement or patent or copyrights held by others and shall defend all
such claims in connection with any alleged infringement of such rights,
I
I
ARTI:CLE 6--CONTRACTOR' S RESPONSI:BI:LI:TI:ES
I
6,1. CONTRACTOR shall supervise and direct the Work competently and
efficiently, devoting such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in accordance with the
Contract Documents. CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences and procedures of construction, but CONTRACTOR
shall not be responsible for the negligence of others in the design or
specification of a specific means, method, technique, sequence or procedure
of construction which is shown or indicated in and expressly required by the
Contract Documents, CONTRACTOR shall be responsible to see that the finished
Work complies accurately with the Contract Documents.
I
I
6.2. CONTRACTOR shall keep on the Work at all times during its progress
a competent resident superintendent, who shall not be replaced without whiten
notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The
superintendent will be CONTRACTOR's representative at the site and shall have
authority to act on behalf of CONTRACTOR. All communications to the
superintendent shall be as binding as if given to CONTRACTOR.
I
I
Labor, Materia1.s and Equipment:
I
6.3. CONTRACTOR shall provide competent, suitably qualified personnel
to survey and layout the Work and perform construction as required by the
Contract Documents. CONTRACTOR shall at all times maintain good discipline and
order at the site. Except in connection with the safety or protection of
persons or the Work or property at the site or adjacent thereto, and except
as otherwise indicated in the Contract Documents, all Work at the site shall
be performed during regular working hours, and CONTRACTOR will not permit
evening work or the performance of Work on Saturday, Sunday or any legal
holiday without OWNER's written consent given after prior written notice to
PROFESSIONAL,
I
I
I
6.4, Unless otherwise specified in the General Requirements, CONTRACTOR
I
16
I
I
I
I
shall furnish and assume full responsibility for all materials, equipment,
labor, transportation, construction equipment and machinery, tools,
appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities and all other facilities and incidentals whether
temporary or permanent necessary for the execution, testing, initial
operation, and completion of the Work as required by the Contract Documents.
6,5, All materials and equipment shall be of good quality and new,
except as otherwise provided m the Contract Documents. If required by
PROFESSIONAL, CONTRACTOR shall furnish satisfactory, evidence including
reports of required tests) as to the kind and quality of materials and
equipment. All materials and equipment shall be applied, installed, connected,
erected, used, cleaned and conditioned in accordance with the instructions of
the applicable Supplier except as otherwise provided in the Contract
Documents; but no provision of any such instructions will be effective to
assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or
employees, any duty or authority to supervise or direct the furnishing or
performance of the Work or any duty or authority to undertake responsibility
contrary to the provisions of paragraph 9.14 or 9,15.
I
I
I
I
I
AdjustiD.g Progress Sche<:hUe:
I
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the
extent indicated in paragraph 2.9) adjustments in the progress schedule to
reflect the impact thereon of new developments; these will conform generally
to the progress schedule then in effect and additionally will comply with any
provisions of the General Requirements applicable thereto,
I
Substi tutes or "Or-Equal." Items:
I
6.7,1. Whenever materials or equipment are specified or described in
the Contract Documents by using the name of a proprietary item or the name of
a particular Supplier the naming of the item is intended to establish the
type, function and quality required, Unless the name is followed by words
indicating that no substitution is permitted, materials or equipment of other
Suppliers may be accepted by PROFESSIONAL if sufficient information is
submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material
or equipment proposed is equivalent or equal to that named. The procedure for
review by PROFESSIONAL will include the following as supplemented in the
General Requirements. Requests for review of substitute items of material and
equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of
material or equipment, CONTRACTOR shall make written application to
PROFESSIONAL for acceptance thereof, certifying that the proposed substitute
will perform adequately the functions and achieve the results called for by
the general design, be similar and of equal substance to that specified and
be suited to the same use as that specified, The application will state that
the evaluation and acceptance of the proposed substitute will not prejudice
CONTRACTOR's achievement of Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work will require a change in any
of the Contract Documents (or in the provisions of any other direct contract
with OWNER for work on the Project) to adapt the design to the proposed
substitute and whether or not incorporation or use of the substitute in
connection with the Work is subject to payment of any license fee or royalty,
All variations of the proposed substitute from that specified will be
identified in the application and available maintenance, repair and
replacement service will be indicated. The application will also contain an
I
I
I
I
I
-
.
17
I
I
itemized estimate of all costs that will result directly or indirectly from
acceptance of such substitute, including costs of redesign and claims of other
contractors affected by the resulting change, all of which shall be considered
by PROFESSIONAL In evaluating the proposed substitute, PROFESSIONAL may
require CONTRACTOR to furnish at CONTRACTOR's expense additional data about
the proposed substitute.
I
I
6.7.2. If a specific means, method, technique, sequence or procedure
of construction is indicated in or required by the Contract Documents,
CONTRACTOR may furnish or utilize a substitute means, method, sequence,
technique or procedure of construction acceptable to PROFESSIONAL, if
CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine
that the substitute proposed is equivalent to that indicated or required by
the Contract Documents. The procedure for review by PROFESSIONAL will be
similar to that provided in paragraph 6.7,1 as applied by PROFESSIONAL and as
may be supplemented in the General Requirements.
I
I
I
6,7,3. PROFESSIONAL will be allowed a reasonable time within which to
evaluate each proposed substitute. PROFESSIONAL will be the sole judge of
acceptability and no substitute will be ordered, installed or utilized without
PROFESSIONAL's prior written acceptance which will be evidenced by either a
Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to fur-
nish at CONTRACTOR's expense a special performance guarantee or other surety
with respect to any substitute. PROFESSIONAL will record time required by
PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in the Contract Documents
occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute,
CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and
PROFESSIONAL's consultants for evaluating each proposed substitute.
I
I
I
Concerning Subcontractors, Supp~iers and Others:
I
6.8,1, CONTRACTOR shall not employ any Subcontractor, Supplier or other
person or organization (including those acceptable to OWNER and PROFESSIONAL
as indicated in paragraph 6.8,2). whether initially or as a substitute,
against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR
shall not be required to employ any Subcontractor, Supplier or other person
or organization to furnish or perform any of the Work against whom CONTRACTOR
has reasonable objection,
I
I
6,8.2, If the Supplementary Conditions require the identity of certain
Subcontractors, Suppliers or other persons or organizations including those
who are to furnish the principal items of materials and equipment to be sub-
mitted to OWNER in advance of the specified date prior to the Effective Date
of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR
has submitted a list thereof in accordance with the Supplementary Conditions,
OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make
written objection thereto by the date indicated for acceptance or objection
in the bidding documents or the Contract Documents) of any such Subcontractor,
Supplier or other person or organization so identified may be revoked on the
basis of reasonable objection after due Investigation, in which case
CONTRACTOR shall submit an acceptable substitute, the Contract Price will be
increased by the difference ,n the cost occasioned by such substitution and
an appropriate Change Order will be issued or Written Amendment signed, No
acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver of any right of OWNER
I
I
I
I
I
18
-
-
I
I
I
or PROFESSIONAL to reject defective Work,
I
6,9, CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL
for all acts and omissions of the Subcontractors, Suppliers and other persons
and organizations performing or furnishing any of the Work under a direct or
indirect contract with CONTRACTOR just as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall
create any contractual relationship between OWNER or PROFESSIONAL and any such
Subcontractor, Supplier or other person or organization, nor shall it create
any obligation on the part, of OWNER or PROFESSIONAL to payor to see to the
payment of any moneys due any such Subcontractor, Supplier or other person or
organization except as may otherwise be required by Laws and Regulations,
I
I
6.10, The divisions and sections of the Specifications and the
identifications of any Drawings shall not control CONTRACTOR in dividing the
Work among Subcontractors or Suppliers or delineating the Work to be performed
by any specific trade.
I
I
6,11. All Work performed for CONTRACTOR by a Subcontractor will be
pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor
which specifically binds the Subcontractor to the applicable terms and
conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL
and contains waiver provisions as required by paragraph 5,11, CONTRACTOR shall
pay each Subcontractor a just share of any insurance moneys received by
CONTRACTOR on account of losses under policies issued pursuant to paragraphs
5,6 and 5,7,
I
I
Patent Fees and Roya~ties:
I
6.12. CONTRACTOR shall pay all license fees and royalties and assume
all costs incident to the use in the performance of the Work or the
incorporation in the Work of any invention, design, process, product or device
which is the subj ect of patent rights or copyrights held by others,
CONTRACTOR Shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone
directly or indirectly employed by either of them from and against all claims,
damages, losses and expenses including attorneys' fees and court and
arbitration costs arising out of any infringement of patent rights or
copyrights incident to the use in the performance or the Work or resulting
from the incorporation in the Work of any invention, design, process, product
or device not specified in the Contract Documents, and shall defend all such
claims in connection with any alleged infringement of such rights,
I
I
I
Parmi ts :
I
6.13. CONTRACTOR shall obtain and pay for all construction permits,
licenses, governmental charges and inspection fees, and all public utility
charges which are applicable and necessary for the execution of the Work. All
permit costs shall be included in the base bid, Permits, if any that are
provided and paid for by OWNER are listed in the Supplementary Conditions. Any
delays associated with the permitting process will be considered for time
extensions only and no damages or additional compensation for delay will be
allowed.
I
.
.
Laws azld Regulations:
-
19
I
I
6,14,1, CONTRACTOR shall give all notices and comply with all Laws and
Regulations applicable to furnishing and performance of the Work. Except where
otherwise expressly required by applicable Laws and Regulations, neither OWNER
nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance
with any Laws or Regulations.
I
I
6.14,2. If CONTRACTOR observes that any of the Contract Documents
are contradictory to such laws, rules, and regulations, it will notify the
Project Manager promptly in writing, Any necessary changes shall then be
adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that
it knows or should have known to be contrary to such laws, ordinances, rules,
and regulations and without such notice to the Project Manager, it shall bear
all related costs,
I
I
Taxes:
I
6,15. CONTRACTOR shall pay all sales, consumer, use and other similar
taxes required to be paid by CONTRACTOR in accordance wi th the Laws and
Regulations of the place of the Project which are applicable during the
performance of the Work,
I
Use or Premises:
I
6.16. CONTRACTOR shall confine construction equipment, the storage of
materials and equipment and the operations of workers to the Project site and
land and areas identified in and permitted by the Contract Documents and other
land and areas permitted by Laws and Regulations, rights-of-way, permits and
easements. CONTRACTOR shall not unreasonably encumber the premises with
construction equipment or other materials or equipment. Any loss or damage to
CONTRACTOR's or any Subcontractor's equipment is solely at the risk of
CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any
such land or area, or to the owner or occupant thereof or of any land or areas
contiguous thereto, resulting from the performance of the Work. Should any
claim be made against OWNER or PROFESSIONAL by any such owner or occupant
because of the performance of the Work, CONTRACTOR shall promptly attempt to
settle with such other party by agreement or otherwise resolve the claim by
arbitration or at law. CONTRACTOR shall to the fullest extent permitted by
Laws and Regulations, indemnify and hold OWNER harmless from and against all
claims, damages, losses and expenses (including, but not limited to, fees of
PROFESSIONALs, architects, attorneys and other professionals and court and
arbitration costs) arising directly, indirectly or consequentially out of any
action, legal or equitable, brought by any such other party against OWNER to
the extent based on a claim arising out of CONTRACTOR's performance of the
Work.
I
I
I
I
I
6.17, During the progress of the Work, CONTRACTOR shall keep the
premises free from accumulations of waste materials, rubbish and other debris
or contaminates resulting from the Work. At the completion of the Work
CONTRACTOR shall remove all waste materials, rubbish and debris from and about
the premises as well as all tools, appliances, construction equipment and
machinery, and surplus materials, and shall leave the site clean and ready for
occupancy by OWNER, CONTRACTOR shall restore to original condition all
property not designated for alteration by the Contract Documents.
I
I
I
6.18. CONTRACTOR shall not load nor permit any part of any structure
I
20
I
I
I
I
to be loaded in any manner that will endanger the structure, nor shall
CONTRACTOR subject any pan of the Work or adjacent property to stresses or
pressures that will endanger them,
I
Record Documents:
I
6.19, Contractor shall keep at the site and in good order one record
copy of the Contract Documents and all Drawings and Specifications. These
documents shall be annotated on a continuing basis to show all changes made
during the construction process, These shall be available to PROFESSIONAL and
the Project Manager and shall be submitted with the Application for Final
Payment,
I
Safety and Protection:
I
6,20. CONTRACTOR shall be responsible for initiating, maintaining and
supervising all safety precautions and programs in connection with the Work.
CONTRACTOR shall assume all risk of loss for stored equipment or materials,
irrespective of whether CONTRACTOR has transferred the title of the stored
equipment or materials to OWNER, CONTRACTOR shall take all necessary
precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or joss to:
I
I
6.20,1, all employees on the Work and other persons and organizations
who may be affected thereby:
I
6.20.2. all the Work and materials and equipment to be incorporated
therein, whether in storage on or off the site; and
I
6.20,3. other property at the site or adjacent thereto, including
trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and
Underground Facilities not designated for removal, relocation or replacement
in the course of construction,
I
CONTRACTOR shall comply with all applicable Laws and Regulations of any public
body having jurisdiction for the safety of persons or property or to protect
them from damage, injury or loss; and shall erect and maintain all necessary
safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of
adjacent property and of Underground Facilities and utility OWNERs when
prosecution of the Work may affect them, and shall cooperate with them in the
protection, removal, relocation and replacement of their property, All damage,
inj ury or loss to any property referred to in paragraph 6.20.2 or 6.20,3
caused, directly or indirectly, in whole or in part, by CONTRACTOR, any
Subcontractor, Supplier or any other person or organization directly or
indirectly employed by any of them to perform or furnish any the Work or
anyone for whose acts any of them may be liable, shall be remedied by
CONTRACTOR (except damage or loss attributable to the fault of Drawings or
Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone
employed by either of them or anyone for whose acts either of them may be
liable, and not attributable, directly or indirectly, in whole or in part, to
the fault or negligence of CONTRACTOR), CONTRACTOR's duties and
responsibilities for the safety and protection of the Work shall continue
until such time as all the Work is completed and PROFESSIONAL has issued a
notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the
Work is acceptable (except as otherwise expressly provided In connection with
Substantial Completion).
I
I
I
I
I
.
.
21
-
I
I
6.21, CONTRACTOR shall designate a responsible member of its
organization whose duty shall be the prevention of accidents at the site,
This person shall be CONTRACTOR's superintendent unless otherwise designated
in writing by CONTRACTOR to the Project Manager.
I
I
Emergencies:
6,22, In emergencies affecting the safety or protection of persons or
the Work or property at the site or adjacent thereto, CONTRACTOR, without
special instruction or authorization from PROFESSIONAL or OWNER, is obligated
to act to prevent threatened damage, injury or loss, CONTRACTOR shall give
PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract Documents have been caused
thereby, If PROFESSIONAL determines that a change In the Contract Documents
is required because of the action taken in response to an emergency, a Work
Directive Change or Change Order be issued to document the consequences of the
changes or variations.
I
I
I
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all
events involving personal injuries to any person on the Site, whether or not
such person was engaged in the construction of the Project, and shall file a
written report on such person(s) and any other event resulting in property
damage of any amount within five (5) days of the occurrence.
I
I
6.22.2. If PROFESSIONAL determines that a change in the Contract
Documents is required because of the action taken by CONTRACTOR in response
to such an emergency, a Change Order will be issued to document the
consequences of such action,
I
Shop Drarings and Samples:
I
6,23, After checking and verifying all field measurements, CONTRACTOR
shall promptly submit to PROFESSIONAL for approval, in accordance with the
accepted schedule of submittals, all submittals and samples required by the
Contract Documents. All submittals and samples shall have been checked by and
stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may
require. The data shown on or with the submittals will be complete with
respect to dimensions, design criteria, materials and any other information
necessary to enable PROFESSIONAL to review the submittal as required. At the
time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all
deviations that the submittal or sample may have from the requirements of the
Contract Documents.
I
I
I
6.24. PROFESSIONAL shall review and approve submittals and samples.
Professional's review and approval shall be only for conformance with the
design concept of the Project and compliance with the information given in the
Contract Documents. The approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CONTRACTOR will make
any corrections required by PROFESSIONAL and resubmit the required number of
corrected copies until approved. CONTRACTOR's stamp of approval on any
submittal or sample shall constitute its representation to PROFESSIONAL and
County that CONTRACTOR has determined and verified all quantities, dimensions,
field construction criteria, materials, catalog numbers, and similar data, and
that each submittal or sample has been reviewed or coordinated with the
I
I
I
I
22
I
I
I
I
requirements of the Work and the Contract Documents.
I
6,24,1, No Work requiring a submittal or sample submission shall
commence until the submission has been approved by PROFESSIONAL, A copy of
each approved submittal and each approved sample shall be kept in good order
by CONTRACTOR at the site and shall be available to PROFESSIONAL and County
staff. Any delays associated with the submittal process will be considered
for time extensions only, and no damages or additional compensation for delay
will be allowed.
I
I
6.25,1. Before submission of each Shop Drawing or sample CONTRACTOR
shall have determined and verified all quantities, dimensions, specified
performance criteria, installation requirements, materials, catalog numbers
and similar data with respect thereto and reviewed or coordinated each Shop
Drawing or sample with other Shop Drawings and samples and with the
requirements of the Work and the Contract Documents.
I
6.25.2. At the time of each submission, CONTRACTOR shall give
PROFESSIONAL specific written notice of each variation that the Shop Drawings
or samples may have from the requirements of the Contract Documents, and, in
addition, shall cause a specific notation to be made on each Shop Drawing
submitted to PROFESSIONAL for review and approval of each such variation.
I
I
6.26. PROFESSIONAL will review and approve with reasonable promptness
Shop Drawings and samples, but PROFESSIONAL's review and approval will be only
for conformance with the design concept of the Project and for compliance with
the information given in the Contract Documents and shall not extend to means,
methods, techniques, sequences or procedures of construction (except where a
specific means, method, technique, sequence or procedure of construction is
indicated in or required by the Contract Documents) or to safety precautions
or programs incident thereto, The review and approval of a separate item as
such will not indicate approval of the assembly in which the item functions,
I
I
I
6,27, No Work requiring a submittal or sample submission shall commence
until the submission has been approved by PROFESSIONAL, A copy of each
approved submittal and each approved sample shall be kept in good order by
CONTRACTOR at the site and shall be available to PROFESSIONAL and Project
Managery staff, Any delays associated with the submittal process will be
considered for time extensions only, and no damages or additional compensation
for delay will be allowed,
I
I
6.28, PROFESSIONAL's approval of submittals or samples shall not
relieve CONTRACTOR from responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR has in writing called
PROFESSIONAL's attention to each such variation at the time of submission and
the Project Manager has given written approval to the specific deviation; any
such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility
for errors or omissions in the submittals.
I
I
6.29. Where a shop drawing or sample is required by the Contract
Documents or the schedule of shop drawings and sample submissions accepted by
PROFESSIONAL as required, any related work performed prior to Professional's
review and approval of the pertinent submittal will be at the sole expense and
responsibility of Contractor.
-
-
.
-
23
I
I
Continuing the Work:
I
6.30, CONTRACTOR shall carryon the Work and adhere to the progress
schedule during all disputes or disagreements with OWNER, No Work shall be
delayed or postponed pending resolution of any disputes or disagreements,
except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise
agree in writing.
I
Cleaning Up:
I
6,31. CONTRACTOR shall maintain the site free from accumulations of
waste materials, rubbish, and other debris or contaminates resulting from the
work on a daily basis or as required. At the completion of the work,
CONTRACTOR shall remove all waste materials, rubbish, and debris from the site
as well as all tools, construction equipment and machinery, and surplus
materials and will leave the Site clean and ready for occupancy by OWNER. All
disposal shall be in accordance with applicable laws and regulations, In
addition to any other rights available to OWNER under the Contract Documents,
CONTRACTOR's failure to maintain the site may result in withholding of any
amounts due CONTRACTOR. CONTRACTOR will restore to original condition those
portions of the site not designated for alteration by the Contract Documents.
I
I
I
Indemnification:
I
6.32. To the fullest extent permitted by Laws and Regulations
CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and their
consultants, agents and employees from and against all claims, damages, losses
and expenses, direct, indirect or consequential (including but not limited to
fees and charges of PROFESSIONALs, architects, attorneys and other
PROFESSIONALs and court and arbitration costs) arising out of or resulting
from the performance of the Work, provided that any such claim, damage, loss
or expense (a)is attributable to bodily injury, sickness, disease or death,
or to injury to or destruction of tangible property (other than the Work
itself) including the loss of use resulting therefrom and (b) is caused in
whole or in pan by any negligent act or omission of CONTRACTOR, any
Subcontractor, any person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or not it is caused in part by
a party indemnified hereunder or arises by or is imposed by Law and
Regulations regardless of the negligence of any such party.
I
I
I
I
6,33. In any and all claims against OWNER or PROFESSIONAL or any of
their consultants, agents or employees by any employee of CONTRACTOR, any
Subcontractor, any person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone for whose acts any
of them may be liable, the indemnification obligation under paragraph 6.32
shall not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for CONTRACTOR or any such
Subcontractor or other person or organization under workers' or workmen's
compensation acts. disability benefit acts or other employee benefit acts,
I
I
I
6.34, The obligations of CONTRACTOR under paragraph 6,32 shall not
extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents
or employees arising out of the preparation or approval of maps, drawings,
opinions, reports, surveys, Change Orders, designs or specifications.
I
I
24
I
-
I
I
I
ARTICLE 7---0THER WORK
Re~ated Work at Site:
I
7.1, OWNER may perform other work related to the Project at the site
by OWNER's own forces, have other work performed by ailed OWNER's or let other
direct contracts therefor which shall contain General Conditions similar to
these, If the fact that such other work is to be performed was not noted in
the Contract Documents, written notice thereof will be given to CONTRACTOR
prior to starting any such other work: and, if CONTRACTOR believes that such
performance will involve additional expense to CONTRACTOR or requires
additional time and the parties are unable to agree as to the extent thereof.
CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
I
I
I
7.1.2. CONTRACTOR shall afford each utility owner and other contractor
who is a party to such a direct contract for OWNER, if OWNER is performing the
additional work with OWNER's ernployees)proper and safe access to the site and
a reasonable opportunity for the introduction and storage of materials and
equipment and the execution of such work, and shall properly connect and
coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and
patching of the Work that may be required to make its several pans corne
together properly and integrate with such other work. CONTRACTOR shall not
endanger any work of others by cutting, excavating or otherwise altering their
work and will only cut or alter their work with the written consent of
PROFESSIONAL and the others whose work will be affected. The duties and
responsibilities of CONTRACTOR under this paragraph are for the benefit of
such utility owners and other contractors to the extent that there are
comparable provisions for the benefit or' CONTRACTOR in said direct contracts
between OWNER and such utility owners and other contractors,
I
I
I
I
7,2. If any part of CONTRACTOR's Work depends for proper execution or
results upon the work of any such other contractor or utility owner (or
OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in
writing any delays, defects or deficiencies in such work that render it
unavailable or unsuitable for such proper execution and results, CONTRACTOR's
failure so to report will constitute an acceptance of the other work as fit
and proper for integration with CONTRACTOR's Work except for latent or non-
apparent defects and deficiencies in the other work.
I
I
Coordina tion:
I
7,4. If OWNER contracts with others for the performance of other work
on the Project at the site, the person or organization who will have authority
and responsibility for coordination of the activities among the various prime
contractors will be identified in the Supplementary Conditions, and the
specific matters to be covered by such authority and responsibility will be
itemized, and the extent of such authority and responsibilities will be
provided, in the Supplementary Conditions. Unless otherwise provided in the
Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any
authority or responsibility in respect of such coordination.
I
I
ARTICLE 8---OWNER'S RESPONSIBILITIES
I
8.1. Except as otherwise provided in these General Conditions, COUNTY
I
25
I
I
I
ARTICLE 7---0THER WORK
I
Rel.ated Work at site:
7.1. OWNER may perform other work related to the project at the site
by OWNER's own forces, have other work performed by ailed OWNER's or let other
direct contracts therefor which shall contain General conditions similar to
these, If the fact that such other work is to be performed was not noted in
the contract Documents, written notice thereof will be given to CONTRACTOR
prior to starting any such other work: and, if CONTRACTOR believes that such
performance will involve additional expense to CONTRACTOR or requires
additional time and the parties are unable to agree as to the extent thereof.
CONTRACTOR may make a claim therefor as provided in Articles 11 and 12,
I
I
I
7.1,2. CONTRACTOR shall afford each utility owner and other contractor
who is a party to such a direct contract for OWNER, if OWNER is performing the
additional work with OWNER's employees)proper and safe access to the site and
a reasonable opportunity for the introduction and storage of materials and
equipment and the execution of such work, and shall properly connect and
coordinate the work with theirs. CONTRACTOR shall do all cutting, fitting and
patching of the work that may be required to make its several pans come
together properly and integrate with such other work. CONTRACTOR shall not
endanger any work of others by cutting, excavating or otherwise altering their
work and will only cut or alter their work with the written consent of
PROFESSIONAL and the others whose work will be affected. The duties and
responsibilitieS of CONTRACTOR under this paragraph are for the benefit of
such utility owners and other contractors to the extent that there are
comparable provisions for the benefit or' CONTRACTOR in said direct contracts
between OWNER and such utility owners and other contractors,
I
I
I
I
7.2, If any part of CONTRACTOR's Work depends for proper execution or
results upon the work of any such other contractor or utility owner (or
OWNER), CONTRACTOR shall inspect and promptlY report to PROFESSIONAL in
writing any delays, defects or deficiencies in such work that render it
unavailable or unsuitable for such proper execution and results. CONTRACTOR's
failure so to report will constitute an acceptance of the other work as fit
and proper for integration with CONTRACTOR'S Work except for latent or non-
apparent defects and deficiencies in the other work,
I
I
I
Coordination:
7,4. If OWNER contracts with others for the performance of other work
on the Project at the site, the person or organization who will have authority
and responsibility for coordination of the activities among the various prime
contractors will be identified in the Supplementary Conditions, and the
specific matters to be covered by such authority and responsibility will be
itemized, and the extent of such authority and responsibilities will be
provided, in the Supplementary conditions, Unless otherwise provided in the
Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any
authority or responsibility in respect of such coordination.
I
I
I
8.1. Except as otherwise provided in these General Conditions, COUNTY
ARTICLE S---ONNZR'S RESPONSIBILITIES
I
I
25
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
will keep OWNER informed of the progress of the Work and will endeavor to
guard OWNER against defects and deficiencies in the Work,
Project Representation:
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a
Resident Project Representative to assist PROFESSIONAL in observing the
performance of the Work, The duties, responsibilities and limitations of
authority of any such Resident Project Representative and assistants will be
as provided in the Supplementary Conditions. If OWNER designates another agent
to represent OWNER at the site who is not PROFESSIONAL's agent or employee,
the duties, responsibilities and limitations of authority of such other person
will be as provided in the Supplementary Conditions,
C~ari:fications and Inte.z:pretations:
9.4. PROFESSIONAL shall issue such written clarifications or
interpretations of the Contract Documents (in the form of Drawings or
otherwise) as may be determined necessary, or as reasonably requested by
CONTRACTOR, which shall be consistent with or reasonably inferable from the
overall intent of the Contract Documents. If CONTRACTOR believes that a
written clarification and interpretation entitles it to an increase in the
Contract Price, and/or Contract Time, CONTRACTOR may make a claim as provided
for in Articles 11 or 12,
Authorized Variations in Work:
9.5, PROFESSIONAL may authorize minor variations in the Work from the
requirements of the Contract Documents which do not involve an adjustment in
the Contract Price or the Contract Time and are consistent with the overall
intent of the Contract Documents. These may be accomplished by a Field Order
and will bc binding on OWNER, and also on CONTRACTOR who shall perform the
Work involved
promptly, If CONTRACTOR believes that a Field Order justifies an increase in
the Contract Price or an extension of the Contract Time and the parties are
unable to agree as to the amount or extent thereof. CONTRACTOR may make a
claim therefor as provided in Article 11 or 12.
Rejecting De:fective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work
which PROFESSIONAL believes to be defective, and will also have authority to
require special inspection or testing of the Work as provided in paragraph
13.9, whether or not the Work is fabricated, installed or completed,
Shop Dra1ri.ngs, Change Orders and paymen ts :
9.7, In connection with PROFESSIONAL's responsibility for Shop Drawings
and samples, see paragraphs 6.23 through 6.29 inclusive.
9.8. In connection with PROFESSIONAL's responsibilities as to Change
Orders, see Articles 10, 11 and 12,
9.9. In connection with PROFESSIONAL's responsibilities in respect of
Applications for Payment, etc., see Article 14,
27
Det~ations for Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and
classifications of Unit Price Work performed by CONTRACTOR, PROFESSIONAL will
review with CONTRACTOR PROFESSIONAL's preliminary determinations on such
matters before rendering a whiten decision thereon (by recommendation of an
Application for Payment or otherwise), PROFESSIONAL's written decisions
thereon will be final and binding upon OWNER and CONTRACTOR, unless, within
ten days after the date of any such decision, either OWNER or CONTRACTOR
delivers to the other party to the Agreement and to PROFESSIONAL whiten notice
of intention to appeal from such a decision.
Decisions on Disputes:
9,11. PROFESSIONAL will be the initial interpreter of the requirements
of the Contract Documents and judge of the acceptability of the Work
thereunder. Claims, disputes and other matters relating to the acceptability
of the Work or the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of the Work and claims
under Articles 11 and 12 in respect of changes m the Contract Price or
Contract Time will be referred initially to PROFESSIONAL in writing with a
request for a formal decision in accordance with this paragraph, which
PROFESSIONAL will render in writing within a reasonable time, Written notice
of each such claim, dispute and other matter will be delivered by the claimant
to PROFESSIONAL and the other party to the Agreement promptly (but in no event
later than thirty days after the occurrence of the event giving rise thereto,
and written supporting data will be submitted to PROFESSIONAL and the other
party within sixty days after such occurrence unless PROFESSIONAL allows an
additional period of time to ascertain more accurate data in support of the
claim,
9.12. When functioning as interpreter and judge under paragraphs 9,10
and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and
will not be liable in connection with any interpretation or decision rendered
in good faith in such capacity. The rendering of a decision by PROFESSIONAL
pursuant to paragraphs 9.10 and 9,11 with respect to any such claim, dispute
or other matter (except any which have been waived by the making or acceptance
of final payment as provided in paragraph 14,16) will be a condition precedent
to any exercise by OWNER or CONTRACTOR of such rights or remedies as either
may otherwise have under the Contract Documents or by Laws or Regulations in
respect of any such claim, dispute or other matter.
28
i
"I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Limitations on PROFESSIONAL's Responsibilities:
I
9.13. Neither PROFESSIONAL's authority to act under this Article or
elsewhere in the Contract Documents, nor any decision made in good faith to
exercise such authority shall give rise to any duty or responsibility of
PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or
employees,
1
9,14, PROFESSIONAL shall not be responsible for the construction means,
methods, techniques, sequences, or procedures or the safety precautions and
programs used, PROFESSIONAL shall not be responsible for CONTRACTOR's failure
to perform the Work in accordance with the Contract Documents,
I
I
9,15, PROFESSIONAL shall not be responsible for the acts or omissions
of CONTRACTOR, any Subcontractors, any agents or employees, or any other
persons performing any of the Work.
ARTICLE lO--CHANGES :IN THE WORK
1
10.1. Without invalidating the Contract, OWNER may at any time or from
time to time order additions, deletions, or revisions in the Work, The
Project Manager shall provide CONTRACTOR with a proposal request, identifying
the Work to be added, deleted or revised, Upon receipt, CONTRACTOR shall
promptly submit a written proposal for the changed work prepared in accordance
with Articles 11 and 12, If the proposal request calls only for the deletion
of Work, the Project Manager may order the partial suspension of any Work
related to the proposed deletion, in which case CONTRACTOR must cease
performance as directed; CONTRACTOR shall not be entitled to claim lost
profits on deleted work, All changed Work shall be executed under the
applicable conditions of the Contract Documents.
1
1
I
10.2. Additional Work performed by CONTRACTOR without authorization of
a Change Order will not entitle CONTRACTOR to an increase in the Contract
Price or an extension of the Contract Time, except in the case of an emergency
as provided in Article 7, The effect of this paragraph shall remain paramount
and shall prevail irrespective of any conflicting provisions contained in
these Contract Documents,
1
I
10,3, Upon agreement as to changes in the Work to be performed, Work
performed in an emergency as provided in Article 6, and any other claim of
CONTRACTOR for a change in the Contract Time or the Contract Price,
PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL
and CONTRACTOR and submitted to OWNER for approval.
I
1
10,4, In the absence of an agreement as provided in 11.1,3, OWNER may,
at its sole discretion issue a Work Directive Change to CONTRACTOR. Pricing
of the Work Directive Change will be in accordance with Section 12.1.3. The
Work Directive Change will specify a price, and if applicable a time
extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign
such Work Directive Change, CONTRACTOR may submit a claim in accordance with
Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully
perform the work as directed by the Construction Change Directive,
I
I
10.5. CONTRACTOR shall proceed diligently with performance of the Work
as directed by OWNER, regardless of pending claim actions, unless otherwise
agreed to in writing.
I
29
.
I
I
10,6, If notice of any change affecting the general scope of the Work
or the provisions of the Contract Documents (including, but not limited to,
Contract Price or Contract Time) is required by the provisions of any Bond to
be given to a surety, the giving of any such notice will be CONTRACTOR's
responsibility, and the amount of each applicable Bond will be adjusted
accordingly.
I
I
ARTICLE ll-CHANGE OF CONTRACT PRICE
I
11.1, The Contract Price constitutes the total compensation (subject
to written authorized adjustments) payable to CONTRACTOR for performing the
Work. All duties, responsibilities and obligations assigned to or undertaken
by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract
Price.
I
11,2, The Contract Price may only be changed by a Change Order or by
a Written Amendment. Any claim for an increase or decrease in the Contract
Price shall be based on written notice delivered by the party making the claim
to the other party and to PROFESSIONAL promptly (but in no event later than
thirty days) after the occurrence of the event giving rise to the claim and
stating the general nature of the claim. Notice of the amount of the claim
with supporting data shall be delivered within sixty days after such
occurrence (unless PROFESSIONAL allows an additional period of time to
ascertain more accurate data in support of the claim and shall be accompanied
by claimant's written statement that the amount claimed covers all known
amounts (direct, indirect and consequential) to which the claimant is entitled
as a result of the occurrence of said event. All claims for adjustment in the
Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract Price will be valid if
not submitted in accordance with this paragraph 11.2.
I
I
I
I
I
11.3. The value of any Work covered by a Change Order or of any claim
for an adjustment in the Contract Price will be determined by the following
procedures:
I
11.3.1. Designated Unit Price (Field Measure) CONTRACTOR and OWNER
recognize and acknowledge that the quantities shown for those items designated
in the Bid Proposal as unit price items are approximations prepared by OWNER
for bid purposes and that the actual compensation payable to CONTRACTOR for
the utilization of such items is based upon the application of unit prices to
the actual quantities of items involved as measured in the field and required
to complete the Work as originally defined in the Contract Documents.
I
I
11.3.2, When it is determined by OWNER that an addition, deletion, or
revision to the Work as defined in these Contract Documents is required and
affects the quantities required for items designed in the Bid Proposal as unit
price items, CONTRACTOR and OWNER agree that the compensation payable to
CONTRACTOR for such unit price items shall be adjusted accordingly by a Change
Order based upon the application of the appropriate unit prices shown in the
Bid Proposal to the quantity of the unit price item required to complete the
Work as defined in the Contract Documents,
I
I
I
I
30
I
I
I
1
I
11,3,3, Other Unit Prices. For items not designated in the bid proposal
as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on
by Change Order,
11. 3.4, Lump Sum, When it is determined by OWNER that an addition,
deletion or revision to the Work is required which results in a change in Work
designated in the Bid Proposal as a lump sum item, the amount of increase or
decrease in the lump sum price shall be established by mutual agreement of the
parties,
I
I
11.3,5, If the pricing methods specified in 11,3 are inapplicable, or
if the parties are unable to agree on a price for the changed work, a
reasonable price for the same shall be established by OWNER in accordance with
11.4 and 11,5, OWNER shall then process a unilateral Change Order, specifying
the said reasonable price, in accordance with 11.4 through 11.6, CONTRACTOR
shall perform the Work as directed in the Change Order,
I
I
11,3,6. Failure on the part of CONTRACTOR to construct any item to plan
or authorized dimensions within the specification tolerances shall result in:
reconstruction to acceptable tolerances at no additional costs to OWNER;
acceptance at no pay; or acceptance at reduced final pay quantity or reduced
unit price, all at the discretion of OWNER, Determinations of aggregate
monetary change for items identified as lump sum quantities shall be made by
OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct
to plan or authorized dimensions.
I
1
Cost or the Work:
I
11,4. The term Cost of the Work means the sum of all costs necessarily
incurred and paid by CONTRACTOR in the proper performance of the Work. Except
as otherwise may be agreed to in writing by OWNER, such costs shall be in
amounts no higher than those prevailing in the locality of the Project, shall
include only the following items and shall not include any of the costs
itemized in paragraph 11.5:
1
I
11.4.1, Payroll costs for employees in the direct employ of CONTRACTOR
in the performance of the Work under schedules of job classifications agreed
upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full
time on the Work shall be apportioned on the basis of their time spent on the
Work, Payroll costs shall include, but not be limited to, salaries and wages
plus the cost of fringe benefits which shall include social security
contributions, unemployment, excise and payroll taxes, workers' or workmen's
compensation, health and retirement benefits, bonuses, sick leave, vacation
and holiday pay applicable thereto. Such employees shall include
superintendents and foremen at the site, The expenses of performing Work after
regular working hours, on Saturday, Sunday or legal holidays, shall be
included in the above to the extent authorized by OWNER.
I
1
I
11.4,2, Cost of all materials and equipment furnished and incorporated
in the Work, including costs of transportation and storage thereof, and
Suppliers' field services required in connection therewith. All cash discounts
shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash discounts shall accrue to
OWNER. Trade discounts, rebates and refunds and all returns from sale of
surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall
make provisions so that they may be obtained.
I
-
31
I
I
11,4.3, Payments made by CONTRACTOR to the Subcontractors for Work
performed by Subcontractors, If required by OWNER. CONTRACTOR shall obtain
competitive bids from Subcontractors acceptable to CONTRACTOR and shall
deliver such bids to OWNER who then determine, with the advice of
PROFESSIONAL, which bids will be accepted. If a subcontract provides that the
Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the
Subcontractor's Cost of the Work shall be determined in the same manner as
CONTRACTOR's Cost of the Work, All subcontracts shall be subject to the other
provisions of the Contract Documents insofar as applicable.
I
I
I
11,4.4, Costs of special consultants (including but not limited to
PROFESSIONAL's architects, testing laboratories, surveyors, attorneys and
accountants) employed for services specifically related to the Work.
I
11,4.5, Supplemental costs including the following:
I
11.4,5,1. The proportion of necessary transportation, travel and
subsistence expenses of CONTRACTOR's employees incurred in discharge of duties
connected with the Work,
I
11.4.5.2. Cost, including transportation and maintenance, of all
materials, supplies, equipment, machinery, appliances, office and temporary
facilities at the site and hand tools not owned by the workers, which are
consumed in the performance of the Work, and cost less market value of such
items used but not consumed which remain the property of CONTRACTOR,
I
11,4.5,3, Rentals of all construction equipment and machinery and the
pans thereof whether rented from CONTRACTOR or others in accordance with
rental agreements approved by OWNER with the advice of
I
PROFESSIONAL, and the costs of transportation, loading, unloading,
installation, dismantling and removal thereof---all in accordance with terms
of said rental agreements. The rental of any such equipment, machinery or
parts shall cease when the use thereof is no longer necessary for the Work.
I
I
11,4.5,4. Sales, consumer, use or similar taxes related to the Work,
and for which CONTRACTOR is liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR,
any Subcontractor or anyone directly or indirectly employed by any of them or
for whose acts any of them may be liable, and royalty payments and fees for
permits and licenses,
I
I
11,4.5.6. Losses and damages (and related expenses), not compensated
by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR
in connection with the performance and furnishing of the Work (except losses
and damages within the deductible amounts of property insurance established
by OWNER in accordance with paragraph 5,6). provided they have resulted from
causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or for whose acts any of them
may be liable, Such losses shall include settlements made with the written
consent and approval of OWNER. No such losses, damages and expenses shall be
I
I
I
I
32
1
I
I
I
included in the Cost of the Work for the purpose of determining CONTRAC-
TOR's Fee. If, however, any such loss or damage requires reconstruction and
CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services
a fee proportionate to that stated in paragraph 11,6.2.
I
site,
11,4,5,7. The cost of utilities, fuel and sanitary facilities at the
I
11.4,5,8. Minor expenses such as telegrams, long distance telephone
calls, telephone service at the site, expressage and similar petty cash items
in connection the Work.
I
11,4,5.9, Cost of premiums for additional Bonds and insurance required
because of changes in the Work and premiums of property insurance coverage
within the limits of the deductible amounts established by OWNER in accordance
with paragraph 5.6.
I
11.5. The term Cost of the Work shall not include any of the following:
I
11.5,1, Payroll costs and other compensation of CONTRACTOR's officers,
executives, principals (Of partnership and sole proprietorships), general
managers, PROFESSIONALs, architects, estimators, attorneys, auditors, accoun-
tants, purchasing and contracting agents, expeditors, timekeepers, clerks and
other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's
principal or a branch office for general administration of the Work and not
specifically included in the agreed upon schedule of job classifications
referred to in paragraph 11.4.1 or specifically covered by paragraph
I
I
11,4.4--all of which are to be considered administrative costs covered
by CONTRACTOR's Fee,
1
11,5.2. Expenses of CONTRACTOR's principal area branch offices other
than CONTRACTOR's office at the site,
I
11,5,3, Any part of CONTRACTOR's capital expenses, including interest
on CONTRACTOR'S capital used for the Change Order Work and charges against
CONTRACTOR for delinquent payments,
I
I
11,5.4. Cost of premiums for all Bonds and for all insurance whether
or not CONTRACTOR is required by the Contract Documents to purchase and
maintain the same (except for the cost of premiums covered by subparagraph
11.4,5.9 above).
I
11.5,5. Costs due to the negligence of CONTRACTOR, any Subcontractor,
or anyone directly or indirectly, employed by any of them or for whose acts
any of them may be liable, including but not limited to, the correction of
defective Work, disposal of materials or equipment wrongly supplied and making
good any damage to property.
I
11.5.6. Other overhead or general expense costs of any kind and the
costs of any item not specifically and expressly included in paragraph 11.4.
CONTRAcTOR I S Fee:
.
11.6, CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit
shall be determined as follows:
33
I
I
11,6.1, a mutually acceptable fixed fee; or if none can be agreed upon.
I
11,6.2, a fee based on the following percentages of the various
portions or' the Cost of the Work:
I
11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2,
CONTRACTOR's Fee shall be fifteen percent:
I
11.6.2.2, for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee
shall five percent; and if a subcontract is on the basis of Cost of the Work
Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and
profit of all Subcontractors shall be fifteen percent:
I
11,6.2.3. no fee shall be payable on the basis of costs itemized under
paragraphs 11.4,4, 11.4,5 and 11,3:
I
11.6.2.4, the amount of credit to be allowed by CONTRACTOR to OWNER for
any such change which results in a net decrease in cost will be the amount of
the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount
equal to ten percent of the net decrease: and
I
11.6.2,5, when both additions and credits are involved in anyone
change, the adjustment in CONTRACTOR's Fee shall be computed on the basis of
the net change in accordance with paragraphs 11, 6.2 ,1 through 11.6,2,4,
inclusive,
I
11,7. For all changes, CONTRACTOR shall submit an itemized cost
breakdown, together with supporting data in such detail and form as prescribed
by the Project Manager, When a credit is due, the amount of credit to be
allowed by CONTRACTOR to OWNER for any such change which results in a net
decrease in cost will be the amount of the actual net decrease in direct cost
as determined by the proj ect Manager, plus the applicable reduction in
overhead and profit. When both additions and credits are involved in any
change, the combined overhead and profit shall be calculated on the basis of
the next change, whether an increase or decrease. In any event, the minimum
detail shall be an itemization of all man-hours required by discipline/trade
with the unit cost per man-hour and total labor price, labor burden, equipment
hours and rate for each piece of equipment, material by units of measure and
price per unit, other costs specifically itemized, plus the overhead and
profit markup,
I
I
I
I
Cash Allowances:
I
11,8, It is understood that CONTRACTOR has included in the Contract
Price all allowances so named in the Contract Documents and shall cause the
Work so covered to be done by such Subcontractors or Suppliers and for such
sums within the limit of the allowances as may be acceptable to PROFESSIONAL,
CONTRACTOR agrees that:
I
11. 8.1. The allowances include the cost to CONTRACTOR (less any
applicable trade discounts) of materials and equipment required by the
allowances to be delivered at the site, and all applicable taxes; and
I
I
I
34
I
I
I
I
11.8.2, CONTRACTOR's costs for unloading and handling on the site,
labor, installation costs, overhead, profit and other expenses contemplated
for the allowances have been included in the Contract Price and not in the
allowances, No demand for additional payment on account of any thereof will
be valid.
I
I
Prior to final payment, an appropriate Change Order will be issued as
recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on
account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted,
I
Uni t Price Work:
I
11,9,1, Where the Contract Documents provide that all or part of the
Work is to be Unit Price Work, initially the Contract Price will be deemed to
include for all Unit Price Work an amount equal to the sum of the established
unit prices for each separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agreement. The estimated
quantities of items of Unit Price Work are not guaranteed and are solely for
the purpose of comparison of Bids and determining an initial Contract Price,
Determinations of the actual quantities and classifications of Unit Price Work
performed by CONTRACTOR will be made by PROFESSIONAL in accordance with
Paragraph 9.10.
I
I
I
11.9,2. Each unit price will be deemed to include an amount considered
by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for
each separately identified item,
I
11.9,3, Where the quantity of any item of Unit Price Work performed by
CONTRACTOR differs materially and significantly from the estimated quantity
of such item indicated in the Agreement and there is no corresponding
adjustment with respect to any other item of Work and if CONTRACTOR believes
that CONTRACTOR has incurred additional expense as a result thereof, CON-
TRACTOR may make a claim for an increase in the Contract Price in accordance
with Article 11 if the parties are unable to agree as to the amount of any
such increase.
I
I
ARTICLE 12--CHANGE OF CONTRACT TIME
I
12,1, The Contract Time may only be changed by a Change Order. Any
request for an extension in the Contract Time shall be made in writing and
delivered to PROFESSIONAL and Project Manager within seven (7) calendar days
of the occurrence first happening and resulting in the claim. Written
supporting data will be submitted to PROFESSIONAL and Project Manager within
fifteen (15) calendar days after such occurrence unless the Project Manager
allows additional time. All claims submitted by CONTRACTOR for adjustments
to the Contract Time must set forth in detail the reasons for and causes of
the delay and clearly indicate why the subject delay was beyond CONTRACTOR's
control or fault,
I
I
12.2, If CONTRACTOR is delayed at any time in the performance, progress,
commencement, or completion of the Work by any act or neglect of OWNER or
PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR
employed by OWNER, or by changes ordered in the Work, or by labor disputes,
fire, unavoidable casualties, utility conflicts which could not have been
I
-
-
35
I
I
identified or foreseen by CONTRACTOR using reasonable diligence, or any causes
beyond CONTRACTOR's control or fault, then the Contract Time shall be extended
by Change Order for such reasonable time as OWNER may determine. CONTRACTOR
shall be entitled to an extension of time for such causes only for the number
of days of delay which OWNER may determine to be due solely to such causes and
only to the extent such occurrences actually delay the completion of the Work
and then only if CONTRACTOR shall have strictly complied with all the
requirements of the Contract Documents, Provided, however, notwithstanding
anything in the Contract Documents to the contrary, no interruption,
interference, inefficiency, suspension or delay in the performance, progress,
commencement or completion of the Work for any cause whatsoever, including
those for which OWNER or PROFESSIONAL may be responsible in whole or in part,
shall relieve CONTRACTOR of its duty to perform or give rise to any right to
damages or additional compensation from OWNER. CONTRACTOR's sole and
exclusive remedy against OWNER for interruption, interference, inefficiency,
suspension or delay of any aspect of the Work shall be the right to seek an
extension to the Contract Time in accordance with the procedures set forth
herein.
I
I
I
I
I
ARTICLE 13--~ AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION,
REMOVlU. OR ACCEPTANCE OF DEFECTIVE WORK
I
warranty and Guarantee:
I
13.1. CONTRACTOR warrants and guarantees to OWNER that all materials
and equipment will be new unless otherwise specified and that all work will
be of good quality, performed in a workmanlike manner, free from faults or
defects, and in accordance with the requirements of the Contract Documents and
any inspections, tests, or approvals referred to in this Article. All
unsatisfactory Work, all faulty Work and all Work not conforming to the
requirements of the Contract Documents or such inspections, tests, approvals,
or all applicable building, construction and safety requirements shall be
considered defective, Notice of all defects shall be given to CONTRACTOR by
PROFESSIONAL. All defective work, whether or not in place, may be rejected,
corrected, or accepted as provided in this Article,
I
I
I
13,2. For the duration of the Work, PROFESSIONAL and its
representatives, other designated representatives of OWNER, and authorized
representatives of any regulatory agency shall at all times be given access
to the Work. CONTRACTOR shall provide proper facilities for such access and
observation of the Work and also for any inspection or testing by others.
I
Access to Work:
I
13.3, If the Contract Documents, laws, ordinances, rules, regulations
or orders of any public authority having jurisdiction require any Work to
specifically be inspected, tested, or approved by someone other than
CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness
therefore,
13.4, The testing firm(s) (if assigned by OWNER to this Work) and all
such inspections, tests, or approvals provided for by OWNER shall be
identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections,
tests or approvals shall be at CONTRACTOR's expense including additional
I
Tests and InspectionS:
I
I
I
36
I
I
I
I
expenses for inspection and tests required as a result of delays by CONTRACTOR
or hours worked in excess of 40 hours per week, For all required inspections,
tests, and approvals on any Work prepared, performed, or assembled away from
the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates
of Inspection, testing, or approval, All such tests will be in accordance
with the methods prescribed by the American Society for Testing and Materials
or such other applicable organizations as may be required by law or the
Contract Documents. Materials or Work in place that fail to pass
acceptability tests shall be retested at the direction of PROFESSIONAL and at
CONTRACTOR's expense.
I
I
I
13.5, All inspections, tests or approvals other than those required by
Laws or Regulations of any public body having jurisdiction shall be performed
by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so
specified) .
I
13.6. If any Work (including the work of others) that is to be
inspected, tested or approved is covered without written concurrence of
PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for
observation, Such uncovering shall be at CONTRACTOR's expense unless
CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to
cover the same and PROFESSIONAL has not acted with reasonable promptness in
response to such notice.
I
I
I
13.7. Nei ther observations by PROFESSIONAL or proj ect Manager nor
inspections, tests, or approvals by persons other than CONTRACTOR shall
relieve CONTRACTOR of its obligations to perform the Work in accordance with
the requirements of the Contract Documents,
I
Uncovering Work:
I
13,8. If any Work required to be inspected, tested or approved is
covered prior thereto without the prior written approval of PROFESSIONAL, or
if any Work is covered contrary to the request of PROFESSIONAL, the Work
shall, if requested by PROFESSIONAL, be uncovered for observation, inspection,
testing or approval and replaced at CONTRACTOR's expense.
I
13.9. If PROFESSIONAL considers it necessary or advisable that covered
Work be observed by PROFESSIONAL or inspected or tested by others. CONTRACTOR,
at PROFESSIONAL's request, shall uncover, expose or otherwise make available
for observation, inspection or testing as PROFESSIONAL may require, that
portion of the Work in question, furnishing all necessary labor, material and
equipment. If it is found that such Work is defective, CONTRACTOR shall bear
all direct, and consequential costs of such uncovering, exposure, observation,
inspection and testing and of satisfactory reconstruction, (including but not
limited to fees and charges of PROFESSIONALs, architects, attorneys and other
PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to the amount
thereof, may make a claim therefor as provided in Article 11, If, however,
such Work is not found to be defective, CONTRACTOR shall be allowed an
increase in the Contract Price, or an extension of the Contract Time, or both,
directly attributable to such uncovering, exposure, observation, inspection,
testing and reconstruction; and, if the parties are unable to agree as to the
amount or extent thereof, CONTRACTOR may make a claim therefor as provided in
Articles 11 and 12.
I
I
I
I
.
.
37
-
.
-
I
I
Owner May Stop the Work:
I
13 .10. When Work is defective or when CONTRACTOR fails to supply
sufficient skilled workmen or suitable materials or equipment, or make prompt
payments to Subcontractors for labor, materials, or equipment, or if
CONTRACTOR violates any provisions of these Contract Documents, OWNER may
order CONTRACTOR to stop the Work until the cause for such order has been
eliminated, However, this right of OWNER to stop the Work shall not give rise
to any duty on the part of OWNER to exercise this right for the benefit of
CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an
increase in the Contract Price or Contract Time or other damages for a stop
work order under this paragraph.
I
I
I
Correction or Removal of Defective Work:
13 .11, When directed by PROFESSIONAL, CONTRACTOR shall promptly,
without cost to OWNER and as specified by PROFESSIONAL, either correct the
defective Work whether fabricated, installed, or completed, or remove it from
the site and replace it with non defective Work, If CONTRACTOR does not
correct such defective Work or remove and replace such defective Work within
a reasonable time, all as specified in a written notice from PROFESSIONAL,
OWNER may have the deficiency corrected, All direct and indirect costs of
such correction shall be paid by CONTRACTOR or deducted from payment to
CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing
and replacing all Work of others destroyed or damaged by the correction,
removal, or replacement of the defective Work,
I
I
I
One Year Correction Period:
I
13.12. If, after approval of final payment and prior to the expiration
of one year after the date of substantial completion or such longer period of
time as may be prescribed by law or by the terms of any applicable special
guarantee required by the Contract Documents, any Work or materials are found
to be defective, incomplete, or otherwise not in accordance with the Contract
Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance
with OWNER's written instructions, either correct such defective Work, or if
it has been rejected by OWNER, remove it from the Site and replace it with
non-defective Work. If CONTRACTOR does not promptly comply with the terms of
such instructions, OWNER may have the defective Work corrected, removed, or
replaced. All direct, indirect and consequential costs of such removal and
replacement (including but not limited to fees and charges of engineers,
architects, attorneys and other PROFESSIONALs) will be paid by CONTRACTOR.
I
I
I
I
Acceptance of Defecti va Work:
13.13, If, instead of requiring correction or removal and replacement
of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final
payment, also PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR
shall bear all direct, indirect and consequential costs attributable to
OWNER's evaluation of and determination to accept such defective Work (such
costs to be approved by PROFESSIONAL as to reasonableness and to include but
not be limited to fees and charges of PROFESSIONALs, architects, attorneys and
other PROFESSIONALs), If any such acceptance occurs prior to PROFESSIONAL's
recommendation of final payment, a Change Order will be issued incorporating
the necessary revisions in the Contract Documents with respect to the Work and
I
I
I
I
38
I
I
I
I
OWNER shall be entitled to an appropriate decrease in the Contract Price, and,
if the panics are unable to agree as to the amount thereof. OWNER may make a
claim therefor as provided in Article 11, If the acceptance occurs after such
recommendation, an appropriate amount will be paid by CONTRP.CTOR to OWNER.
I
OffNER May Correct Defective Work:
I
13.14, If CONTRACTOR fails within a reasonable time after written
notice of PROFESSIONAL to proceed to correct and to correct defective Work or
to remove and replace rejected Work as required by PROFESSIONAL in accordance
with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR falls to comply with any other
provision of the Contract Documents, OWNER may, after seven days' written
notice to CONTRACTOR, correct and remedy any such deficiency. In exercising
the rights and remedies under this paragraph OWNER shall proceed
expeditiously, to the extent necessary to complete corrective and remedial
action, OWNER may exclude CONTRACTOR from all or part of the site, take
possession of all or part of the Work, and suspend CONTRACTOR's services
related thereto, take possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and incorporate in the Work
all materials and equipment stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER,
OWNER's representatives, agents and employees such access to the site as may
be necessary to enable OWNER to exercise the rights and remedies under this
paragraph. All direct, indirect and consequential costs of OWNER in exercising
such rights and remedies will be charged against CONTRACTOR in an amount
approved as to reasonableness by PROFESSIONAL, and a Change Order will be
issued incorporating the necessary revisions in the Contract Documents with
respect to the Work, and OWNER shall be entitled to an appropriate decrease
in the Contract Price, and, if the parties are unable to agree as to the
amount thereof, OWNER may make a claim therefor as provided in Article 11.
Such direct, indirect and consequential costs will include but not be limited
to fees and charges of PROFESSIONALs, architects, attorneys and other
PROFESSIONALs, all court costs and all costs of repair and replacement of work
of others destroyed or damaged by correction, removal or replacement of
CONTRACTOR's defective Work, CONTRACTOR shall not be allowed an extension of
the Contract Time because of any delay in performance of the Work attributable
to the exercise by OWNER of OWNER's rights and remedies hereunder,
I
I
I
I
I
I
I
I
Neg~ected. Work by CONT.RACTOR
I
13.15. If CONTRACTOR neglects to execute the Work in accordance with
the Contract Documents, including any requirements of the progress schedule,
PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific
corrective actions including, but not limited to, employing additional
workmen, and/or equipment, and working extended hours and additional days, all
at no cost to OWNER in order to put the Work back on schedule, If CONTRACTOR
fails to correct the deficiency or take appropriate corrective action, OWNER
may terminate the contract or CONTRACTOR's right to proceed with that portion
of Work and have the Work done by others, The cost of completion under such
procedure shall be charged against CONTRACTOR, A Change Order shall be issued
incorporating the necessary revisions in the Contract Documents, including an
appropriate reduction in the Contract Price, If the payments due CONTRACTOR
are not sufficient to cover such amount, CONTRACTOR shall pay the difference
to OWNER.
I
I
I
I
39
-
i
I
I
13,16, Should CONTRACTOR work overtime, weekends or holidays to regain
the schedule, all costs to OWNER of associated inspection, construction
management and resident PROFESSIONALs shall be identified to CONTRACTOR and
the Contract Price reduced by a like amount via Change Order,
I
I
ARTICLE 14-PAnmNTS TO CONTRACTOR AND COMPLETION
I
Schedul.e of Va~ues:
14.1, The schedule of values established as provided in 2.9 will serve
as the basis for progress payments and will be incorporated into a form of
application for Payment acceptable to Project Manager. Progress payments on
account of Unit Price Work will be based on the number of units completed,
I
App~ica tion for Progress Payment:
I
14,2, At least twenty (20) calendar days before the date established
for each progress payment (but not more often than once a month), CONTRACTOR
shall submit to PROFESSIONAL for review an application for Payment filled out
and signed by CONTRACTOR covering the work completed as of the date of the
application and accompanied by such supporting documentation as is required
by the Contract Documents. If payment is requested on the basis of materials
and equipment not incorporated in the Work but delivered and suitably stored
at the site or at another location agreed to in writing, the Application for
Payment shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the materials and equipment
free and clear of all liens and evidence that the materials and equipment are
covered by appropriate property insurance and other arrangements to protect
OWNER's interest therein, all of which will be satisfactory to OWNER, Payment
is subject to a ten percent (10%) retainage that will be held until the final
payment or acceptance by OWNER. The amount of retainage with respect to
progress payments will be as stipulated in the Agreement.
I
I
I
I
CONTRACTOR's Warranty of Xi tie:
I
14.3. CONTRACTOR warrants and guarantees that title . to all Work,
materials and equipment covered by any Application for Payment, whether
incorporated in the Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens,
I
RevieW' of App~ications for Progress Payment:
I
14,4. PROFESSIONAL will, within ten (10) calendar days after receipt
of each Application for Payment, either indicate in writing a recommendation
of payment and present the application to OWNER, or return the application to
CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to
recommend payment, In the latter case, CONTRACTOR may make the necessary
corrections and resubmit the application, OWNER shall, within thirty-one
calendar days of presentation to him of the application for payment with
PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount
recommended.
I
I
I
I
40
I
I
I
I
I
14,5. PROFESSIONAL's recommendation of any payment requested in an
Application for Payment will constitute a representation by PROFESSIONAL to
OWNER, based on PROFESSIONAL's on-site observations of the Work in progress
as an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's
review of the Application for Payment and the accompanying data and schedules
that the Work has progressed to the point indicated; that, to the best of
PROFESSIONAL's knowledge, information and belief, the quality' of the Work is
in accordance with the Contract Documents subject to an evaluation of the Work
as a functioning whole prior to or upon Substantial Completion, to the results
of any subsequent tests called for in the Contract Documents, to a final
determination of quantities and classifications for Unit Price Work under
paragraph 9,10. and to any other qualifications stated in the recommendation,
and that CONTRACTOR is entitled to payment of the amount recommended, However,
by recommending any such payment PROFESSIONAL will not thereby be deemed to
have represented that exhaustive or continuous on-site inspections have been
made to check the quality or the quantity of the Work beyond the
responsibilities specifically assigned to PROFESSIONAL in the Contract
Documents or that there may not be other matters or issues between the parties
that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to
withhold payment to CONTRACTOR,
I
I
I
I
I
I
14.6. PROFESSIONAL's recommendation of final payment will constitute
an additional representation by PROFESSIONAL to OWNER that the conditions
precedent to CONTRACTOR's being entitled to final payment as set forth in
paragraph 14.13 have been fulfilled.
I
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any
payment if, in PROFESSIONAL's opinion, it would be incorrect to make such
representations to OWNER, PROFESSIONAL may also refuse to recommend any such
payment, or, because of subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment previously
recommended, to such extent as may be necessary in PROFESSIONAL's opinion to
protect OWNER from loss because:
I
14.7.1. the Work is defective, or completed Work has been damaged
requiring correction or replacement.
I
14,7.2.
Change Order,
the Contract Price has been reduced by Written Amendment or
I
14.7.3. OWNER has been required to correct defective Work or complete
Work in accordance with paragraph 13.14. or
i
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of
the events enumerated in paragraphs 15.2,1 through 15.2.9 inclusive,
I
OWNER may refuse to make payment of the full amount recommended by
PROFESSIONAL because claims have been made against OWNER on account of
CONTRACTOR's performance or furnishing of the Work or Liens have been filed
in connection with the Work or there are other items entitling OWNER to a
set-off against the amount recommended, but OWNER must give CONTRACTOR
immediate written notice (with a copy to PROFESSIONAL) stating the reasons for
such action.
I
.
.
41
-
iii
.
I
I
Substantial Completion:
I
14,8, When CONTRACTOR considers the entire Work ready for its intended
use CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire
Work is substantially complete (except for items specifically listed by
CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate
of Substantial Completion. Within a reasonable time thereafter, OWNER,
CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine
the status of completion. If PROFESSIONAL does not consider the Work
substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving
the reasons therefor, If PROFESSIONAL considers the Work substantially
complete, PROFESSIONAL will prepare and deliver to OWNER a tentative
certificate of Substantial Completion which shall fix the date of Substantial
Completion. There shall be attached to the certificate a tentative list of
items to be completed or corrected before final payment, OWNER shall have
seven days after receipt of the tentative certificate during which to make
written objection to PROFESSIONAL as to any provisions of the certificate or
attached list. If, after considering such objections. PROFESSIONAL concludes
that the Work is not substantially complete, PROFESSIONAL will within fourteen
days after submission of the tentative certificate to OWNER notify CONTRACTOR
in writing. stating the reasons therefor, If, after consideration of OWNER's
objections, PROFESSIONAL considers the Work substantially complete,
PROFESSIONAL will within said fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial Completion (with a revised
tentative list of items to be completed or corrected) reflecting such changes
from the tentative certificate as PROFESSIONAL believes justified after
consideration of any objections from OWNER, At the time of delivery of the
tentative certificate of Substantial Completion PROFESSIONAL will deliver to
OWNER and CONTRACTOR a written recommendation as to division of
responsibilities pending final payment between OWNER and CONTRACTOR with
respect to security, operation, safety, maintenance, heat, utilities,
insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in
writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the
definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid
recommendation will be binding on OWNER and CONTRACTOR until final payment,
I
I
I
I
I
I
I
I
I
14.9. OWNER shall have the right to exclude CONTRACTOR from the Work
after the date of Substantial Completion, but OWNER shall allow CONTRACTOR
reasonable access to complete or correct items on the tentative list,
I
Partial Utilization:
14.10. Use by OWNER at OWNER's option of any substantially completed
part of the Work which (i) has specifically been identified in the Contract
Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a
separately functioning and usable part of the Work that can be used by OWNER
for its intended purpose without significant interference with CONTRACTOR's
performance of the remainder of the Work, may be accomplished prior to
Substantial Completion of all the Work subject to the following.
I
I
14,10.1. OWNER at any time may request CONTRACTOR in writing to permit
OWNER to use any such part of the Work which OWNER believes to be ready for
its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR
will certify to OWNER and PROFESSIONAL that said part of the Work is
substantially complete and request PROFESSIONAL to issue a certificate of
I
I
I
42
I
I
I
I
I
Substantial Completion for that part of the Work. CONTRACTOR at any time may
notify, OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such
part of the Work ready for its intended use and substantially complete and
request PROFESSIONAL to issue a certificate of Substantial Completion for that
part of the Work. Within a reasonable time after either such request, OWNER,
CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work
to determine its status of completion. If PROFESSIONAL does not consider that
part of the Work to be substantially complete, PROFESSIONAL will notify. OWNER
and CONTRACTOR in writing giving the reasons therefor, If PROFESSIONAL
considers that part o(the Work to be substantially complete, the provisions
of paragraphs 14,8 and 14.9 will apply with respect to certification of
Substantial Completion of that part of the Work and the division of
responsibility in respect thereof and access thereto.
I
I
I
14,10,2. OWNER may at any time request CONTRACTOR in writing to permit
OWNER to take over operation of any such part of the Work although it is not
substantially complete, A copy of such request will be sent to PROFESSIONAL
and within a reasonable time thereafter OWNER, CONTRACTOR and PROFESSIONAL
shall make an inspection of that part of the Work to determine its status of
completion and will prepare a list of the items remaining to be completed or
corrected thereon before final payment. If CONTRACTOR does not object in writ-
ing to OWNER and PROFESSIONAL that such part of the Work is not ready for
separate operation by OWNER, PROFESSIONAL will finalize the list of items to
be completed or corrected and will deliver such list to OWNER and CONTRACTOR
together with a written recommendation as to the division of responsibilities
pending final payment between OWNER and CONTRACTOR with respect to security,
operation, safety, maintenance, utilities, insurance, warranties and
guarantees for that part of the Work which will become binding upon OWNER and
CONTRACTOR at the time when OWNER takes over such operation (unless they shall
have otherwise agreed in writing and so informed PROFESSIONAL), During such
operation and prior to Substantial Completion of such part of the Work, OWNER
shall allow CONTRACTOR reasonable access to complete or correct items on said
list and to complete other related Work.
I
I
I
I
I
14.10.3. No occupancy or separate operation of part of the Work will
be accomplished prior to compliance with the requirements of paragraph 5.15
in respect of property insurance.
I
14.10.4. OWNER, may at its discretion, reduce the amount of retainage
subject to Beneficial Occupancy,
I
Final. Inspection:
I
14.11. Upon written notice from CONTRACTOR that the entire Work or an
agreed portion thereof is complete, PROFESSIONAL will make a final inspection
with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all
particulars in which this inspection reveals that the Work is incomplete or
defective. CONTRACTOR shall immediately take such measures as are necessary
to remedy such deficiencies.
-
I
Final Application for Payment:
I
14 .12. After CONTRACTOR has completed all such corrections to the
satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the
Contract Documents all maintenance and operating instructions, schedules,
-
-
-
43
I
I
guarantees, bonds, certificates or other evidence of insurance required by
5.2, certificates of inspection, marked-up record documents and other
documents, CONTRACTOR may make application for final payment following the
procedure for progress payments. The final Application for Payment shall be
accompanied (except as previously delivered) by: (i) all documentation called
for in the Contract Documents, including but not limited to the evidence of
insurance required, (ii) consent of the surety, if any, to final payment, and
(iii) complete and legally effective releases or waivers (satisfactory to
OWNER) of all liens arising out of or filed in connection with the Work. In
lieu of such releases or waivers of liens and as approved by County,
CONTRACTOR may furnish receipts or release in full and an affidavit of
CONTRACTOR that (i) the releases and receipts include all labor, services,
material and equipment for which a lien could be filed, and (ii) all payrolls,
material and equipment bills and other indebtedness connected with the Work
for which OWNER or OWNER's property might in any way be responsible have been
paid or otherwise satisfied. If any Subcontractor or supplier fails to
furnish such a release or receipt in full, CONTRACTOR may furnish a bond or
other collateral satisfactory to OWNER to indemnify OWNER against any lien.
I
I
I
I
I
14.12,1. No application for final payment will be accepted by OWNER
until approved as-built documents by CONTRACTOR are accepted and approved by
PROFESSIONAL,
I
14.12.2. Notwithstanding any other provision of these contract
documents to the contrary, OWNER and PROFESSIONAL are under no duty or
obligation whatsoever to any vendor, materials provider, Subcontractor,
laborer or other party to ensure that payments due and owing by CONTRACTOR to
any of them are or will be made. Such parties shall rely only on CONTRACTOR's
surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and
resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL
for all claims arising from or resulting from Subcontractor or supplier or
material men or laborer services in connection with this project,
I
I
I
14,12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and
PROFESSIONAL for any damages sustained including lost profits resulting from
CONTRACTOR's failure or refusal to perform the work required by these contract
documents.
I
Final Payment and Acceptance:
I
14,13. If, on the basis of PROFESSIONAL's observation of the Work
during construction and final inspection, and PROFESSIONAL's review of the
final Application for Payment and accompanying documentation as required by
the Contract Documents, PROFESSIONAL is satisfied that the Work has been
completed and CONTRACTOR's other obligations under the Contract Documents have
been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt
of the final Application for Payment, indicate in writing PROFESSIONAL's
recommendation of payment and present the Application to OWNER for payment,
At the same time PROFESSIONAL will also give written notice to OWNER and
CONTRACTOR that the Work is acceptable subject to the provisions of 14.6,
Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating
in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application,
After the presentation to OWNER of the application and accompanying
I
I
I
I
I
44
I
I
I
I
documentation, in appropriate form and substance and with PROFESSIONAL's
recommendation and notice of acceptability, the amount recommended by
PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR.
I
I
14,14. If, through no fault of CONTRACTOR, final completion of the Work
is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon
receipt of CONTRACTOR's final Application for Payment and recommendation of
PROFESSIONAL, and without terminating the Agreement, make payment of the
balance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by OWNER for Work not fully completed or
corrected is less than the retainage stipulated in the Contract, and if bonds
have been furnished as required in Article 5, the written consent of the
surety to the payment of the balance due for that portion of the Work fully
completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with
the application for such payment. Such payment shall be made under the terms
and conditions governing final payment, except that it shall not constitute
a waiver of claims.
I
I
I
CONmACTOR's Continuing Ob~igation:
I
14,15, CONTRACTOR's obligation to perform and complete the Work in
accordance with the Contract Documents shall be absolute. Neither
recommendation of any progress or final payment by PROFESSIONAL, nor the
issuance of a certificate of Substantial Completion, nor any payment by OWNER
to CONTRACTOR under the Contract Documents, nor any use or occupancy of the
Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any
failure to do so, nor any review and approval of a Shop Drawing or sample
submission, nor the issuance of a notice of acceptability by PROFESSIONAL
pursuant to paragraph 14,13, nor any correction qf defective Work by OWNER
will constitute an acceptance of Work not in accordance with the Contract
Documents or a release of CONTRACTOR's obligation to perform the Work in
accordance with the Contract Documents (except as provided in paragraph
14 ,16) ,
I
I
I
Waiver of C~aiJD.s:
14.16. The making and acceptance of final payment will constitute:
I
14,16.1. A waiver of all claims by OWNER against CONTRACTOR, except
claims arising from unsettled liens, from defective Work appearing after final
inspection pursuant to 14,11 from failure to comply with the Contract
Documents or the terms of any special guarantees specified therein, or from
CONTRACTOR's continuing obligations under the Contract Documents; and
I
I
14.16,2. A waiver of all claims by CONTRACTOR against OWNER other than
those previously made in writing and still unsettled.
I
ARTICLE lS--SOSPENSION OF WORK AND
TERNINM'ION
Owner May Suspend Worle:
I
15,1, OWNER may, at any time and without cause, suspend the Work or any
portion thereof for a period of not more than ninety days by notice in writing
to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be
-
45
I
I
resumed, CONTRACTOR shall resume the Work on the date so fixed, CONTRACTOR
shall be allowed an adjustment in the Contract Price or an extension of the
Contract Time, or both, directly attributable to any suspension if CONTRACTOR
makes an approved claim therefor as provided in Articles 11 and 12,
I
Termination For Cause:
I
15.2, Upon the occurrence of anyone or more of the following events:
I
15,2, 1. if CONTRACTOR commences a voluntary case under any chapter of
the Bankruptcy Code (Title 11, United States Code), as now or hereafter in
effect, or if CONTRACTOR takes any equivalent or similar action by filing a
petition or otherwise under any other federal or state law in effect at such
time relating to the bankruptcy or insolvency;
I
15,2.2. if a petition is filed against CONTRACTOR under any chapter of
the Bankruptcy Code as now or hereafter in effect at the time of filing, or
if a petition is filed seeking any such equivalent or similar relief against
CONTRACTOR under any other federal or state law in effect at the time relating
to bankruptcy or insolvency;
I
I
15,2.3, if CONTRACTOR makes a general assignment for the benefit of
creditors;
I
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is
appointed under applicable law or under contract, whose appointment or
authority to take charge of property of CONTRACTOR is for the purpose of
enforcing a Lien against such property or for the purpose of general
administration of such property for the benefit of CONTRACTOR's creditors;
I
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts
generally, as they become due;
I
15,2,6, if CONTRACTOR fails to perform the Work in accordance with the
Contract Documents (including, but not limited to, failure to supply
sufficient skilled workers or suitable materials or equipment or failure to
adhere to the progress schedule established under paragraph 2,9 as revised
from time to time);
I
15,2.7. if CONTRACTOR disregards Laws or Regulations of any public body
having jurisdiction;
I
15.2,8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
I
15.2,9, if CONTRACTOR otherwise violates in any substantial way any
provisions of the Contract Documents,
OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven
days' written notice and to the extent permitted by Laws and Regulations,
terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and
take possession of the Work and of all CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and use the same to the full
extent they could be used by CONTRACTOR (without liability to CONTRACTOR for
trespass or conversion), incorporate in the Work all materials and equipment
stored at the site or for which OWNER has paid CONTRACTOR but which are stored
elsewhere, and finish the Work as OWNER may deem expedient. In such case
I
I
I
I
46
I
I
I
I
CONTRACTOR shall not be entitled to receive any further payment until the Work
is finished, If the unpaid balance of the Contract Price exceeds the direct,
indirect and consequential costs of completing the Work (including but not
limited to fees and charges of PROFESSIONALS, architects, attorneys and other
PROFESSIONALS and court and arbitration costs) such excess will be paid to
CONTRACTOR, If such costs exceed such unpaid balance, CONTRACTOR shall pay
the difference to OWNER, Such costs incurred by OWNER will be approved as to
reasonableness by PROFESSIONAL and incorporated in a Change Order, but when
exercising any rights or remedies under this paragraph OWNER shall not be
required to obtain the lowest price for the Work performed.
I
I
I
15,3. In the event OWNER terminates the contract for cause and it is
subsequently judicially determined that there was no cause for termination,
the termination for convenience provision will be the means for disposition
of the balance of the contract obligations.
I
T.'no....; n.. tion for Convenience
I
15,4, Upon seven working days' written notice to CONTRACTOR and
PROFESSIONAL, OWNER may, without cause and without prejudice to any other
right or remedy of OWNER, elect to terminate the Contract, In such case,
CONTRACTOR shall be paid (without duplication of any items) :
I
15,4.1. For completed and acceptable Work executed in accordance with
the Contract Documents prior to the effective date of termination, including
fair and reasonable sums for overhead and profit on such Work;
I
I
15,4.2. For expenses sustained prior to the effective date of
termination in performing services and furnishing labor, materials or
equipment as required by the Contract Documents in connection with uncompleted
Work, plus fair and reasonable sums for overhead and profit on such expenses;
I
15,4,3. For all claims, costs, losses and damages incurred in
settlement of terminated contracts with Subcontractors, suppliers and others;
and
15,4.4. For reasonable expenses directly attributable to termination.
.
.
CONTRACTOR shall not be paid on account of loss of anticipated profits or
revenue or other economic loss arising out of or resulting from such
termination,
I
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the
termination will not affect any rights or remedies of OWNER against CONTRACTOR
then existing or which may thereafter accrue. Any retention or payment of
moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability,
I
--
CONmACTOR May Stop Work: or TAT"Jft;nate:
-
15.6. If through no act or fault of CONTRACTOR, the Work is suspended
for a period of more than ninety calendar days by OWNER or under an order of
court or other public authority, or PROFESSIONAL fails to act on any
Application for Payment within thirty days after it is submitted or OWNER
fails for thirty-one days to pay CONTRACTOR any sum finally determined to be
due, then CONTRACTOR may upon seven working days' written notice to OWNER and
PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension
.
47
I
I
or failure within that time, terminate the Agreement and recover from OWNER
payment on the same terms as provided in 15.2, In lieu of terminating the
Agreement and without prejudice to any other right or remedy, if PROFESSIONAL
has failed to act on an Application for Payment within thirty days after it
is submitted, or OWNER has failed for thirty-one days after it is submitted,
or OWNER has failed for thirty-one calendar days to pay CONTRACTOR any sum
finally determined to be due, CONTRACTOR may upon seven day's written notice
to OWNER and PROFESSIONAL stop the Work until payment of all such amounts due
CONTRACTOR, including interest thereon, The provisions of this paragraph are
not intended to preclude CONTRACTOR from making claim under Articles 11 and
12 for an increase in Contract Price or Contract Times or otherwise for
expenses or damage directly attributable to CONTRACTOR's stopping Work as
permitted by this paragraph, The provisions of this paragraph shall not
relieve CONTRACTOR of the obligations under paragraph 6.30 to carryon the
Work in accordance with the progress schedule and without delay during
disputes and disagreements with OWNER.
I
I
I
I
I
ARTICLE 16--DISPUTE RESOLUTION
16.1, All disputes arising under this Contract or its interpretation
whether involving law or fact or both, or extra work, and all claims for
alleged breach of contract shall within ten (10) working days of the
commencement of the dispute be presented by CONTRACTOR to OWNER for decision,
All papers pertaining to claims shall be filed in quadruplicate. Such notice
need not detail the amount of the claim but shall state the facts surrounding
the claim in sufficient detail to identify the claim, together with its
character and scope, In the meantime, CONTRACTOR shall proceed with the Work
as directed. Any claim not presented within the time limit specified in this
paragraph shall be deemed to have been waived, except that if the claim is of
a continuing character and notice of the claim is not given within ten (10)
working days of its commencement, the claim will be considered only for a
period commencing ten (10) working days prior to the receipt by OWNER of
notice thereof. Each decision by OWNER will be in writing and will be mailed
to CONTRACTOR by registered or certified mail, return receipt requested,
directed to his last known address.
I
I
I
I
I
16,2, All claims, disputes and other matters in question between OWNER
and CONTRACTOR arising out of, or relating to, the Contract Documents or the
breach thereof shall be decided under Georgia Law in the Superior Court of
Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to
jurisdiction and venue in the Superior Court of Richmond County, Georgia, and
waives any right to contest same.
I
ARTICLE 17-MISCELLANEOOS
I
Giving Notice:
I
17,1, Whenever any provision of the Contract Documents requires the
giving of written notice, it will be deemed to have been validly given if
delivered in person to the individual or to a member of the firm or to an
officer of the corporation for whom it is intended, or if delivered at or sent
by registered or certified mail, postage prepaid, to the last business address
known to the giver of the notice.
I
I
I
48
I
I
I
I
Computation of Time:
I
17,2,1. When any period of time is referred to in the Contract
Documents by days, it will be computed to exclude the first and include the
last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday by the law of the
applicable jurisdiction, such day will be omitted from the computation,
I
17,2.2, A calendar day of twenty-four hours measured from midnight
to the next midnight shall constitute a day,
General:
I
17,3, Should OWNER or CONTRACTOR suffer injury or damage to person or
property because of any error, omission or act of the other party or of any
of the other party's employees or agents or others for whose acts the other
party is legally liable, claim should be made in writing to the other party
within a reasonable time of the first observance of such injury or damage,
The provisions of this paragraph 17.3 shall not be construed as a substitute
for or a waiver of the provisions of any applicable statute of limitations or
repose,
I
I
I
17,4. The duties and obligations imposed by these General Conditions and
the rights and remedies available hereunder to the parties hereto, and, in
particular but without limitation, the warranties, guarantees and obligations
imposed upon CONTRACTOR by paragraphs 6,32, 13,1, 13,12, 13.14, 14,3 and 15.2
and all of the rights and remedies available to OWNER and PROFESSIONAL
thereunder, are in addition to, and are not to be construed in any way as a
limitation of, any rights and remedies available to any o~ all of them which
are otherwise imposed or available by Laws or Regulations, by special warranty
or guarantee or by other provisions of the Contract Documents, and the
provisions of this paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation,
right and remedy to which they apply. All representations, warranties and
guarantees made in the Contract Documents will survive final payment and
termination or completion of the Agreement.
I
I
I
I
17.5, CONTRACTOR shall keep adequate records and supporting
documentation applicable to this Work and Contract, Said records and
documentation shall be retained by CONTRACTOR for a minimum of five (5) years
from the date of final completion or termination of this Contract. OWNER
shall have the right to audit, inspect, and copy all such records and
documentation as often as OWNER deems necessary during the period of the
Contract and for a period of five (5) years thereafter provided, however, such
activity shall be conducted only during normal business hours. OWNER, during
this period of time, shall also have the right to obtain a copy of and
otherwise inspect any audit made at the direction of CONTRACTOR as concerns
the aforesaid records and supporting documentation.
I
I
I
17,6, The Contract Documents are intended by the Parties to, and do,
supersede any and all provisions of the Georgia Prompt Pay Act, O,C,G.A.
Section 13-11-1, et seq. In the event any provision of the Contract Documents
are inconsistent with any provision of the Prompt Pay Act, this provision of
the Contract Documents shall control.
I
.
49
-
I
I
17,7, Notwithstanding any provision of the law to the contrary, the
parties agree that no interest shall be due Contractor on any sum held as
retainage pursuant to the Contract Documents and CONTRACTOR specifically
waives any claim to same.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
50
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
SC - 21
SC - 22
.
.
9810-02-SC,doc
-
SUPPLEMENTARY CONDITIONS
INDEX
CONTRACT DOCUMENTS AND DRAWINGS
ENGINEER FOR THE PROJECT
FIELD OFICE
BOUNDARIES OF WORK AND STAGING AREAS
EXISTING STRUCTURES AND UTILITIES
SCHEDULE OF EQUIPMENT IN THE BID
UTILITIES
TEMPORARY SANITARY FACILITIES
SURVEYS AND PERMITS
DIMENSIONS
SEDIMENT AND EROSION CONTROL
SAFETY AND HEALTH REGULATIONS
SITE CONTAMINATION AND CHEMICALS
STORAGE OF MATERIAL
TRAFFIC SAFETY
CLEANING UP
PRIOR USE BY OWNER
RESTORATION OF PROPERTY
SEQUENCING OF CONSTRUCTION
MANUFACTURER'S DIRECTIONS
INSURANCE LIMITS
SUBSURFACE CONDIITONS
SC-l
I
I
SC - 1
CONTRACT DOCUMENTS AND DRAWINGS:
I
The Contract Documents which form a part of this contract include
Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Notice
of Award, Agreement, Payment Bond, Performance Bond, Notice to Proceed,
Change Order, General Conditions, Special Conditions, Technical
Specifications, Drawings and Addenda.
I
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
Drawinqs: The Engineer will furnish to the Contractor, free of charge,
all copies of the drawings and specifications reasonably necessary for
the execution of the work. Location of all features of the work
included in the contract are indicated on the contract drawings. The
following drawings, dated February 1999, comprise the plans for this
contract.
DRAWING NO. TITLE
I
I
COVER
1.
2,
3,
4,
5.
6.
7,
8,
9.
10,
11.
12,
13,
14.
15,
16.
17,
18.
19,
20,
21.
22,
23.
24,
LIST OF DRAWINGS AND COVER SHEET
SITE PLAN
YARD PIPING
ENLARGED PIPING PLANS AND DETAILS
SITEWORK PLAN AND DETAILS
COAGULANT FEED SYSTEM SHEET 1
COAGULANT FEED SYSTEM SHEET 2
COAGULANT FEED SYSTEM STRUCTURAL
LIQUID CHEMICAL FEED SCHEDULES AND DETAILS
FLUORIDE BUILDING PLANS AND DETAILS
DRY CHEMICAL FEED SYSTEM PLAN AND DETAILS
DRY CHEMICAL FEED SYSTEM ELEVATIONS
CLEARWELL NO, 2 PLAN
CLEARWELL NO. 2 DETAILS
LIME SLURRY BUILDING PLAN AND ELEVATIONS
LIME SLURRY BUILDING STRUCTURAL
HORIZONTAL MIXER PLANS
HORIZONTAL SECTIONS & DETAILS
PLUMBING, HEATING AND VENTILATION
DUCT SYSTEM AND CHEMICAL FEED PLAN
MISCELLANEOUS DETAILS SHEET NO. 1
MISCELLANEOUS DETAILS SHEET NO, 2
ELECTRICAL SHEET NO, 1
ELECTRICAL SHEET NO. 2
ELECTRICAL SHEET NO. 3
I
I
I
I
I
I
SC - 2
ENGINEER FOR THE PROJECT:
I
The ENGINEER for this project, referenced in the General Conditions as
the PROFESSIONAL, is Zimmerman, Evans and Leopold, Inc" 435 Telfair
Street, Augusta, GA 30901. The engineer's representative on the site
will be the Resident Project Representative (RPR).
I
The RPR will:
. Provide engineering liaison with the contractor working
principally through the Contractor's superintendent to
assist in understanding the intent of the contract
documents.
. Provide assistance to the contractor with obtaining
additional details and information.
I
I
9810-02-SC .doc
SC-2
-
.
-
I
I
. Coordinate with on site personnel who are operating the
owner's facilities.
. Verify tests, equipment and systems startup,
. Provide the initial review of the contractor's payment
requests
. Make recommendations for the ENGINEER's review.
I
I
I
The RPR will not:
. Authorize deviations from the Contract Documents or
substitution of materials or equipment, unless authorized
by the ENGINEER.
. Exceed the limitations of ENGINEER's authority.
. Undertake any of the responsibilities of CONTRACTOR,
subcontractors or CONTRACTOR's superintendent,
. Advise on, issue directions relative to, or assume control
over any aspect of the means, methods, techniques,
sequences or procedures of construction unless such advice
or directions are specifically required by the Contract
Documents.
. Advise on, issue directions regarding, or assume control
over safety precautions and programs in connection with the
Work,
. Accept Shop Drawings or sample submittals from anyone other
than the CONTRACTOR.
. Authorize the OWNER to occupy the Project in whole or in
part,
I
I
I
I
SC - 3
FIELD OFFICE:
I
The Contractor shall maintain a field office on the site of the work
which contains a telephone, the contract documents, and the
contractor's records. In addition, another office shall be equipped
with a telephone, file cabinet for project records, a table for
reference of construction plans, storage space for proj ect plans and
specifications and other furnishings as required for the exclusive use
of the Owner's project representative who will be assigned to this
project.
I
I
SC - 4
BOUNDARIES OF WORK AND STAGING AREAS:
I
The Contractor shall not enter on or occupy with men, tools, equipment,
or materials, any ground outside the limits of Owner's property or
construction easements without written consent of the Owner of such
property. A staging area for this contract has been allocated near the
Augusta Water Works office on Central Avenue. In addition, other areas
on site and proximate to the work may be utilized through coordination
with the engineer. The allowable loading capability of the clearwell
structures must be considered in any use of the areas above the
clearwells,
I
I
SC - 5
EXISTING STRUCTURES AND UTILITIES:
I
It is mandatory that the Contractor locate all previously placed
underground installations and construction prior to his engaging in any
work in areas where such improvements may exist. The Contract drawings
indicate general locations of such existing improvements solely for the
purpose of initial and general representation thereof, The Owner and
Engineer have not verified locations of these improvements as a basis
for locations displayed on the drawings, All utilities and
improvements must be located and flagged by the Contractor prior to
.
.
9810-02-SC. doc
SC-3
I
I
commencing work. Flags must be maintained and based upon actual field
determinations. The Owner's project inspector must be notified before
any work begins in the vicinity of existing underground improvements.
I
The Contractor shall be held responsible for any damage and for
maintenance and protection of existing construction and utilities, All
damaged construction, utili ties or improvements shall be restored to
the original or better condition in which they were discovered,
I
I
SC - 6
SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID:
I
The equipment Selection Schedule of the bid shall be completed to
denote the manufacturer of major equipment proposed to be furnished by
the Bidder under the Base Bid. In that schedule, the manufacturer of
the items of major equipment upon which the design is based are listed
as Selection "A" for the several items. Also listed under many of
those items are other manufacturers whose equipment or products are
those items for which more than one acceptable manufacturer is listed,
the Bidder must indicate which manufacturer of equipment will be
provided under the Lump Sum Base Bid by striking the inapplicable
manufacturers. Failure of the Bidder to strike the inapplicable
manufacturers will be interpreted to mean that Selection "A" will be
furnished.
I
I
In that same schedule, the Bidder has the opportunity to offer
substitute equipment for consideration by the Owner and the ENGINEER.
Such substitute equipment must satisfy the following conditions and the
Bidder must state the deduction or increase of contract amount if that
substitute is accepted. The offering of such substitute equipment
shall be optional to the Bidder and the offering of such substitutions
or failure to so offer shall not influence the determination of the low
bidder and the award of the contract. Only the Base Bid will be
considered for the contract award, In the event the Owner, upon the
recommendation of the ENGINEER, accepts any substitute equipment for
incorporation into the project, the contract amount of the award will
be adjusted accordingly as a Pre-Award Addendum or by a formal change
order,
I
I
I
I
Consideration of the substitute equipment by the Owner and the Engineer
will be subject to the following conditions:
I
a) The substitute equipment shall be of equal quality, function and
performance to the designated Base Bid equipment item,
I
b) When requested, the Bidder/Contractor shall submit sufficient data
including full descriptive material, specifications, drawings,
certified operating parameters and efficiencies for the ENGINEER to
evaluate the equipment,
I
c) Such equipment shall be suitable for installation in the space
allocated on the construction plans without maj or modifications.
Any such modifications shall be delineated by appropriate drawings
submitted with data for consideration and any cost associated
therewith shall have been included in the substitute offer.
I
SC - 7
UTILITIES:
I
The Contractor shall provide for temporary utilities for construction
operations. Potable water is available from hydrants. The Contractor
shall make provisions for telephone service with the phone company.
Limited electric power for construction operations is available at the
existing buildings on site. Any additional power requirements shall be
.
-
9B10-02-SC.doc
SC-4
I
I
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
TEMPORARY SANITARY FACILITIES:
I
Upon conunencing work, the Contractor shall provide temporary screened
and shielded sanitary privies in a manner meeting the approval of the
Engineer. Facilities shall be maintained in a sanitary condition by the
Contractor and in compliance with the requirements of authorities having
jurisdiction, All temporary facilities shall be removed by the
Contractor and the area returned to its original condition prior to
acceptance of the completed project,
I
I
SC - 9 SURVEYS AND PERMITS:
I
The Contractor shall make his own surveys and establish his own working
lines and grades from the basic reference lines established by the
Engineer.
I
The CONTRACTOR shall carefully preserve bench marks, reference points
and stakes and, in case of willful or careless destruction, he shall be
charged with the resulting expense and shall be responsible for any
mistakes that may be caused by their unnecessary loss or disturbance,
I
Permits and licenses of a temporary nature necessary for the prosecution
of the WORK shall be secured and paid for by the CONTRACTOR, The
CONTRACTOR shall give all notices and comply with all laws, ordinances,
rules and regulations bearing on the conduct of the WORK as drawn and
specified, If the CONTRACTOR observes that the CONTRACT DOCUMENTS are
at variance therewith, he shall promptly notify the ENGINEER in writing,
and any necessary changes shall be adjusted as provided in Article 10,
CHANGES IN THE WORK,
I
SC - 10 DIMENSIONS:
I
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
finished dimensions, these shall be determined by the Contractor at the
site and he shall assume the responsibility therefor.
SC - 11 EROSION AND SEDIMENT CONTROL:
I
The Contractor will be required to schedule his work and perform
operations in such a manner that siltation and bank erosion will be
minimized during all phases of construction. Any areas disturbed during
the course of construction shall be restored to a condition equal or
better than the original condition. Grassing of disturbed areas shall
be the minimum acceptable restoration, Silt control devices such as
straw bale fences and/or silt fence weight filter fabric shall be
installed to limit migration of silt to the water courses. Erosion
Control devices such as mats, grass, mulch, and crushed stone shall be
installed to protect adjoining areas from soil contamination,
Compliance with the guidelines of the Manual for Erosion and
Sedimentation Control in Georgia, pursuant to the Erosion and
Sedimentation Act of 1975, shall apply as though fully set forth herein,
I
I
I
I
The Contractor shall procure a Land Disturbing Permit from: Augusta-
Richmond Planning Conunission, 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
-
9810-02-SC.doc
SC-5
I
I
of the temporary measures to be in place during construction. An
employee of the prime Contractor shall be designated as the work site
Erosion and Sediment Control Supervisor who is to be responsible for
timely installation of erosion and sediment control measures and who
shall provide early detection and correction of erosion, sediment, and
flooding problems and who shall have full (24 hr) access to the
personnel, equipment, materials, means and measures to ensure
correction of routine and or special deficiencies.
I
I
Permanent erosion control measures for this site include moderate
slopes, pavement, and permanent grassing, The Contractor shall strive
to expedite 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
Contract 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
against the OWNER on account of contamination of the site caused or
allowed by the CONTRACTOR or any of its forces or subcontractors,
I
All chemicals used during project construction or furnished for project
operation, whether herbicide, pesticide, disinfectant, polymer,
reactant or of other classification, must be registered for the purpose
specified with USDA. Use of all such chemicals and disposal of
residues shall be in strict conformance with instructions.
I
SC - 14 STORAGE OF MATERIALS:
I
I
Materials shall be so stored as to insure the preservation of their
quality and fitness for the work. When considered necessary, they
shall be placed on wooden platforms or other hard, clean, surfaces,
and/or placed under cover. Stores of materials shall be so located as
to facilitate prompt inspection,
SC - 15 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 - 16 CLEANING UP:
I
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
Engineer, On a daily basis, the work area shall be cleaned
sufficiently to produce a neat appearance,
I
9810-02-SC,doc
SC-6
.
.
-
I
I
SC - 17 PRIOR USE BY OWNER:
I
Prior to completion of the work, the Owner (by agreement with the
Contractor) may take over the operation and/or use of portions of the
project. Such use of facilities by the Owner shall not be deemed as
acceptance of any work or relieve the Contractor from any of the
requirements of the Contract Documents.
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,
driveways, walks, fences, or other facilities in such a manner as to
meet the approval of the Engineer, No structures, fences or trees
shall be removed without the consent of the property owner or until
condemnation procedure, if necessary, has been completed,
I
I
Restoration of property shall commence
completion of the proposed work in
construction site,
immediately upon substantial
the various areas of the
I
SC - 19 SEQUENCING OF CONSTRUCTION WORK:
INTERRUPTION OF PLANT OPERATION: Operation of the existing water
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
I
Section 2.6 of the General Conditions requires the Contractor to submit
a construction progress schedule; the submittal shall provide ample
time for approval prior to the first partial payment estimate.
Additionally, the Contractor shall submit a proposed schedule for
interruption of plant operations which has been fully coordinated with
his proposed construction schedule, This proposed schedule of
interruptions may be submitted up to 30 days subsequent to the
construction schedule but prior to any request for interruption of
plant operations. This detailed schedule shall include all significant
operations which require a shut down of any water plant functions.
I
I
GUIDE FOR SEQUENCING CONSTRUCTION OPERATIONS
I
OWNER FURNISHED EQUIPMENT: Orders for owner furnished equipment were
placed substantially in advance of bidding this contract, The horizontal
mixer equipment is currently available at the site, The lime slurry
equipment can be made available early in the contract.
I
DRY CHEMICAL FEED SYSTEM: These systems currently are standby or
alternate feed facilities and can be made available for modification
early in the contract.
I
LIQUID CHEMICAL FEED SYSTEM: The lime and liquid polymer systems have
temporary systems now operating which will be discontinued after
completion of the new systems.
-
-
-
9810-02-SC,doc
SC-7
I
I
The liquid alum system now in operation is to remain in operation. The
new system is a supplemental system which is to be interconnected with
the existing piping.
I
The liquid fluoride system is a replacement
system, installation and operation of the
feeder will permit work on the liquid
interruption of the water treatment process.
system for the
refurbished dry
fluoride system
existing
fluoride
without
I
CLEARWELL IMPROVEMENTS:
I
Clearwells must be singly isolated for the work on each clearwell. The
work in clearwell #2 must follow the completion of the new valving and
clearwell piping arrangement, The valve schedule shows the condition of
valves assessed during a cleaning of the clearwells performed in
November 1998. Phase one and Phase two work on the clearwells has been
defined to assist in scheduling the least interruption of water service
from the water treatment plant. Construction access holes can be cut in
the middle panels of the flat slab construction of clearwell #2.
I
I
With all valves in operation, clearwell #2 can be bypassed and the
baffles can be installed, To clarify the sequencing, the clearwell #2
baffle construction is labeled Phase 2 of Part A. The valve work and
piping of Part A is designated as Phase I; the valve work includes:
I
14 new valves in conc. boxes:
7 new valves at new locations.
2 valves of the 1984 construction contract were not found,
5 existing valves do not work; the H.S. pump station valve is
100 p,s.i.
I
I
The following procedure is provided for replacing the valves, Approved
alternate procedures will be considered.
I
7 existing valves:
Vl-3 Close Vl-l & Vl-2.
Shut down Ft, Gordon pump station.
Drain clearwell #1.
Excav, & replace Vl-3,
I
Vl-5 Close Vl-4, V2-4, & V2-3.
Excav. & replace Vl-5.
I
V2-2 Close V3-11, VI-I, V2-I2, & V2-6.
V2-I Must find V2-I or plug the 36" line in order to drain
clearwell #2,
Drain clearwell #2.
Replace V2-2 & V2-l while clearwell is down.
I
V3-4 Close V3-2 & V3-10.
With H.S, pump down, replace V3-4.
I
V5-3 Close VS-l & VS-2.
Tap the 30" line and insert an inflatable 30" plug.
Drain clearwell #S; install VS-3,
I
V3-S Close V3-l, V3-6; must find V3-S or tap the 36" line and
use an inflatable plug to drain down clearwell #3;
replace V3-S if not found or if found and not working.
I
9810-02-SC,doc
SC-8
I
I
Adding 7 new valves:
V5-4 & V3-8 must be installed while the associated clearwell is
down and the interconnecting piping is being installed.
I
V2-13, V2-14, V2-15, V2-16 & V2-17 should be installed before
taking clearwell #2 out of service,
I
V2-13: close V2-5, V2-7, v2-8 and V2-11.
V2-14: close V2-13 and V2-11,
I
V2-15, V2-16, V2-17: temporarily bypass the post flash mix
basin; restrain V2-11. Close V3-7 and V3-9.
I
RAW WATER FLOW TUBE:
I
The existing 42" raw water Venturi is to be replaced under this
contract; the raw water valve following the Venturi is to have the valve
actuator replaced and the motorized operator serviced. The existing
alternate chemical feed system is to be used during the Venturi
replacement thus bypassing the existing Venturi pit and the pre-flash
mix basin.
I
SC - 20 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 - 21 INSURANCE LIMITS:
I
The CONTRACTOR shall purchase and maintain such insurance as will
protect him from claims set forth in Article 5 of the General Conditions
which may arise out of or result from the CONTRACTOR's execution of the
WORK, whether such execution be by himself or by any SUBCONTRACTOR or by
anyone for whose acts any of them may be liable:
I
The CONTRACTOR shall procure and maintain, at his own expense, during
the CONTRACT TIME, liability insurance as hereinafter specified;
CONTRACTOR's General Public Liability and Property Damaqe Insurance
including vehicle coverage issued to the CONTRACTOR and protecting him
from all claims for personal injury, including death, and all claims for
destruction of or damage to property, arising out of or in connection
with any operations under the CONTRACT DOCUMENTS, whether such
operations be by himself or by any SUBCONTRACTOR under him, or anyone
directly or indirectly employed by the CONTRACTOR or by a SUBCONTRACTOR
under him. Insurance shall be written with a limit of liability of not
less than $500,000 for all damages arising out of bodily injury,
including death, at any time resulting therefrom, sustained by anyone
person in anyone accident; and a limit of liability of not less than
$500,000 aggregate for any such damages sustained by two or more persons
in anyone accident, Insurance shall be written with a limit of
liability of not less than $200,000 for all property damage sustained by
anyone person in anyone accident; and a limit of liability of not less
than $200,000 aggregate for any such damage sustained by two or more
persons in anyone accident,
I
I
I
I
I
The CONTRACTOR shall acquire and maintain, if applicable, Fire and Extended
Coveraqe insurance upon the PROJECT to the full insurable value thereof,
This provision shall in no way release the CONTRACTOR or CONTRACTOR'S
surety from obligations under the CONTRACT DOCUMENTS to fully complete the
PROJECT,
I
I
9BIO-02-SC.doc
SC-9
-
I
I
I
The CONTRACTOR shall procure and maintain, at his own expense, during the
CONTRACT TIME, in accordance with the provisions of the law of the state in
which the work is performed: Workmen's Compensation Insurance, including
occupational disease provisions, for all of his employees at the site of
the PROJECT and in case any work is sublet, the CONTRACTOR shall require
such SUBCONTRACTOR similarly to provide Workmen's Compensation Insurance,
including occupational disease provisions for all the latter's employees
unless such employees are covered by the protection afforded by the
CONTRACTOR, In case any class of employees engaged in hazardous work under
this contract at the site of the PROJECT is not protected under Workmen's
Compensation statute, the CONTRACTOR shall provide and shall cause each
SUBCONTRACTOR to provide, adequate and suitable insurance for the
protection of his employees not otherwise protected,
I
I
I
The CONTRACTOR shall secure, "All Risk" type Builder's Risk Insurance
for WORK to be performed, Unless specifically authorized by the OWNER,
the amount of such insurance shall not be less than the CONTRACT PRICE
totaled in the BID, The policy shall cover not less than the losses due
to fire, explosion, hail, lightning, vandalism, malicious mischief,
wind, collapse, riot, aircraft, and smoke during the CONTRACT TIME, and
until the WORK is accepted by the OWNER.
I
SC - 22 SUBSURFACE CONDITIONS:
I
I
No soil borings were made at the site for this contract. Previous
construction contracts have demonstrated stable sand clay soil
conditions without the presence of rock. Construction debris from
previous water plant construction should be expected, The location of
underground utili ties and structures have been shown from the best
available information but some variation from the information shown is
likely.
I
I
I
I
I
I
I
I
I
9810-02-SC.doc
SC-IO
I
I
I
SECTION T-1 - DEMOLITION
I
GENERAL REQUIREMENTS:
I
The work includes
equipment, piping,
on Highland Avenue.
the removal of existing designated chemical feed
and other related equipment at the Augusta Water Plant
SUBMITTALS:
I
The procedures 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
I
TEMPORARY SERVICE:
I
Chemical service must be maintained at all times. The Contractor shall
include with his submittals a description of his proposed procedure for
maintaining operations.
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
PROTECTION OF EXISTING EQUIPMENT:
I
Before beginning any cutting or demolition work, the Contractor shall
carefully survey the existing work accompanied by the Owner's
Representative and shall examine the drawings and specifications to
determine the extent of the work. The Contractor shall take all necessary
precautions 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 Owner. 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
adding new supports required as a result of any cutting, removal, or
demolition work performed under any part of this Contract.
I
I
I
DISPOSAL OF EQUIPMENT:
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; specific items of equipment requested by the
Owner shall be turned over the Owner on site. All hauling over public
streets and roads and disposal shall be in complete accordance with all
applicable laws and regulations. Specific items which are to be removed
and turned over to the owner include:
1. The existing fluoride tank.
2. Chemical metering pumps.
3. Valves.
4. Hatchways and manholes.
5. The raw water Venturi.
6. Cast iron pipe and fittings which are not broken.
7. Chemical solution tanks.
8. Motors which are in operating condition.
9. Operable transmitters.
....
.
9810-02-TOl.doc
DEMOLITION
Tl-1
I
I
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. shall 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
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. The work
under this Section of Specifications should be appropriately allocated to
Parts A & B of the Bid.
I
I
I
I
I
I
I
I
I
I
.
.
9810-02-T01. doc
DEMOLITION
Tl-2
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 structures
and piping in strict accordance with this section of the specifications, the
applicable drawings and terms and conditions of the Contract.
I
I
CLASSIFICATION OF EXCAVATION:
ALL EXCAVATION SHALL BE UNCLASSIFIED.
I
EXCAVATION:
I
General: The excavation shall conform to dimensions and elevations
appropriate for the pipe line or structure. Excavation shall not be carried
below the elevation necessary for construction.
I
Excavation for Grade Beams shall extend a sufficient distance to allow for
the placing and removal of outside forms, installation of services and for
inspection, except where the concrete wall or footing may be authorized to
be deposited directly against excavated surfaces.
I
Trench Excavation: Trenches shall be excavated true to line and grade.
Trenches to receive concrete encased ducts shall not be less than 6 inches
wider nor more than 8 inches wider than the outside of the duct work
assembly so that a clear space of not less than 3 inches nor more than 4
inches in width is provided on each side of the ducts. If the sides of the
trench do not stand until concreted, those portions shall be formed. The
Contractor shall comply with the safety requirements of OSHA.
I
-
.
Trenches to receive pipe having a nominal diameter greater than 24 inches
shall not be less than 18 inches wider nor more than 24 inches wider than
the outside diameter of the pipe to be laid therein, so that a clear space
not less than 9 inches nor more than 12 inches in width is provided on each
side of the pipe.
....
Excavations for new valves, fittings, and other work to be installed in or
near existing lines shall be made with care to protect the integrity of the
existing lines, valves, and structures. Where the excavation is adjacent to
an existing valve, new blocking at the valve shall be provided to resist up
to 10 psi on the gravity lines of the water plant. The valve should not be
closed before blocking is installed. Bed valves and fittings in crushed
stone to 6" minimum above the invert. Shovel slice the stone bedding to
provide consistent firm bedding.
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.
Dewatering and Drainage of Excavated Areas: Grading in the vicinity of
structures shall be controlled to prevent surface water from running into
excavated areas. Dewatering 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.
9810-02-T02. doc
EXCAVATION, FILLING, AND BACKFILLING
T2-1
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 to the gutter of the curb line or to a suitable point of
discharge where it will neither cause inj ury to public health, public or
private property, the surface or use of streets by the public or work
completed or in progress.
Protection Aqainst Flotation: To guard against the danger of flotation of
empty or partially emtpy pipe due to a high water table, all dewatering
operations shall be continued without interruption until such time as
sufficient backfill has been placed over the top of the pipe to overcome
the buoyancy effect of a completely empty pipe which is entirely submerged.
I
I
I
Shorinq and Protection of Excavations: Shoring shall be provided by the
Contractor as necessary to protect life or property. All existing
structures, streets, pipes, and foundations which are not to be removed or
relocated shall be adequately protected or replaced by the Contractor
wi thout cost to the Owner. The Contractor shall adequately protect the
work under construction and the safety of his workmen in excavations by the
use of suitable sheeting, shoring and bracing, or by sloping the banks in
accordance with the angle of repose of the soil.
I
I
I
The Contractor alone is responsible for any damage or injury resulting from
his failure either to provide adequate protection from the excavation or to
comply with OSHA requirements.
I
Excess Material: Excess material to be used for backfill shall be
stockpiled as directed by the Engineer. Excavated material shall be
deposited a sufficient distance from the side of excavation walls to
prevent excessive surcharge on the wall. Excess excavated material not
suitable or required for backfill or filling shall be wasted within the
limits of the site as directed by the Engineer.
I
Fill: Earth fill shall be placed in layers not to exceed 8 inches in
thickness. Each layer shall be compacted at optimum moisture content in a
manner approved by the Engineer. After compaction, the dry weight per
cubic foot for each layer shall be as specified for backfilling.
I
BACKFILLING:
.
-
The Engineer shall be notified before backfilling in order that the work
may be inspected before it is covered. After completion of the tank
foundation and prior to backfilling, all forms shall be removed and the
excavation shall be cleared of all trash and debris. Special care shall be
taken to prevent any wedging action or eccentric loading upon or against a
structure or pipe. Backfill shall be placed in horizontal layers not in
excess of 8 inch thickness, and shall have an optimum moisture content when
compacted. After compaction, the dry weight per cubic foot for each layer
shall be at least 90% of the maximum Laboratory Dry Weight per cubic foot,
as determined by ASTM D-1557, except that backfill under slabs, walls,
footings, sidewalks and pavement shall be at least 98% of a dry density as
measured by Modified Proctor, ASTM 0-1557.
.
FILL AND BACKFILL MATERIAL:
Material for fill and backfilling
if suitable, 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
981O-02-T02. doc
EXCAVATION, FILLING, AND BACKFILLING
T2-2
I
I
BORROW MATERIAL:
I
Borrow 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.
I
SELECTED REFILL MATERIAL:
I
When directed by the Engineer, selected refill material shall be used to
refill the trench bottom where unsuitable soil is encountered. Such
materials shall be No. 67 crushed stone or gravel of sui table gradation
free from stones, sod, sticks, roots and other organic, perishable or
deleterious matter. The Contractor shall obtain prior approval from the
Engineer of the material proposed for the above use.
I
PAVEMENT REMOVAL AND REPLACEMENT:
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.
The existing pavement shall be neatly cut vertically and on a uniform
horizontal alignment. Pavement subgrade and pavement under the cognizance
of local and state highway departments shall be replaced in strict
accordance with their standards or direction. The Owner will provide
permits for the opening of the pavement. The Contractor shall meet all of
the requirements of such permits for work which is done within the highway
right-of-way.
I
I
I
RESTORATION:
I
The Contractor shall carefully restore all property defaced by operations
or acts of any of his agents or employees. Such restoration shall include
seeding, sodding, and transplanting of lawns, hedges or ornamental
plantings, and the repair or replacement of other damaged facilities in
such manner as to meet the approval of the Engineer and at no additional
cost to the Owner. No structures shall be removed without the consent of
the owner.
I
PAYMENT:
.
.
No separate payment shall be made for excavation for structures and
pipeline trenches; backfill; pipe bedding; protection of utilities;
maintenance of usable driving surfaces free from potholes; depressions and
ruts; 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 therewith shall be included in the lump sum price for
the completed work. The work under this Section of the Specifications
should be appropriately allocated to Parts A & B of the Bid.
I
98 10-02-T02. doc
EXCAVATION, FILLING, AND BACKFILLING
T2-3
I
I
I
SCOPE:
SECTION T-3 - CONCRETE:
The work covered by this specification consists of furnishing all plant,
labor, equipment, appliances, and materials, and in performing all
operations in connection with the installation of new concrete work, and
for installation in the existing concrete basins the anchor bolts and base
plates for attachment of the equipment and structure to the existing
concrete work, complete, in strict accordance with this specification and
the applicable drawings, and subj ect to the terms and conditions of the
Contract.
I
I
APPLICABLE SPECIFICATIONS:
I
The current edition of the following specifications form a part of this
specification.
I
American Society for Testinq Materials Specifications:
I
A 615
C 31
C 33
C 94
C 150
C 171
C 175
C 185
C 260
C 309
C 404
C 494
o 1752
I
I
I
Deformed and Plain Billet-Steel Bars for Reinforcement
Making and Curing Concrete Test Specimens in the Field
Concrete Aggregates
Ready-Mixed Concrete
Portland Cement
Sheet Materials for Curing Concrete
Air Entraining Portland Cement
Welded Steel Wire Fabric for Concrete Reinforcement
Air Entraining Admixtures for Concrete
Liquid Membrane-Forming Compounds for Curing Concrete
Aggregates for Masonry Grout
Chemical Admixtures for Concrete
Preformed Sponge Rubber and Cork Expansion Joint Fillers for
Concrete Paving and Structural Construction
American Concrete Institute Publications:
I
ACI 304 Recommended Practice for Measuring, Mixing, Transporting,
and Placing Concrete
ACI 315 Manual of Standard Practice for Detailing Reinforced
Concrete Structures
ACI 318 Building Code Requirement for Reinforced Concrete
-
.
CRSI
Concrete Reinforcinq Steel Institute:
Placing Reinforcing Bars
I
MATERIALS:
Cement: Portland Cement shall be Type I or Type III
C150, or it shall be Type IA or Type IIIA conforming to
brand of cement shall be used for exposed concrete
structure.
conforming to ASTM
ASTM C175. Only one
in any individual
Fine Aqqreqate shall consist of clean, hard natural sand, manufactured sand
or a combination thereof, conforming to the requirements of ASTM C 33,
Concrete Aggregates, and shall be graded from 3/8" to No. 100 sieve.
Coarse Aqqreqate shall consist of crushed stone, gravel, or a combination
thereof, conforming to the requirements of ASTM C 33, Concrete Aggregates,
and shall be graded to meet the requirements of size number 467, 67 and 7,
as appropriate.
9810-02-T03. doc
CONCRETE
T3-1
I
I
Water shall be clean, and free from oils, acids, salts, or other injurious
substances.
I
Admixtures shall be used to provide entrained air. Other
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
Curinq paper shall conform to specifications for Sheet Materials for Curing
Concrete, ASTM C 171.
I
Reinforcinq Steel for concrete shall conform to ASTM A 615, Grade 60. All
splices shall be lapped 40 diameters unless otherwise noted. Principal
reinforcement shall be shifted to miss openings through concrete work.
Where the resulting spacing exceeds three times the slab or wall thickness
or 18", nominal minimum steel shall be detailed at the centerline of the
opening and #5 corner bars shall be added in each layer of reinforcement.
Reinforcement shall be placed in accordance with CRSI Manual "Placing
Reinforcing Bars".
I
I
Welded Wire Fabric shall conform to ASTM A 185. Splices shall be lapped
one bar spacing plus 2 inches but not less than 8 inches. Fabrics from
wire gauges 12 ga. and smaller shall be galvanized.
I
Forms shall be of wood, metal, or other material approved by the Engineer.
~Contractor shall furnish forms, structurally adequate for the imposed
loads, that result in correctly aligned concrete. Where the earth is firm
and suitable, grade beams may be cast against existing ground. For exposed
concrete surfaces, plywood forms, thoroughly braced and tied together with
approved corrosion resistant devices, shall be used. Form ties shall be
free of devices that will leave a hole or depression larger than 7/8" in
diameter back of exposed surfaces of concrete, and such that when forms are
removed, no metal shall be within one inch of the finished surface. Curved
surfaces may be formed in planes up to 2'-0" wide. Holes left by form ties
shall be grouted, and the surface left smooth and flush. Exposed corners
of walks, and slabs shall be rounded. Exposed corners of formed concrete
shall have a 3/4 inch chamfer unless otherwise noted.
I
I
I
I
Preformed Expansion Joint Filler Strips shall conform to ASTM 0 1752.
I
Grout shall be a portland cement grout consisting of one part of cement,
two and one-half parts of sand and the minimum quantity of water to make a
workable mix. Cement shall conform to ASTM C150, Type I and sand shall
conform to ASTM C404, Size 2.
I
Neoprene Sheet for repair of leaking joints: The south wall j oint of
Clearwell No. 5 and 5' along the floor shall be repaired using 1/16"
thickness GACOflex Neoprene sheet (GACO Western Inc.) applied to the inside
surface of the leaking joint. The joint shall be thoroughly cleaned by
etching for not less than 4" beyond the limits of the applied sheet. The
joint repair shall utilize a 16 gage Gav. Steel backup over the joint face
with the sliding surface covered by a 3" wide release strip. Application
shall be on a thoroughly dry surface utilizing GACO primer-sealer U-5677
and adhesive #N1207 in accordance with the manufacturer's instructions.
I
I
Vapor Barriers of 4 mil polyethylene shall be provided under all building
floor slabs on earth.
Storaqe of Materials: Cement and aggregates shall be stored in such a
manner as to prevent deterioration or intrusion of foreign matter. Steel
reinforcement shall be stored on supports which will keep the steel from
9810-02-T03.doc
CONCRETE
T3-2
I
I
contact with the ground and in such a manner as to be protected from
rusting, oil, grease, and distortion. Store metal forms off the ground;
pitch to shed water and cover with waterproof material.
I
CONCRETE QUALITY:
I
All concrete shall be classified by the 28-day compressive strength, f'c.
The design slump shall not exceed 4 inches; the air content shall be 5% +/-
1%. The water cement ratio shall not exceed 6 gal/SK for 4,000 PSI
concrete. The concrete shall be a workable mixture free from segregation
and bleeding. Ready-mix concrete shall conform to ASTM C 94. Job mixed
concrete shall be mixed with a standard type of batch mixer equipped with
adequate facilities for accurate weight measurement and control of each
material entering the mixer. A retarding admixture approved by the
Engineer shall be used when the air temperature is 800F or above. Care
shall be taken that the mixing water shall be cold for all concrete mixed
in hot weather; in hot weather, materials shall be cooled such that
concrete delivered to the project shall not have a temperature higher than
7 SOF, or a mix designed utilizing a superplasticizer shall be used for
temperatures up to 870F. pumped concrete of comparable strength will be
acceptable.
I
I
I
I
All pavement and concrete not otherwise designated shall be 4,000 PSI
concrete.
Curbs, gutters, sidewalks blocking and ditch paving shall be 3,000 PSI
concrete.
I
EMBEDDED ITEMS:
I
All embedded items included in an area shall be installed before concrete
placement begins. Full cooperation shall be given other trades to install
embedded items. Sui table templates or instructions, or both, shall be
provided for setting items not placed in the forms. Embedded items shall
have been installed and inspected and tests for concrete shall have been
completed and approved by the Engineer before concrete is placed. No
"boxing out" or "cutting" will be permitted unless indicated on plans or
ordered in writing by the Engineer.
I
I
Sleeves, anchor bolts, and similar items shall be accurately placed and
firmly secured before concrete placement begins. Except where stainless
steel is indicated, Ferrous metal embedded items shall be stainless steel
or shall be galvanized after fabrication.
Embedded liftinq anchors shall be Richmond Screw Anchor Company type DB-
SAE-3 EMBED or comparable product. For the top slab of each single valve
concrete valve box, provide two 3/4" diameter bolt headed female anchors
with the #5 extension forged from grade 60 rebar (7 1/2" long). Install
with the appropriate threaded setting plug removable to provide for future
use.
I
I
I
Cast nosinqs specified as Miscellaneous Metal shall be installed in all
concrete steps.
I
Pier Supports: From the top of the five existing piers supporting the
horizontal mixer, remove a one foot heights of concrete to expose and
salvage the existing vertical reinforcing steel. Recast with 5000 PSI (28
day) concrete after adding #3 ties and new sleeve style anchor bolts for
attachment of the intermediate bearings.
9810-02-T03. doc
CONCRETE
T3-3
I
I
Base Plates: Loose and attached base plates and similar items shall be set
with shims and adjustable nuts and shall be dry packed with bedding mortar.
The bedding mortar shall consist of 1 part Portland Cement, 2 ~ parts sand,
and not more than 4 ~ gallons of water per 94 lb. bag of cement.
I
Epoxy Grouted Anchors: Anchors drilled into existing concrete shall be
stainless steel Rawl Chem Studs or comparable approved product and shall be
installed in accordance with manufacturer's instructions.
I
Bol ts in Cement Grout: Holes for anchor bolts shall be drilled by a
technique which will not interfere with the bond of the grout to the
concrete or the anchor. The grout shall be one part cement, one part sand
and the minimum amount of water to be workable, and with additives which
will provide non-shrink properties. The grouting technique shall assure
complete filling with grout of the space around the rod and shall produce a
satisfactory anchor.
I
I
SUPPORT BRACKETS ON EXISTING WALLS:
I
Brackets to be mounted on existing walls shall be firmly bedded in a thin
set sand/epoxy grout applied to a scarified and thoroughly cleaned wall
surface. Anchor bolts shall be cinched tight before the grout hardens to
embed the bracket in the thin-set grout.
I
SHOP DRAWINGS:
I
Five sets of shop drawings and information as required by this section of
the specifications which have been checked by the Contractor for dimensions
and conformance to the plans and specifications shall be submitted for
approval. Two copies of checked information will be returned to the
Contractor.
I
Shop drawinqs of reinforcinq steel shall show steel for slabs in plan. Bar
lists and bending diagrams shall be submitted as part of the reinforcing
steel shop drawings. Fabrication of reinforcing steel shall not commence
prior to approval of the shop drawings by the Engineer.
I
Desiqn Mixes for 4000 psi class of concrete shall be submitted for
approval. Concrete proportions, including water-cement ratio, shall be
established in accordance with ACI 318.
I
WORKMANSHIP:
I
Placinq: In accordance with the recommendations of "Guide For
Consolidation of Concrete", ACI Committee 309, concrete shall be placed in
the forms and mechanically vibrated to produce concrete without segregation
or honeycomb. Slabs and beam stems shall be placed in one operation.
Concrete shall be placed continuously between construction joints. Each
batch shall be placed into the edge of previously placed concrete to avoid
stone pockets and segregation. If there is a delay in placement, the
concrete placed after the delay shall be thoroughly spaded and consolidated
by mechanical vibration. During the casting of wall sections not less than
two mechanical vibrators shall be operated continuously for each casting
location. The concrete shall not be freely dropped more than 6 feet, nor
moved horizontally, after being deposited, more than 5 feet. The
contractor shall provide sufficient "windows", chutes, tremmies, or other
means or methods of depositing the concrete to comply with these
requirements. Concrete shall be brought to correct level with a
straightedge and struck off. Bullfloats shall be used to smooth the surface
of slabs. Power floating of the slabs shall begin when the water sheen has
disappeared, and/or the mix has stiffened sufficiently that the weight of a
man standing on it leaves only a slight imprint on the surface.
I
I
I
ii
9810-02-T03.doc
CONCRETE
T3-4
I
I
Reinforcinq bars shall be free from scale, oil, and structural defects.
The system of holding the bars in place shall insure that all steel in the
top layer will support the weight of the workman without displacement and
be placed in accordance with ACI Codes 318 and 315. Reinforcement in slabs
and beams on grade shall be supported on stable concrete supports. All
reinforcing steel within the limits of a day's pour shall be in place and
firmly wired before concrete placement starts.
I
I
Curinq and Protection: All freshly cast concrete shall be protected from
the damaging effects of the elements - freezing, rapid drop in temperature,
and loss of moisture, and from future construction operations. The
Contractor shall maintain the concrete temperature above 500 F for the
first 10 days after placing. All concrete shall be cured by flooding with
clean water or by keeping forms and other protecting material wet with
clean water for a minimum of lO days. All surfaces neither protected by
forms nor covered with water for the entire 10 day period shall be kept wet
and covered with curing paper meeting the requirements of the specification
for sheet materials for Curing Concrete, ASTM C 171. If a floor is left
uncovered during the curing period, a film of water shall be clearly
visible at all times on the entire surface of the slab.
I
I
I
Membrane Curinq Compound may be used in lieu of water curing on concrete
which will not be covered later with topping, mortar, or additional
concrete. Membrane curing compound shall be spray applied at a coverage of
not more than 300 square feet per gallon. Unformed surfaces shall be
covered with curing compound within 30 minutes after final finishing. If
forms are removed before the end of the specified curing period, curing
compound shall be immediately applied to the formed surfaces before they
dry out. Curing compound shall be suitably protected from abrasion during
the curing period.
I
I
I
CONCRETE FINISHES:
I
Rouqh or Form Board Finish: All concrete wall surfaces which are not
exposed to view may be given this finish. This finish has, as a
prerequisite, a thoroughly vibrated concrete which will give a surface
smooth, free from air pockets, water pockets, sand streaks, or honeycomb.
After the removal of the forms, all fins shall be cut off; all holes,
depressions, and rough spots shall be carefully pointed up with mortar
having the same proportions of cement and sand as used in the concrete
being treated. The surface film of all pointed surfaces shall be carefully
removed before setting occurs, otherwise, surfaces shall be left with the
texture imparted by the forms.
.
.
.
.
Rubbed Finish: Wall, beam, sill, and other surfaces which are exposed to
view shall have a rubbed finish. As soon as the rough surface finish has
set sufficiently, the entire surface shall be wet with a brush and rubbed
with a No. 16 Carborundum stone, to bring the surface to a paste. The
rubbing shall be continued sufficiently to remove all form marks and
projections, and to produce a smooth dense surface without pits or
irregularities. The material which is ground to a paste, in the above
process, shall be carefully spread or brushed uniformly over the entire
surface and allowed to take a Ore-set". The final finish shall be obtained
by a thorough rubbing with a No. 30 Carborundum stone. This rubbing shall
continue until the entire surface is of smooth texture and uniform in
color. The surfaces shall be stripped evenly with a brush so as to remove
excess paste, and the surface left smooth with only enough paste remaining
to obtain a uniform color.
I
Float Finish: The surface of all concrete slabs shall, unless otherwise
hereinafter specified, be given a float finish. The structural slab shall
be brought to the established grade by screeding. The surface shall be
tested for irregularities with a straightedge. Irregularities shall be
9810-02-T03.doc
CONCRETE
T3-5
I
I
eliminated and the entire surface finished with a wooden hand float or
finishing machine. Finish shall be a true plane within a tolerance of 1/4
inch in 10 feet measured in any direction.
I
Broom Finish: Surfaces of pavement, exterior walkways or platforms shall
be given a broom finish. A smooth, true and uniform surface is a
prerequisite for this finish. When the progress of the set provides the
proper consistency, the surface shall be raked with a broom to give
parallel transverse lines in the surface, and to give a uniform texture.
I
I
Standard Trowel Finish: All interior floors shall be trowel finished.
Troweling shall be continued until the surface is dense, smooth, and free
of all minor blemishes, such as trowel marks. Hand troweling shall be
required to remove slight imperfections left by the troweling machine and
to bring the surface to a dense smooth finish. Sprinkling of dry cement or
a mixture of dry cement and sand on the surface of the fresh concrete shall
not be permitted.
I
SAMPLES AND TESTS:
I
I
The Contractor shall be responsible for the concrete mix designs, test
cylinders for proving the mix designs, tests for the aggregate gradation
and quality, for molding test cylinders during the progress of the job,
delivering the cylinders for testing to the laboratory, testing for slump
and air content, 10 tests of two cylinders each test, and for conducting
load tests, if required. The Owner will pay directly for any excess 28 day
tests of the concrete cylinders molded during the progress of the work.
Tests made at the age of 7 days will be at the Contractor I s expense.
Before proceeding with the mix design, the Contractor shall obtain approval
by the Engineer of the testing laboratory. Tests not specifically
indicated to be done at the Owner's expense, including the retesting of
rejected materials and installed work, shall be done at the Contractor's
expense.
I
I
I
Cylinders: Make one strength test per 50 yards of each class of concrete
placed but not less than one for each days pour. Mold and cure three
cylinders for each strength test in accordance with ASTM C 31. Test two
cylinders after 28 days for acceptance in accordance with ASTM C 39; test
the third cylinder only where either of the tests of the two cylinders is
irregular or unacceptable.
I
Slump: Tests for slump shall be performed at the job site on all concrete
immediately prior to placing in accordance with the Test for Slump of
Portland Cement Concrete, ASTM C 143. If the slump varies from that of the
design mix by more than that permitted by ASTM C 94, the concrete shall be
rejected.
.
.
-
.
-
CONCRETE REPAIRS:
Correction of Deficiencies: The Contractor shall be responsible for
correction of concrete work which does not conform to the specified
requirements, including strength, honeycomb, spalls, cracks, chips, holes,
fins, tolerances and finishes.
PAYMENT:
No separate payment will be made for any of the work covered by this
section of the specifications. All costs in connection therewith shall be
included in the lump sum Bid for the completed work. The work under this
Section of the Specifications should be appropriately allocated to Parts A
& B of the Bid.
9810-02-T03. doc
CONCRETE
T3-6
I
SECTION T-4 - MASONRY
I
SCOPE:
I
The work covered by this section of the specifications consists in
furnishing all labor, materials and equipment, and in performing all
operations in connection with the installation of all masonry items as
hereinafter designated, complete, and in strict accordance with this
specification and the applicable drawings, and subj ect to the terms and
conditions of the Contract.
I
APPLICABLE SPECIFICATIONS:
I
All masonry shall be of standard sizes and shall conform to the current
edition of the following specifications and any specifications noted on the
drawings.
I
American Society for Testinq Materials Desiqnation:
I
C 90
C 91
C 141
C 144
C 150
C 216
C 578
Load Bearing Concrete Block
Masonry Cement
Hydraulic Hydrated Lime for Structural
Aggregate for Masonry Mortar
Portland Cement
Facing Brick
Cellular Polystyrene Thermal Insulation
Purposes
I
MATERIALS:
I
Water shall be clean and free from oil, acids, salt, or injurious
substances.
I
Portland cement shall conform to ASTM C 150, Type I. It shall be a standard
product, the name of which shall be submitted to the Engineer for approval.
Masonry cement shall conform to ASTM C 91, and shall be a standard product
approved by the Engineer.
I
Hydrated lime shall conform to ASTM C 141.
Aqqreqate for masonry mortar shall conform to ASTM C 144.
.
-
.
Face brick shall be used for the exterior face of all new walls and for the
repair of existing walls. All face brick shall be select, sound, whole, new
clay or shale, conforming to ASTM C 216, Grade SW, Type FBS. Texture and
red range color is to match the existing adjacent masonry.
-
Concrete Block: All concrete block shall be load bearing block conforming
to ASTM C 90. Bearing block shall be Type N- II units made with normal
weight aggregates. Bond beams shall match the block wall.
Precast Sills: Precast sills shall be precast from Portland Cement Concrete
to match the size of the opening with a minimum of 2-#4 reinforcing bars,
full length. Compressive strength shall be 4000 psi, and the finish shall
be "rubbed" as specified in Section T-3: CONCRETE.
Cavity wall reinforcement shall be galvanized truss type extra heavy Dur-O-
Wall or equal (3/16 dia. Side rods and No. 9 cross rods), installed in
horizontal courses at 16 inches o.c. in all cavity walls. The cross rods in
cavity walls shall have a moisture drip at the center of the cavity.
Cavity wall insulation shall be 1 inch thick cellular thermal insulation
(polystyrene or better) installed between the rows of cavity wall
reinforcement.
981O-02-T04.doc
MASONRY
T4-1
I
I
Masonry wall anchors shall be provided at the intersection of the steel
tanks and abutting walls; the anchors shall be Hohmann and Barnard #360 and
#364 (gripstay) galvanized at lines of reinforcing or shall be a comparable
anchor system.
I
BAR REINFORCEMENT:
Reinforcing steel for bond beams and dowels shall be ASTM A61S, Grade 60.
Splices shall be lapped 40 diameters unless otherwise noted.
I
Mortar: Aggregate and other materials for masonry mortar shall conform to
applicable specifications listed above. Mortar mixtures shall conform to
ASTM C270 and shall contain the following proportions by volume.
I
I
M
MORTAR PROPORTIONS BY VOLUME
Portland Masonry Hydrated Lime
Cement Cement or Lime Putty
Cu. Ft. Cu. Ft. Cu. Ft.
1 \1 Max.
1 1
1 None Over 1/4
to 1/2
1/2 1 None
Aggregate Measured in
Damp Loose Condition
I
Mortar
Type
Cu . Ft.
Not less than 2-1/4
not more than 3 times
the sum of the volumes
of cement and lime used.
I
S
I
Wall flashinq shall be 3 ounce copper laminated with fabric or Kraft
installed over heads and under sills of all openings in exterior masonry
walls, including windows, doors, and louvers. Flashing at floors or roofs
shall be made continuous. Joints in continuous flashing shall be lapped at
least 4 inches and tightly sealed with mastic. Wall flashing shall carry
upward across the cavity at an angle and through the next higher joint of
the inner block wall where it shall bend back on itself 1/2 inch. Flashing
over or under openings which is discontinuous shall have the ends turned up
to form a pan.
I
I
Weep holes shall be located at 24" o.c. horizontally in the exterior wythe
of cavity walls directly above all foundations, flashing, or other water
stops in the wall. The holes may be formed by placing 3/8" round fiberglass
or similar cord in the mortar then withdrawing the cord after the wall is
completed. Weep holes shall be kept free of mortar and other obstructions.
I
CONTROL JOINTS
I
The vertical masonry control joints shall be raked 3/8" deep and caulked
with gun type exterior caulk. All joints between metal and masonry also
shall be caulked.
I
Joints at existinq walls shall be filled with an expansion joint filler
strip and caulked 3/8" deep at exposed edges.
I
WORKMANSHIP:
I
Brick and Block shall be laid in running bond. Only experienced masons
shall be employed. Masonry shall be laid plumb and true with full bed
joints, buttered with sufficient mortar to fill end joints, and all units
shoved in place. Where cutting of exposed masonry is necessary, the cuts
shall be made with a motor driven masonry saw. No masonry shall be laid
when the temperature is below 450 unless it is rising and at no time when it
is below 400F. The top of exposed walls shall be protected by waterproof
material when work is not in progress. The walls shall be solid and without
voids in the joints. Bond beams shall be filled with concrete conforming to
the requirements of T3.
I
.
.
9810-02-T04.doc
MASONRY
T4-2
I
I
Types of mortar: Exterior walls shall be laid in Type M or S mortar.
Clearwell baffle walls shall be Type M.
I
Joints: Both interior and exterior joints shall be tooled; vertical joints
shall be tooled before horizontal joints. Tooling and troweling shall
compact the setting mortar and form a continuous contact with the block.
All holes and cavities shall be filled with mortar before tooling. Exposed
interior masonry joints shall be neatly finished for painting.
I
Pointinq and Cleaninq: When the work is completed, all holes or defective
mortar joints in exposed masonry shall be pointed, or where necessary, cut
out and repointed. All exposed masonry shall be thoroughly cleaned. If
stiff brushes and water do not suffice, the surface shall be thoroughly
cleaned by the procedures for "Cleaning Clay Products Masonry" of the
Structural Clay Products Institute. If so cleaned, all sash, frames, and
other metal work shall be completely protected.
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 lump sum Bid for the completed work. The work under this Section of
the Specifications should be allocated to Part B of the Bid.
I
I
I
I
I
I
I
I
I
9810-02-T04.doc
MASONRY
T4-3
I
I
SECTION T-5 - MISCELLANEOUS METALWORK AND STAINLESS STEEL STRUCTURALS
I
SCOPE:
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, beams,
ladders, angle frames, grating, bearing plates, anchors, anchor bolts,
railing, and all other miscellaneous metal items to fully complete the
structures in strict accordance with this section of the specifications and
the applicable plans and subject to the terms and conditions of the Contract.
I
APPLICABLE SPECIFICATIONS:
I
The current edition of the following specifications and any specifications
shown on the drawings form a part of this specification:
I
American Institute of Steel Construction: "Specification for Design,
Fabrication, and Erection of Structural Steel for Buildings".
AISC: "Code of Standard Practice for Steel Buildings and Bridges".
I
American Society for Testing Materials Designations:
I
A-36,
A-193,
A-307,
A-32S,
A-386,
B- 2 41,
B-308,
Structural Steel
Stainless Steel Bolting Materials
Unfinished Bolts
High Strength Bolts
Hot Dip Galvanizing
Aluminum Alloy Seamless Pipe
Aluminum Alloy 6061-T6 Std. Shapes
I
American Iron and Steel Institute:
AISI 304, 309 and 316: "Austenitic Stainless Steels"
I
American Welding Society: "Structural Welding Code, AWS D1.1 and
A 5.4 for Stainless Steel".
SUBMITTALS:
I
Shop Drawings: Fabrication of structural metalwork, brackets grating,
ladders, frames, and handrails shall not commence prior to approval of shop
drawings by the Engineer. Four sets of shop drawings which have been checked
by the Contractor for dimensions and conformance to the plans and
specifications shall be submitted for approval. Shop drawings shall include
complete details and schedules for fabrication for shop assembly of members,
and details, schedules, procedures and diagrams showing the sequence of
erection.
I
I
PRODUCT DELIVERY, STORAGE AND HANDLING:
I
Material Storage: Protect steel members and packaged materials from
corrosion and deterioration. Welding electrodes shall be delivered in
unbroken packages and stored when opened in a closed, dry heated box. Do not
store materials on the structures in a manner that might cause distortion or
damage to the members or the supporting structures. Repair or replace
damaged materials or structures as directed.
.
MATERIALS, EXCEPT STAINLESS:
Structural Steel:
Fy 36, ASTM A-36.
Except as otherwise indicated, structural steel shall be
9810-02-T05.doc . MISCELLANEOUS METALWORK AND STAINLESS STEEL STRUCTURALS
TS-1
I
I
Aluminum pipe: shall be Fy 35, ASTM B-241.
Aluminum shapes: shall be Fy 35, ASTM B-308.
I
Aluminum Gratinq: Except for grating in the pre-flash mix basin and beneath
the alum tank, all grating shall be aluminum, outside banded, banded around
openings and shall be securely fastened to supporting metalwork with
appropriate saddle clips and bolts. Frames shall be aluminum similar to
Waco Frame ZF l.SO, or the comparable product of Ohio Gratings, Inc., or
equal. Portions of frames in contact with concrete shall be coated with
Bituminous Paint. Grating, except as otherwise indicated, shall be
extruded aluminum plank of 6063-T6 Aluminum, 1-1/2" depth and 3.4#SF, shall
have square raised openings and shall be the standard product of Washington
Aluminum Company, Norco, Ohio Gratings, or equal. The size of individual
sections shall not exceed 4'-0" x 5'-0".
I
I
I
Heavy Duty Steel Gratinq beneath the alum tank shall be standard welded
steel grading with 2 ~ x ~' bearing bars @ 1 3/8" O.C. with ~' cross bars @
4" O.C. Beam attachment shall be 1 ~' x 3/16" fillet welds @ 8".
I
Heavy Duty Aluminum Gratinq: The grating within the pre-flash
shall be designed for 300#/SF resulting from turbulent flow
passing up or down through the grating. The grating shall have
than 2x1/4" aluminum bearing bars spaced @ 1 1/4" O.C. and
stabilized by cross bars on the top and bottom edges.
mix basin
of water
not less
shall be
I
I
Raised Pattern Floor Plate (Chkd. PI.) shall be aluminum with a 1/4" base
thickness and shall be 6061 - T6 aluminum.
I
Horizontal Mixer Materials: Except for the fiberglass panels, materials
incorporated into the horizontal mixer work shall be carbon steel
sandblasted to SPC-SP 10 (near white) and coated with three coats of Tnemec
Series 140 pot a pox plus or shall be stainless steel. Structural elements
of the fixed baffles shall be ASTM 6061-T6 - aluminum structural shapes,
connected with stainless steel bolts.
I
Stud Anchors in Concrete: Stud anchors associated with the horizontal
mixer and other stud anchors in concrete shall be stainless steel and shall
be the Rawl, chem stud type, or comparable product.
I
Shear studs of the structural steel beam shall be ~' diameter x 3" carbon
steel.
I
Pipe Railinq: Pipe shall be aluminum and shall conform to ASTM 8-241, 5086
HIll, Fy = 21,000 psi, or better. Handrails shall be 1.9 inch 0.0. @ 0.94
lbs./ft. and the posts shall be 1.9 inch O.D. @ 1.26 lbs./ft. Finish shall
be 204-R1 Natural Anodized having a minimum coating thickness of 0.4 mils.
I
Aluminum Ladders: Ladders shall have 2-1/2" x 3/8" stringers with 15/16"
square non-slip rungs spaced at 1'-0" on center maximum. Ladders shall be
aluminum, alloy 6061-T6, FY3S K. S. I. All necessary anchor bolts will be
stainless steel and furnished with ladder. All material will have a
standard mill finish. The portion of the ladder in contact with concrete
shall have a heavy shop coat of bituminous paint.
I
.
-
.
Joint Covers shall be chkd. aluminum plate.
Unfinished Threaded Fasteners: ASTM A-307, Grade A,
steel bolts and nuts. Provide hexagonal heads
connections.
regular low-carbon
and nuts for all
Hiqh-Strenqth Threaded Fasteners: Heavy hexagon structural bolts, heavy
hexagon nuts, and hardened washers, as follows: Quenched and tempered
medium-carbon steel bolts, nuts and washers, complying with ASTM A-32S.
9810-02-T05.doc
MISCELLANEOUS METALWORK AND STAINLESS STEEL STRUCTURALS
TS-2
I
I
Electrodes for Weldinq: For carbon steel conform to AWS Code A-S.1, A-50S,
or A-588, as appropriate utilizing Series F70 electrodes.
Welding of stainless steel and non-ferrous materials shall use electrodes
appropriate for the application.
I
I
STAINLESS STEEL MATERIALS:
I
All framing materials within Clearwell #2 shall be stainless steel.
Stainless Steel Columns shall be fabricated from Type 304 or 309 stainless
steel and shall have a yield strength not less than 42,000 psi.
I
Unfinished Threaded Fasteners: ASTM A193, stainless steel bolts and nuts
shall be Grade 8, Type 304 stainless steel. Provide hexagonal heads and
nuts for all connections.
I
Expansion Anchors: Expansion anchors shall be stainless steel and shall be
the Rawl, drop in type, or comparable product.
I
Anchors Between Concrete and 6" Masonry shall be Hohmann and Barnard as
specified, Heckman, or comparable stainless steel products. The channels
shall be Gripstay #362C continuous stainless steel channels of 12 gage
stainless steel, and shall be anchored with l,.(' stainless steel expansion
bolts at 7 ~ o.c. the anchors shall be #364 Corrugated Gripstay Anchors,
14 gage stainless steel, 1 l,.(' wide. Where the connection of 6" walls is to
a steel column, Gripstay channels #360 shall be welded to the connecting
face of the column.
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 matchrnark 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. Carefully fabricate
stainless steel to prevent distortion.
I
I
Non-Ferrous and Other Miscellaneous Metal shall be fabricated in accordance
with appropriate aluminum association specifications and to a quality
comparable to the Commercial Quality of the National Association of
Architectural Metal Manufacturers. Metal surfaces exposed to view shall be
free of surface blemishes, including pitting, seam marks, roller marks,
rolled trade names and roughness.
I
I
Connections: Weld or bolt shop connections. Bol t field connections,
except where welded connections or other connections are shown or
specified. All butt welds shall be full penetration butt welds. Fillet
welds not otherwise noted shall be 3/16". Welders shall be certified for
all positions and thicknesses appropriate to their work on this project.
.
-
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.
Paintinq: Stainless steel, galvanized steel, and aluminum will not be
painted. All steelwork shall be shop primed with one coat of gray chromate
primer (Southern Coatings #1-2124) linseed oil/alkyd applied over a surface
9810-02-TOS.doc
MISCELLANEOUS METALWORK AND STAINLESS STEEL STRUCTURALS
TS-3
I
I
which has had the scale removed by power cleaning (SSPC-SP3) or better
surface preparation. Where paint has been withheld from areas to be welded
and other bare spots, scrapes, etc., the areas shall be touched up with the
original primer. Minimum prime coat dry thickness shall be 2 mils.
I
ERECTION:
I
Structural steel and miscellaneous steelwork shall be erected in
conformance with current edition of AISC Specifications.
I
Aluminum Pipe Railinqs: Fabricate railing with smooth bends and welded
joints ground smooth and flush. The top rail shall be 42" above the floor;
stairrails shall be 35" above the nose of the tread. Rail posts and
fittings shall be anodized, and rails adjusted to insure matching
alignment. Where aluminum attachments are to be in contact with concrete
or steel, use one layer of #15 asphalt felt applied with bituminous paint
to separate the contact surfaces. Bolts, screws, and other fastening
devices shall be stainless steel unless otherwise noted. Space posts not
more than 7 feet on centers. Plumb posts in each direction. Handrail
posts, except where otherwise detailed, shall have a minimum three bolt
fascia type mounting.
I
I
PAYMENT:
I
I
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Base Bid for the completed work. The work under this Section of
the Specifications should be appropriately allocated to Parts A & B of the
Bid.
I
I
-
9810-02-T05.doc
MISCELLANEOUS METALWORK AND STAINLESS STEEL STRUCTURALS
TS-4
I
I
SECTION T-6 - PLANT AND YARD PIPING
I
SCOPE:
I
The work covered by this section of the specifications includes furnishing
all plant, labor, supervision, equipment and materials, and in performing
all operations in connections with the, installation of all piping,
fittings, and appurtenances as required for the modifications of the water
treatment facility in strict compliance with this section of the
specifications and the applicable plans and subject to the terms and
conditions of the contract.
I
GENERAL:
I
Pipe, appurtenances and accessories, unless otherwise indicated or
authorized in writing by the Engineer, shall be new and unused materials
and shall be the standard products of reputable manufacturers normally
engaged in the manufacture of that particular item. All material and
construction must be in accordance with the AWWA Standards and any PVC
material or plastic service line used must the National Sanitation
Foundation (NSF) seal of approval for potable water use. All pipe, solder
and flux used during installation of the water lines must be "lead-free"
with not more than 8% lead in pipes and fittings, and not more than 0.2%
lead in solder and flux. Fittings for all pipe shall be as manufactured
for the type and class of pipe forming the pipe line in which they are
installed. The Contractor shall submit for the approval of the Engineer
complete drawings of all valves, manholes, and piping assemblies and
descriptive matter to indicate clearly the installation.
I
I
I
Pipes located inside structures, above ground or attached to structures
shall be rigidly supported. The full length of each section of underground
pipe shall rest solidly upon the pipe bed, with recesses only to
accommodate pipe joints. Any pipe which has its alignment, grade or joints
disturbed after laying shall be taken up and re-laid. 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. 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
I
I
INSTALLATION IN TRENCHES:
I
Excavation, trenchinq and backfillinq shall be done in accordance with
Section T-2 of these specifications. Any pipe that is to be laid in fill
shall not be laid until the fill material has been completely placed and
compacted in accordance with these specifications. If the maximum
permissible width of the trench at the elevation of the top of the pipe is
exceeded for any other reason than at the direction of the Engineer, the
Contractor shall install at his own expense, such concrete cradling, pipe
encasement or other bedding as is required by the Engineer to support the
additional load on the pipe.
I
I
Handlinq of pipe and accessories shall be in such a manner as to insure
delivery on the job and installation in the trench, or inside the
structures in a sound undamaged condition. 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
9810-02-T06.doc
PLANT AND YARD PIPING
T6-l
.
.
I
I
SHOP DRAWINGS:
I
Where installation varies from the contract drawings, before work is begun,
the Contractor shall 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
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. Cast
iron pipe or ductile iron pipe and fittings shall be used for all plant and
yard piping except as indicated in the following schedule:
I
Service
Pipe Material
Fittinq Material
Plant and Yard Piping not
otherwise listed below
D.I.P. Flanged (TCL 53)
D.I.P. Underground
(PCL 250)
Flg.- above ground;
M.J. below ground,
except as otherwise
indicated.
I
Potable Water:
2 Yf', 2 ", 1-1 /2 "
PVC, Sch.80;
PVC
I
1-1/4" and smaller
Type K or L Copper
except as otherwise
indicated.
(See Plumbing &
Heating Sect. T-1S)
I
Sample Line
PVC
PVC
I
Solutions of Alum, Lime,
and polymer
PVC
PVC
Fluoride Solution
Reinforced PVC hose
I
Liquid Lime System
Solution lines are ~' polyethylene furnished
and installed by Burnett Lime Co.
I
Gravity drains 6"
and smaller
Underground chemical
line ducts
C.LS.P.
C.LS.P.
PVC, Sched 40 encased in conc.
.
.
I
Underground electrical ducts, PVC, Sched 40 encased in conc.
Ductwork manholes 4' 0 precast conc.
Leqend:
0.1. P.
M.J.
M.L
P.V.C.
C.LS.P.
Ductile Iron Pipe
Mechanical Joint
Malleable Iron
Polyvinyl Chloride
Cast Iron Soil Pipe
.
.
Fittings shall be appropriate for the installation. Suitable couplings,
unions and flexible joint connections shall be furnished and installed in
the piping system to correct minor misalignment and to facilitate removal
and replacement of piping components. Piping connections to all machinery,
equipment and meters shall be made with flanged or union fittings. Where
this is impractical, a dresser coupling, a union, or similar fitting shall
be installed as close as possible to facilitate equipment maintenance or
removal.
981O-02-T06. doc
PLANT AND YARD PIPING
T6-2
I
I
DUCTILE IRON PIPE:
I
Underqround:
Pipe: Underground pipe shall be ductile iron, 250 PSI Pressure Class, in
accordance with AWWA/ANSI Specification C1S0 & C1S1/A21.S0 and A21.S1,
using 60/42/10 grade of iron. Pipe shall be coated on the outside with a
bituminous coating, and lined with cement lining in accordance with ANSI
A21. 4 .
I
I
Fittinqs shall be ductile iron, mechanical joint, 150 PSI rating, in
accordance with ANSI A21.10.
I
Joints in underground ductile iron pipe shall be mechanical joint. All
joints and jointing materials shall conform to the requirements of ANSI
A21.11. Where solid sleeve connections are made, the space between pipe
ends shall be filled with a ring of the pipe.
I
Installation: Pipe and accessories shall be handled in such a manner as to
insure delivery on the job and installation in the trench, or inside the
structures in a sound undamaged condition. Particular care shall be taken
not to injure the coating.
I
Cutting of pipe shall be done in
damage to the pipe or its coating.
approved type of mechanical cutter.
a neat and workmanlike manner without
Cutting shall be done by means of an
I
Placinq and Layinq: Pipe and accessories shall be examined for defects and
tapped with a light hammer to detect cracks while suspended in the sling
before installing. All damaged, defective or unsound items will be
rejected and removed immediately from the site of the work. Deflection
from a straight line and grade as required by vertical or horizontal curves
or offsets shall not exceed the manufacturer's standard.
I
I
Mechanical ioints shall be installed in accordance with the notes on method
of installation as shown in ANSI Specification A21.1l, Appendix A. The
socket gland, gasket and spigot shall be cleaned and the gland and gasket
slipped on the spigot end. The last 8 inches of the spigot and inside of
the bell of mechanical j oint pipe shall be thoroughly cleaned and then
painted with a soap solution made by dissolving one-half cup of granulated
soap in one gallon of water. The spigot shall be pushed into the socket and
centered. The gasket shall then be properly seated in the socket and the
gland bolted finger tight to the socket. The joint shall then be made
tight with a suitable ratchet wrench; nuts spaced 1800 apart shall be
tightened alternately to produce an equal pressure on all parts of the
gland; bolt threads shall be lubricated before tightening. If effective
sealing is not attained at the maximum torque range recommended by the
joint manufacturer, the joint shall be disassembled and reassembled after
thorough cleaning.
-
II
.
Incidental Items of Work: All plugs, caps, wyes and tees shall be provided
with adequate reaction blocking or suitable joint restraint.
ABOVE GROUND:
Above qround pipe shall be ductile iron, thickness Class 53 for Flanged
Pipe in accordance with ANSI Specification A21.S0 and A21.51, using
60/42/10 grade of iron. Flanged pipe shall have threaded on ductile iron
flanges. Pipe shall be manufactured in accordance with AWWA Specification
CllS/2l.l.S. Pipe shall be coated on the outside with a bituminous coating,
and lined with cement lining in accordance with ANSI A21.4.
9810-02-T06. doc
PLANT AND YARD PIPING
T6-3
I
I
I
Flanqed Fittinqs shall be ductile iron in accordance with the requirements
of AWWA Specification ClIO, coated and lined same as pipe. Flanges shall
be faced and drilled to match AWWA C11S threaded-on flanges.
I
Flanqed Joints shall have the gaskets inserted between flanges, and bolts
shall be tightened in such a manner as to distribute evenly the stresses
carried by the bolts so as to bring the pipe in alignment and make a tight
j oint without overstressing the pipe or the individual bolts. Gas kets
shall be full faced 1/8" thick rubber. Bolts shall be in accordance with
ANSI Specification B18.2.l; nuts B18.2.2.
I
PIPE SUPPORTS
I
The Contractor shall furnish and install such pipe supports and hangers as
are indicated, or as may be required to prevent excess stresses in the
joints, and to hold piping rigid and free from vibration under all
conditions of operation.
I
FLEXIBLE REINFORCED PVC HOSE: Shall be clear, food grade, Technoflex by
Spears Manufacturing Company or equal. The hose shall be compatible with
the fluid being conveyed. Hose installed in direct sunlight shall be
insulated. Fittings shall be as recommended by the manufacturer and
consist of rigid pvc insert with double male tubing adapters and a
stainless steel clamp. Hose shall be suited to 150 psi pressure.
I
POLYVINYL CHLORIDE (PVC) PIPE:
Pipe AND DUCTS: Polyvinyl chloride (PVC) pipe shall be extruded, using
Type I, Grade I PVC compound conforming to ASTM D1784 Designation 124S4A.
PVC pipe shall conform to ASTM Specification D-178S and shall be used for
those services set forth 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
I
.
.
Fittinqs 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 02564.
Handlinq: Pipe and accessories shall be handled in such a manner as to
insure delivery on the site and installation in a sound undamaged
condition. If pipe is to be 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.
Cuttinq: Pipe shall be cut in a neat workmanlike manner without damage to
the pipe. Pipe shall be cut square, using either a tubing cutter or a
miter box and a fine tooth saw. All burrs, chips and cuttings shall be
removed and pipe end beveled.
Placinq and Layinq: 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
trenches using loops offset 13 inches per 50 feet.
9810-02-T06.doc
PLANT AND YARD PIPING
T6-4
I
I
Jointinq: Clean the inside of the fitting and inside and outside of the
end of the pipe with a clean dry cotton rag. Surfaces to be joined shall
be thoroughly dry. Apply primer to the inside of the socket and outside of
the pipe with a dauber, keeping the surfaces wet 5 to 15 seconds. Apply a
second coat to the inside of the socket. 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
pressure. Joints shall not be made when temperature is above 900 F when
exposed to direct sunlight, or when the temperature is below 400 F. Primer
and sol vent cement shall be fresh and uncontaminated, and as recommended
and supplied by the pipe manufacturer.
Detection Tape: PVC pipe installed underground shall be marked by the use
of a continuous inert bonded layer plastic tape with a metallic foil core,
buried in the pipe trench 24 inches below the surface. Tape shall be
yellow, 2 inches wide with continuous imprinting; "CAUTION PIPELINE
BURIED BELOW". Tape shall be Seton Metallic Lined, or equal. Multiple ducts
encased n concrete shall be marked with one line of metallic tape.
I
I
I
I
I
I
INSULATION AND HEAT TRACING:
I
Water, chemical, and solution lines 3" and smaller which are exposed or
located in unheated spaces shall be heat traced and insulated. Where the
lines are in ducts exposed to the weather, the insulation can be omitted
but heat tracing in the duct still will be required. The lines shall be
insulated with preformed heavy duty glass fiber pipe insulation one-and-
one-half inches thick with a "k" factor not exceeding 0.24 at a mean,
temperature of 7SoF. Insulation shall be furnished with factory applied 45
lb. glazed roofing felt jacket with longitudinal lap and end joint strips.
Insulation shall be applied to clean dry pipe with all joints tightly
butted. Insulation shall be wired in place with 16 gauge annealed copper
wire not more than 9 inches on center with longitudinal joints oriented to
shed water. Butt joint strips shall be secured with two wire ties.
Longitudinal joints and butt joint strips shall be sealed with a waterproof
mastic. Fittings shall be insulated with mitered sections of pipe
insulation and weatherproofed with two 1/8" thick coats of breather type
mastic reinforced with glass fabric extending 2 inches onto adjacent
insulation. Insulation shall be neatly finished and waterproofed where new
insulation joins existing insulation. Insulation shall be Heavy Duty
Sectional Pipe Insulation, by Owens-Corning fiberglass Corp., or equal.
Glass fabric and mastic shall be as recommended by the insulation
manufacturer. Heat tracing shall be provided to maintain a temperature of
4soF when the outside temperature is OOF.
I
I
.
.
.
CONCRETE STORM DRAIN PIPE:
Pipe: Concrete pipe shall be Class III reinforced concrete pipe conforming
to ASTM Specifications C76. Pipe shall have "0" ring joints. Except as
otherwise indicated, storm drains shall be terminated with standard flared
end sections conforming to Georgia DOT STD. No. 1120.
Joints: Concrete pipe shall be provided with "0" ring gasketed joints
conforming to the requirements of ASTM C4 42. A grove for confining the
gasket shall be cast in the spigot. Gaskets shall have a circular cross
section and the hardness shall be 45 plus or minus 5 when measured in
accordance with ASTM 0676. Joints shall be made using such adhesive or
981O-02-T06. doc
PLANT AND YARD PIPING
T6-S
I
I
lubricating substances as recommended by the manufacturer. Care shall be
taken to prevent excessive exposure of the gaskets to sunlight.
I
SOIL, WASTE AND DRAIN PIPING:
I
Pipinq: Piping from floor drains and manholes shall be cast iron soil
pipe; piping 3 inches and larger, and indirect drains shall be coated
service weight bell and spigot cast iron soil pipe, or no-hub soil pipe.
Bell and spigot pipe shall be used below the floor or underground, with the
bell of the pipe or fitting extending above the floor.
I
Installation: Horizontal drainage piping shall be run in practical
alignment at a uniform grade. Sloping drains and horizontal branches of 3
inches nominal size and smaller shall be installed with a slope of not less
than 1/4 inch per foot, and larger than 3 inches nominal size, not less
than 1/8 inch per foot.
I
Fittinqs: All changes in pipe size on soil, waste, and drain lines shall
be made with reducing fittings or recessed reducers. All changes in
direction shall be made by appropriate use of 450 wyes, half wyes, long-
sweep 1/4 bends, 1/6, 1/8 or 1/16 bends. Where it becomes necessary,
because of space conditions, to use short-radius fittings in any location,
approval of the Engineer shall be obtained before they are installed.
I
I
Joints:
I
Gasket: Joints in bell and spigot cast iron soil, waste, and vent pipe
shall be made with neoprene gaskets. Bell of the pipe shall be cleaned and
gasket inserted. Cut end of pipe shall be rounded off and burrs removed.
Outside of the pipe and inside of the gasket shall be lubricated, and the
pipe inserted. Gaskets shall conform to ASTM CS64.
I
No-Hub: Joints in no-hub pipe shall be made with a neoprene gasket and
stainless steel sleeve. Pipe ends shall be inserted into the neoprene
gasket, the stainless steel sleeve placed around the gasket and screws
tightened to the Manufacturer's recommended torque. Gaskets shall conform
to ASTM CS64, sleeves to ANSI 301-305.
I
ALTERATIONS AND CONNECTIONS TO EXISTING PIPING:
I
I
At the existing water plant, designated portions of the existing piping and
fittings are to be removed and connections are to be made to existing
piping for related equipment.
I
The Contractor shall schedule and coordinate his activities with the plant
superintendent so that the work can be accomplished in a manner and at such
time that a minimum interruption of service will occur. While the
connected line is out of service, work shall continue uninterrupted until
service is restored.
I
All connections to existing piping shall be made in a manner that will
prevent infiltration or leaking at those points of connection. Any pipe or
fitting to be removed shall be removed in a manner that will prevent damage
to pipe, joints or appurtenances left in place. Any pipe or appurtenances
that are to remain in place but which become damaged by any operation of
the Contractor shall be repaired or replaced with new material by the
Contractor as directed by the Owner and at no expense to the Owner. Any
piping and appurtenances removed and not reused by the Contractor shall be
turned over to the Owner for storage.
I
I
.
.
-
9810-02-T06.doc
PLANT AND YARD PIPING
T6-6
I
I
Cleaninq: Pipe lines shall be thoroughly cleaned after laying. Whenever
pipe laying operations are ceased, a plug shall be installed in the open
end of the pipe to prevent ground water, mud, etc. from entering the newly
laid pipe.
I
CONNECTION TO PREFLASH MIX BASIN:
I
Connections to or through the walls of the pre flash mix basin shall have
stainless steel bolts and anchors. The new lime slurry connection shall be
installed in a hole cored through the concrete and shall be sealed with a
link seal in each face of the wall.
I
PROVISIONS FOR FUTURE CONNECTIONS:
I
Where pipe ends are for future connections, they shall be plugged or capped
using mechanical joint plug or cap and restrained as needed.
MANHOLES:
I
Where practical chemical feed lines shall be installed in the spare ducts
of existing manholes.
I
General: Manholes shall be constructed with cast iron frames and covers.
The base of the manhole shall be constructed of 4000 PSI concrete or
better. Manhole steps shall be 1'-4" O.C., cast iron and R-1981-I for
precast manholes. Flat top manholes shall have 8" thick flat bottoms and
tops constructed of 4000 PSI concrete.
I
Precast Concrete Manholes: Precast manholes shall consist of precast
risers and tops conforming to the requirements of ASTM C478-61T and having
a minimum wall thickness of 5 inches. Except for flat tops, the precast top
section shall be of the eccentric cone type and shall have a top outside
diameter larger than that of the manhole ring. The lower end of the bottom
section shall be set in a bed of mortar in a recess formed in the
cast-in-place base slab and the outside of the joint shall then be sealed
with a beveled fillet of mortar. Integral bases of equivalent strength may
be used if the manhole base section is leveled by setting in a bed of
mortar. The joints in the riser pipe shall be sealed with a mastic gasket,
similar and equal to K.T. Snyder "Ram-Nek". In lieu of precast units, duct
manholes also may be comparable cast-in-place units.
I
I
I
Brick Manhole Tops: The top of the manholes shall be topped out with
brick. The number of courses will depend on the required elevation of the
top of the manhole. Not more than 5 courses shall be used above the cone
section of a manhole. The brick shall be laid radially in header courses
with joints broken by staggering each successive course. After the manhole
frame and cover has been set in a bed of mortar on the top course of brick,
the outside of the manhole shall be plastered for the full extent of the
brickwork with mortar to the thickness of not less than 1/2 inch. The
inside face of the manhole brickwork may be rubbed with a cloth in lieu of
striking the joints. The brickwork and mortar shall be protected against
low temperatures and cured so as to prevent damage by elevation
adjustments.
I
I
I
I
Manhole Steps shall be installed in all sections of each manhole. The
steps in the precast sections may be installed when the sections are cast
or may be inserted after the manhole has been constructed. All damages to
the precast section caused by the insertion of the steps shall be repaired
and sealed with expanding mortar to prevent leakage. Steps shall be
located only on the vertical inside face of eccentric cones and shall be
aligned with the steps in the lower sections. Manhole steps in concrete
.
-
9810-02-T06. doc
PLANT AND YARD PIPING
T6-7
I
I
boxes also shall be located to align with the access manhole frame and
cover.
I
Manhole Frames and Covers:
I
General: Manhole frames and covers in improved areas or streets shall be
set flush with the finished grade; the Contractor shall set and adjust
manhole frames and covers as necessary to meet this requirement.
I
Standard Frames and Covers: Cast iron for manhole frames and covers shall
conform to ASTM A 48, Class 30, gray iron. Castings shall be quality cast
iron such that the metal is strong, tough and of uniform grain. They shall
be smooth, free from scale, lumps, blowholes, blisters and defects of every
kind which render them unfit for the intended use. No plugging or filling
shall be permitted. Standard frames and covers shall have machined bearing
surfaces and shall be Neenah No. R-1706 and weighing approximately 400
pounds total, or shall be the comparable product of Sumter, Dewey Bros.,
U.S. Foundry, or equal. Manhole frames and covers in flat concrete slabs
shall have machined bearing surfaces and for heavy duty applications shall
be Neenah No. R606S, or equal, weighing approximately 400 pounds, total;
light duty frames and covers shall be used in unpaved areas and shall be
Neenah No. R6044-A, or equal, weighing approximately 165 pounds, total.
I
I
I
TESTING:
I
General: After completion of the piping, it shall be tested for leaks and
proved tight. Gravi ty lines shall be tested at 15 psig. Pressure lines
shall be tested at 150 psig. The Contractor shall provide at his expense
all labor, supervision, pumps, measuring devices, power, miscellaneous
equipment and water necessary for performance of all testing on all piping
in accordance with the requirements of these specifications.
I
Pressure Test: All newly laid pressure pipe or any valved section thereof
shall be subj ected to the appropriate hydrostatic pressure. All valves
shall be in place when lines are tested. The duration of each pressure test
shall be at least thirty minutes. Before applying the specified test
pressure, all air must be expelled from the line. The Contractor will make
the necessary taps and insert plugs after the test is completed. All
exposed pipe, fittings, valves, and joints shall be carefully examined;
defective joints shall be repaired or replaced to the satisfaction of the
Engineer. Any cracked or defective pipes, fittings, or valves discovered
in the consequence of this pressure test shall be removed and replaced with
sound material, and the test shall be repeated until satisfactory.
I
ii
.
-
-
STERILIZATION:
I
All service piping complete with fittings shall be flushed until clean, and
sterilized as specified in AWWA Specification C 601-86, "disinfecting Water
Mains" . Disposal of heavily chlorinated water (following disinfection)
must be accomplished in accordance with AWWA Standard C651 (latest
revision) . The requirements of this paragraph apply equally to new pipe
and fittings, and to existing pipe lines into which connections have been
made, or which may have been otherwise disturbed to the extent that
contamination may have occurred.
CLEAN-UP:
Upon completion of the installation of the water lines and appurtenances,
all equipment and debris remaining as a result of the Contractor's
operations shall be removed from the site of the work.
98 10-02-T06 .doc
PLANT AND YARD PIPING
T6-8
I
I
PAINTING:
I
All exposed piping and appurtenances shall be painted in accordance with
the requirements of Section T-9 of these specifications.
AS BUILT DRAWINGS:
I
Upon completion of the work, the Contractor shall furnish to the Engineer a
complete set of marked-up drawings showing all changes in the location of
all underground and above ground piping, valves, and drains.
I
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. The work under this Section of
the Specifications should be appropriately allocated to Parts A & B of the
Bid.
I
I
I
I
I
I
I
I
I
I
I
98 10-02-T06 .doc
PLANT AND YARD PIPING
T6-9
I
I
SECTION T-7 - VALVES, 20" AND LARGER
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 conditions of the Contract.
I
GENERAL:
I
All valves and accessories furnished by the Contractor for incorporation
into the work shall be new, unused, and of the type specified herein.
Val ves for buried service shall be furnished with restrained mechanical
joint connections. Exposed valves shall be flanged with current ANSI
Standards to match the piping. Each valve shall have the identifying mark
of the manufacturer, year of manufacture and pressure rating cast on the
body. All valves 20" and larger shall be butterfly valves, shall be opened
by turning counter-clockwise and shall have an arrow cast into the metal of
the operating nut or on the handle or wheel to indicate direction of
opening. ALL valves shall be furnished by a single manufacturer. The small
valves of chemical and water piping are specified in Section TIS.
I
I
I
BUTTERFLY VALVES:
I
Butterfly valves shall be of the tight closing, rubber seat type with seats
which are bonded to or mechanically retained in the valve body or disc. No
metal-to-metal seating surfaces permitted. Valves shall be bubble tight at
rated pressures with flow in either direction, and shall be satisfactory
for applications involving throttling service and/or frequent operation and
for applications involving valve operation after long periods of
inacti vi ty . Valve discs shall rotate 900 from the full open position to
the tight shut position. Valves shall meet the applicable requirements of
the AWWA classifications. The manufacturer shall have manufactured tight
closing rubber seated butterfly valves for a period of at least five (5)
years. Butterfly valves shall be Pratt as specified or shall be valves of
comparable quality as manufactured by CMB Industries, Dezurik, or Rodney
Hunt.
I
I
I
Valve Bodies shall be constructed of cast iron ASTM A-126 Class B and shall
have integrally cast mechanical joints ends or flanged ends as appropriate.
Flange drilling shall be in accordance with ANSI B 16.1. Two trunnions for
shaft bearings shall be integral with each valve body. Val ves 30" and
larger shall be in accordance with the applicable class requirements of
AWWA CS04.
I
Valve Discs shall be constructed of cast iron or ductile iron.
I
Valve Shafts: Shafts of all valves shall be turned, ground and polished.
Valve shafts shall be constructed of 18-8 Type 304 stainless steel.
Valve Seats shall be of a natural rubber or synthetic rubber compound.
Valve seats shall be field adjustable and replaceable without dismounting
operator disc or shaft and without removing the valve from the line. All
retaining segments and adjusting devices shall be a corrosion resistant
material and shall be capable of a 1/8 inch adjustment.
Valve Bearinqs: Valves shall be fitted with sleeve type bearings.
Bearings shall be corrosion resistant stainless steel and self lubricating.
9810-02-T01.doc
VALVES
T7-1
I
I
Valve actuators shall conform to latest revision of AWWA CS04, and shall be
designed to hold the valve in any intermediate position between full open
and fully closed without creeping or fluttering. The bearing load shall not
exceed 1/5 of the compressive strength of the bearing or shaft material.
I
Manual valve operators shall be of the worm gear or traveling nut type and
fully enclosed. Units furnished for buried service shall be fully gasketed
and grease packed. Above ground operators shall have a suitable indicator
arrow to give valve position at any point from full open to fully closed.
Valves shall open with a clockwise rotation of the handwheel. Manual
operators shall require at least 30 turns of the handwheel to rotate 900.
Operator components shall, at the extreme operator positions, withstand
without damage a pull of 200 lbs. for handwheel or chainwheel operators or
an input torque of 300 ft. lbs. for operating nuts. Buried valves shall be
provided with extension stem and valve position indicator or extended
bonnet.
I
I
I
Paintinq and Testinq: All surfaces of the valve shall be clean, dry and
free from grease before painting. The valve surfaces except for seating,
shall be evenly coated with a suitable primer to inhibit rust or black
asphalt varnish in accordance with Federal Specification TT-VS1C.
Hydrostatic and leakage tests shall be conducted in accordance with AWWA
C504.
I
I
Valve Appurtenances:
I
Valve Boxes: All underground valves shall be installed with solid sleeve
couplings in concrete valve boxes. A filler ring shall be installed to
prevent closure movement of the pipe and valve after assembly.
I
If valves V2-1 and V3-5 are found to be operable and are not replaced, they
shall be fitted with extension stems in cast iron extension boxes and
protected at the ground surface with an 18" square x 6" thick concrete slab
set 1 1/2" above grade.
I
Installation: Valves in valve boxes shall be plumb and appropriately
located to provide for removal and installation using the coupling. Earth
fill shall be carefully tamped around valve boxes to the undisturbed face
of the trench. Valves shall have the interiors cleaned of all foreign
matter before installation. Stuffing boxes shall be tightened and the
valve shall be inspected in both opened and closed positions to see that
all parts are in working condition. Manhole frame and cover for valve boxes
shall be Neenah #R6060 or comparable product. All valves in concrete valve
boxes shall be restrained across sleeves to withstand 10 PSI working
pressures except that the valve in the high pressure line must withstand
100 PSI pressure. Restraint must be provided by no fewer than 4 bolts
across a connection; where space is limited use mechanical joint retainer
glands or mega flange assemblies. Valves in the high service lines are to
be restrained for 100 PSI.
I
I
I
PAINTING AND PROOF REQUIREMENTS:
I
Paintinq and Testinq: All iron surfaces of the valves shall be painted;
surfaces shall be clean, dry, and free from grease before painting. The
valve surfaces, except for seating, shall be evenly coated with a suitable
primer to inhibit rust or black asphalt varnish in accordance with Federal
Specification TT-V-51C or 512. Hydrostatic and leakage tests shall be
conducted in strict accordance with AWWA C500.
i
.
Affidavit of Compliance: The Vendor of the valves shall, upon completion
of manufacture, provide to the Owner an "Affidavit of Compliance" in
accordance with AWWA C500.
iii
Proof-of-Desiqn Test: Vendor shall include with his submittal certified
copies of Proof-of-Design Tests in accordance with AWWA C500.
981O-02-T01.doc
VALVES
T7-2
I
I
REPAIR OF VALVE RWV 3:
I
The electric operator of 42" raw water butterfly valve (RWV 3) is sometimes
locking up at the point where flow is 9 Mgdt. The electric operator is to
be removed and factory serviced; replace the valve actuator head to provide
smooth operation of the valve from open to closed.
TESTING, CLEAN-UP, AND STERILIZATION:
I
Testing and clean-up shall be performed in accordance with the provisions
of Section T-6 of these specifications. All valves shall be in place when
lines are tested. Any cracked or defective valves discovered in
consequence of the testing shall be removed and replaced with sound
material and the test shall be repeated until a satisfactory test is
achieved.
I
I
PAYMENT:
I
Except as indicated in the payment clause, no separate payment will be made
for the work covered under this section of the specifications. All costs
in connection therewith shall be included in the lump sum price for the
completed work. The work under this Section of the Specifications should be
allocated to Part A of the Bid. Deletion will be made by Item 2 of the Bid
if it is unnecessary to replace either or both of the 36" valves V2-1 and
V3-S.
I
I
I
I
I
I
I
I
I
I
!!!
9810-02-T07.doc
VALVES
T7-3
I
I
SECTION T-8 - BUILDINGS AND 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 the installation of all
building and accessory items for the owner furnished lime slurry equipment
and the fluoride building door and other modifications 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
GENERAL:
I
Concrete, masonry, and roofing shall conform to the applicable
specifications. Pump bases shall conform to the layout of Burnett Lime Co.
who is supplying the lime slurry system installed in this building.
I
DOORS, FRAMES, AND HARDWARE:
I
Doors 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 points 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
Hollow Metal Doors shall be 1-3/4 inch thick 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 Kewanee, Pioneer or
Steel craft will be considered equal. Weep holes shall be provided in the
bottom rail. Double doors shall have adjustable astragals.
I
I
Frames shall be double rabbeted having 5/8 inch stops, and shall be 14
gauge steel for exterior openings. The frames shall have 5/8 inch integral
returns, shall be Republic FE 414 (EXT) or the equivalent product of
Steelcraft, Pioneer, or Kewanee, and shall have 4 inch head and 2 inch
jambs. Provide 26 gauge galvanized plaster guard boxes welded behind all
cutouts for hardware. Frames shall be reinforced for hinges and other
hardware and shall be provided with sill anchors and 6 masonry anchors (3
each side) for anchoring the jambs to the masonry walls. Gum rubber
silencers shall be provided with each frame.
I
.
.
Thresholds for the exterior doors shall be cast aluminum abrasive type,
American Safety Tread Co., Inc., or equal, 6 inch wide, Style 8155, and
shall be set by securely anchoring to the floor slab with stainless steel
expansion 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 hardware in doors and frames. Locksets shall be lubricated by graphite
and shall be adjusted for proper operation; hinges shall have maintenance
free lubrication.
The Contractor shall submit manufacturer's catalog numbers, hinge
sizes, and hardware set identification with corresponding ANSI or
standard type or function number to manufacturer's catalog number.
locks shall be keyed alike to match existing water plant hardware.
with
BHMA
All
9810-02-T08. doc
BUILDINGS AND ACCESSORIES
T8-1
I
I
Finishes on all hardware shall be US320 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 shall
be of brass, bronze, or stainless steel. .
I
Hardware Group No. 1 (2 PR Doors at Lime Slurry Room)
3 pro Hinges, Full Mortise, Stanley FBB179
4-1/2 x 4-1/2 P Steel
1 ea. Lockset Sargent 9G24-BC
1 ea. Threshold AM ABR MET T
1 ea. Head Bolt, 12" Sargent 3450
1 ea. Foot Bolt, 12" Sargent 3450
2 ea. Door Holder & 1100 Stop sargent 590
2 ea. Silencers Ives 20
I
I
I
Hardware Group No.2 (1~" thick, ~ glass door at the fluoride building.)
I
3 pro Hinges, Full Mortise, Stanley FBB179
4-1/2 x 4-1/2 P Steel
1 ea. Lockset Sargent 9G24-BC
1 ea. Threshold AM ABR MET T
1 ea. Door Holder & 1100 Stop sargent 590
2 ea. Silencers Ives 20
I
Glass for the door shall be 3/16 inch clear sheet glass.
I
WINDOWS:
I
General: Windows shall be thermal break aluminum projected windows with
single glazing, Alenco Series 5000, or shall be the comparable product of
Baut, Hope's, Peerless, or Winco Mfg. Co. Windows shall be furnished with
anchors and attachments and complete with all related and necessary
material for a weathertight installation. Shop drawings, including
installation details, shall be submitted for approval prior to commencing
fabrication.
I
Aluminum Projected Windows shall have open out ventilators, shall be inside
glazed, thermal break, double weatherstripped and shall be fitted with
inside screens. Windows shall have a clear anodized finish; hardware shall
be nickel bronze, finish US 26D or stainless US320. Operating handles
shall be heavy duty cam type.
-
Screens shall be 18 x 14 mesh standard aluminum screens, inside mounted,
with wicket access having ample room for the cam handle operators.
.
.
Stools shall be concrete.
GLASS AND GLAZING:
General: The work consists of furnishing and installing glass for all
windows and doors.
Glass: Manufacturer's labels showing strength, grade, thickness, type and
quality shall be required on each piece of glass. Any wave in the glass
shall be installed horizontally.
Glass for all doors shall be 3/16 inch clear sheet glass. Aluminum
projected windows shall have 1/8 inch pane double strength clear glass.
Glazing: Glazing compound for openings in aluminum frames shall be Tremco
Silicone Glazing Sealant: Proglaze, ASTM C920-79, or equal, in aluminum
color. Glass shall set with blocks and spacers of neoprene to prevent
9810-02-T08. doc
BUILDINGS AND ACCESSORIES
T8-2
I
I
contact of <ilass on metal. No gl~zing sh~ll I:?e done when the, temperature
is below 40 F. Seal all glass Wl th glazlng ln accordance Wl th the best
standard practices and with the directions and recommendations of window,
sash, glazing sealant and gasket manufacturers.
Clean all glass on both sides at completion of the building. Do not use
acid or caustic solutions for cleaning glass and do not disturb edges of
glazing with scrapers. After cleaning, leave all glass free from rattles,
scratches and imperfections.
I
I
I
CAULKING:
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
compound (Fed. Spec. TT-S-00230) applied by gun in a manner that will
exclude dust, air and rain. All masonry to be in contact with caulking
compound shall be given a coat of shellac before caulking is applied.
Caulk joints before final coat of paint is applied to adjacent work if
painting is required.
I
CARPENTRY:
I
General: The requirements for carpentry in connection with form work is
covered under CONCRETE of these specifications.
I
Lumber grading shall be in accordance with the current grading rules for
Southern Pine lumber, full and square, surfaced four sides to standard yard
sizes and job ripped to sizes indicated.
I
Dimension lumber shall have moisture content not exceeding Association
Rules for the grade.
I
All lumber, nailers, blocking, curbs, cants, etc. shall be treated Southern
Yellow Pine treated in conformance with LP22 with Chromated Copper Arsenate
(CCA) and shall retain 0.4# per cu. ft. of dry chemical. Lumber shall be
dried after treatment.
I
Plywood shall be grade-stamped in accordance with American PlYwood
Association standards and unless otherwise shown shall be Group 1 or 2, C-C
impr. manufactured with waterproof glue and painted each face.
I
Miscellaneous Materials: Bolts, nuts, washers, wood screws, metal screws,
lag bolts, lead expansion shields and toggle bolts shall be furnished in
sizes, types and quantities appropriate for the installations and in
accordance with the best practices of the trade. Where exposed they shall
be non-corroding type. .
I
PAYMENT:
I
No separate payment will be made for any of the work covere~ by this
section of the specifications. All costs in connection therewith sh~ll be
included in the lump sum Bid for the completed work. The work under this
Section of the Specifications should be allocated to Part B of the Bid,
I
9810-02-T08.doc
BUILDINGS AND ACCESSORIES
T8-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
iii
.
SECTION T-8A - ROOFING, FLASHING, ETC.
SCOPE:
The work covered by this section of the specifications consists of
furnishing all labor, materials, equipment and services necessary for or
reasonably incidental to the furnishing and installation of the roofing,
roof insulation, and roof flashing for the lime slurry building and the 12'
x 12' fluoride pump building to fully complete the work in strict
accordance with this section of the specifications and the applicable plans
and subject to the terms and conditions of the Contract.
ROOFING, ROOF FLASHING AND INSULATION:
Roofinq shall be four-ply, built-up, coal tar pitch, black armor glass
felt, and gravel roofing similar to Allied signal Specification No. RP-51
(TC) (20 year warranty). Joints in the insulation shall be sealed prior to
application of the roofing.
Insulation shall be 1-1/2" consisting of 1" armor plus roof
(polysiocynurate foam) insulation and ~' of armor-lite (perlite)
insulation. The insulation shall be installed with a vapor barrier.
Insulation shall be kept dry both in storage and during application; it
shall be laid by pressing each sheet into the mopping of asphalt applied
immediately ahead of installation.
Flashing at vertical surfaces shall conform to Allied Signal Specification
No. G2S0 at gravel stops. Nailers and cants shall be CCA treated wood to
retain O. 4#/ft. 3 of dry chemical. Base flashing shall be installed before
the top coating and surfacing of the built-up roof. Joints in continuous
metal flashing shall be lapped at least 4 inches and tightly sealed with
mastic.
Gravel Stops and Fascias shall be made of .032" thickness 3105 Aluminum fy =
26,000 psi conforming to the Gravel Stop System shown on the drawings
having fascia and soffit extensions, pitch dams, and joint flashing.
Cants and Blocks: Install treated wood cant strips and/or blocks at the
juncture of the roof and vertical surfaces by mopping the horizontal and
vertical surfaces with hot asphalt and immediately embedding the cant
strips.
Protection of Dissimilar Metal: Where dissimilar metals are in contact
with each other (such as copper and galvanized iron) a piece of 15# felt
shall be installed with hot asphalt in such a manner to separate the metals
from contact. Fel t shall be neatly trimmed and excess asphalt removed
after completion.
Bond: The Contractor shall provide a twenty-year warranty covering the
roof installed under this Contract. Copies of the warranty shall be
supplied to the Owner before final payment is made.
Traffic pads shall be W.R. Meadows ftWhitewal~' pads (1/2"x3'xS' sections)
laid 3' wide on the roof between the ladders.
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Base Bid for the completed work.
9810-02-T08A.doc
ROOFING, FLASHING, ETC.
T8A-l
I
I
SECTION T-8B - PREFABRICATED FIBERGLASS BUILDING
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, appliances, materials and in
performing all operat~ons in connection with the installation of the
prefabricated coagulant feed building and accessory items as hereinafter
designated, complete, in strict accordance with this specification, the
applicable drawings, and subject to the terms and conditions of the
Contract.
I
PREFABRICATED FIBERGLASS BUILDING:
I
The prefabricated fiberglass building for the liquid coagulant feed systems
shall be a factory or field assembled building 9'-6" wide by 10'-0" deep by
7' -8" sidewall height, equal to Model WFS manufactured by Warminister
Fiberglass Company, Southhampton, Pennsylvania. The unit walls and roof
shall have a chemical resistant white gelcoat finish bonded to a 1/8"
fiberglass laminate enclosing a 1" center core with a minimum insulating
value of R-7. The door shall be a 3' -0" x 6' -6" x 1 3/8 composite molded
door to match the building and mounted on continuous stainless steel
hinges. The door latch shall be stainless steel; the door gasket shall be
neoprene. The unit shall include a 12x12 safety glass window; a 12" 650
c.f.m. exhaust fan with gravity shutter; a matching intake louver with
gravity shutter and insect screen; a 1500 watt wall mounted heater with
thermostat; two duplex receptacles; a two lamp 48" fluorescent light; and
switches for the fan and lighting fixture. All wiring is to be in flexible
galvanized steel conduit type EF. Branch circuits for the above electric
devices will be provided in a 120/240 volt, single phase panelboard
furnished under Section T-16, ELECTRICAL of these specifications
I
I
I
I
The building shall be mounted on the cast in place concrete slab using the
neoprene sponge rubber base flange gasket furnished with the building and
3/8" stainless steel anchors into the slab.
I
SHOP DRAWINGS:
I
Shop drawings shall be furnished for the fiberglass reinforced plastic
building for approval and noting the location of the specified items as
well as the panelboard which will be field mounted.
I
CAULKING:
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
compound (Fed. Spec. TT-S-00230) applied by gun in a manner that will
exclude dust, air and rain. All masonry to be in contact with caulking
compound shall be given a coat of shellac before caulking is applied.
Caulk joints before final coat of paint is applied to adjacent work if
painting is required.
I
CARPENTRY:
I
Lumber grading shall be in accordance with the current grading rules for
Southern Pine lumber, full and square, surfaced four sides to standard yard
sizes and job ripped to sizes indicated.
Dimension lumber shall have moisture content not exceeding Association
Rules for the grade.
9810-02-T08B. doc
PREFABRICATED FIBERGLASS BUILDING
TBB-1
I
I
All lumber, nailers, blocking, curbs, cants, etc. shall be treated Southern
Yellow Pine treated in conformance with LP22 with Chromated Copper Arsenate
(CCA) and shall retain 0.4# per cu. ft. of dry chemical. Lumber shall be
dried after treatment.
I
Plywood shall be grade-stamped in accordance with American Plywood
Association standards and unless otherwise shown shall be Group 1 or 2, C-C
impr. manufactured with waterproof glue and painted each face.
I
Miscellaneous Materials: Bolts, nuts, washers, wood screws, metal screws,
lag bolts, lead expansion shields and toggle bolts shall be furnished in
sizes, types and quantities appropriate for the installations and in
accordance with the best practices of the trade. Where exposed they shall
be non-corroding type.
I
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. The work under this
Section of the Specifications should be appropriately allocated Part B of
the Bid.
I
I
I
I
I
I
I
I
I
I
-
-
9810-02-T088. doc
PREFABRICATED FIBERGLASS BUILDING
T8B-2
I
I
SECTION T-9 - PAINTING AND FINISHING:
I
SCOPE:
I
The work covered by this specification consists of furnishing all plant,
labor, equipment, appliances, and materials, and in performing all
operations in connection with the painting of metals, masonry, concrete,
wood, plastic, and equipment of the lime slurry system, all metals of the
horizontal slow mixer installation, piping of the clearwell modifications
and of the other areas where chemical feed equipment is being added or
modified and the other equipment and piping in these spaces. Ferrous metals
shall be prime coated in the shop as specified herein or in other sections
and shall have any bare spots resulting from handling or welding touched up
with one coat of the respective shop paint.
I
I
MATERIALS:
I
All paints shall be fresh and shall arrive on the job in the original,
unopened containers which clearly show the name of the manufacturer and
directions for application. This specification utilizes the products of
the Tnemec Company as the standard of quality and color; the comparable
products of Pittsburgh, Glidden, Pratt and Lambert, and Sherwin Williams
will be considered equal.
I
SURFACES REQUIRING PAINTING:
I
The painting required by this section shall include repainting the chemical
feed rooms, piping and equipment of this contract and all new work.
Included in the painting are interior walls, ceiling, doors, trim, all
piping and equipment, including the steel work associated with the two alum
tanks, the fluoride building, the coagulant feed building, the lime slurry
building, and the horizontal mixer.
I
Exterior painting shall include: all existing and new ferrous metal
associated with the work of this contract.
I
Interior painting shall include all existing and exposed interior concrete
and brick of the fluoride building (except floor), the lime slurry
building, walls of the chemical feed rooms, exposed wood, ferrous metal
work, piping, fittings, valves, equipment and other metal work of this
contract. Interior painting shall also include touch up of all surfaces
modified or damaged during construction.
I
I
Equipment prefinished by the manufacturer shall conform to the special
requirements of the specification section in which the equipment is
specified, but shall not have a finish of lower quality than herein
specified for exterior and interior metal work.
I
Exterior brick masonry, concrete, aluminum, chrome, stainless steel,
pre finished fiberglass and exterior galvanized pipe shall not be painted
except as specifically noted elsewhere.
SURFACE PREPARATION
All surfaces which are to be painted shall, prior to application of paint,
be cleaned, washed and further prepared as specified herein. Surfaces of
ferrous metal to receive Phenolic, Vinyl, Epoxy, or Alkyd Primers shall be
thoroughly cleaned by sandblasting to commercial blast metal (SSPC-SP6).
Where long oil primers are elsewhere specified, SSPC-SP3, power brush
cleaning is acceptable; submerged surfaces shall be near-white blast (SSPC-
SP10) .
981O-02-T09.doc
PAINTING AND FINISHING
T9-1
I
I
Masonry and concrete surfaces requiring paint shall be free of moisture,
dust, dirt, oil, grease or stains. Efflorescence or lai tance shall be
removed by brushing, sandblasting, or, subj ect to the directions of the
Engineer, by acid etching.
I
Wood surfaces shall be thoroughly cleaned and free of all foreign matter,
with cracks and nail holes and other defects properly filled and smoothed.
I
Polyvinyl Chloride (PVC) pipe surfaces shall be solvent wiped and lightly
sanded.
I
Prepainted surfaces: Existing surfaces where the coating is in good
condi tion shall be lightly sanded, wire brushed, or brush blasted to
slightly roughen the surface. Where the paint is scaling, showing rust, or
otherwise failing, the surface shall be sand blasted for repainting as new
material. Surfaces shall be sanded to eliminate the scale marks and other
imperfections which will not permit a smooth finished surface. Cracks,
nail holes, and other defects shall be appropriately filled and smoothed.
I
I
COATING SYSTEMS:
Surface:
I
Prime Coat:
1st. Coat:
2nd. Coat:
I
Surface:
I
Prime Coat:
1st. Coat:
2nd. Coat:
Surface:
I
Prime Coat:
1st. Coat:
2nd. Coat:
I
Surface:
I
Prime Coat:
1st. Coat:
2nd. Coat:
I
Surface:
Prime Coat:
1st. Coat:
I
Surface:
Prime Coat:
I
lst. Coat:
2nd. Coat:
.
-
9810-02-T09.doc
Concrete and concrete block walls and exposed concrete
ceilings in the Chemical Feed Room.
Concrete block filler 54-660 Polyamide Epoxy
Expoxoline 66 Polyamide Epoxy
Expoxoline 66 Polyamide Epoxy
Exposed structural steel, steel doors and frames.
Tneme-Fasprime Series 160 Polyamide Epoxy
Epoxoline Series 66 Polyamide Epoxy
Epoxoline Series 66 Polyamide Epoxy
Machinery, pumps, pipes, valves, manholes.
Bituminous coated pipe shall be sealed before recoating.
poxiprime Series 65 (Epoxy-Polyamide)
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
Hi-Build Epoxoline II Series 69 Polyamidoamine Epoxy
Polyvinyl chloride pipe.
Epoxiprime 66 Polyamide Epoxy
Epoxiprime 66 Polyamide Epoxy
Epoxiprime 66 Polyamide Epoxy
Steel tanks and machinery (shop primed) .
Epoxoline Series 66 (Epoxy-Polyamide)if compatible.
Endurashield Series 73 (Aliphatic Acrylic Polyurethane)
Submerged and other steel of the Horizontal Mixer.
Potapox 140 Epoxy: primer is being applied on the
horizontal mixer by U. S. Filer; field touch up will be
required.
Potapox 140
Potapox 140
PAINTING AND FINISHING
T9-2
I
I
WORKMANSHIP:
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. Where there is any doubt, either about generic composition
or compatibility of existing coatings a test application shall be made and
after 14 days checked for adhesion characteristics and other forms of
incompatibility.
I
I
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
and before the application of the final coat. Selected colors for the
project are from the Tnemec color book. Trim shall be finished same as
wall colors.
I
Exterior Work:
I
Manhole frames and covers
Black IN06
Pipe rails
Aluminum Rails are not to be
painted. Aluminum color for others.
I
Steel Ladders
Blue SC06
Metal doors and trim
Ivory PA 23
I
Electrical Equipment & Poles
Aluminum Color
I
Street Marking
Yellow
Guards and Caution Marking
Safety Yellow SCOl
I
Piping - Stenciled names and
Direction Arrows
Color Code
Valves - To match Pipe Color Code
I
Interior Work (General):
Piping, Valves: Color Code
Chlorine Solution: Safety Yellow SCOl
Raw Water Lines: Malachite PL19
Potable Water: Safety Blue SC06
Lime Solution: Ice Green PA30
Alum Solution: Orange 5602
Fluoride Solution: Delft Blue GB03
with 6" Red Bands @ 30"0.C.
Polymer Solution: Safety Orange SC03
with 6" gray bands at 30" O.c.
I
I
I
Ceilings
White AA01
Doors, Hollow Metal Trim,
and Ductwork
Same as wall, except as noted
I
Chemical Feed Rooms:
Walls
Jasmine Ivory PA 23
-
-
.
9810-02-T09.doc
PAINTING AND FINISHING
T9-3
I
I
Equipment
Nile Green GB39 or MFR's Std. Color
I
Lime Slurry Pump Room:
I
Walls
Equipment
Jasmine Ivory PA 23
Nile Green GB39
I
Horizontal Mixer:
1st Coat
2nd Coat
Beige 1255
Delft Blue GB03
I
CLEAN UP:
I
The work area shall be kept free from surplus materials, dirt and rubbish
at all times. After completion of the work, all paint spots or other marks
shall be removed from floors, walls, doors, and windows, etc. All exposed
metal work and glass shall be carefully cleaned and the work area left
clean.
I
PAYMENT:
I
No separate payment will be made for any work covered by this section of
the specifications. All costs associated therewith shall be included in
the lump sum Bid for the completed work. The work under this Section of
Specifications should be appropriately allocated to Parts A & B of the Bid.
I
I
I
I
I
I
I
9810-02-T09.doc
PAINTING AND FINISHING
T9-4
I
I
SECTION T-10 - DRY CHEMICAL FEED EQUIPMENT
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, materials, and appliances and in
performing all operations in connection with furnishing, installing,
testing, and the initial operation of the replacement dry chemical feed
equipment, complete with all appurtenances, in strict accordance with this
specification and the applicable drawings and subject to the terms of the
Contract.
I
GENERAL:
I
Existing Equipment:
I
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufacturers who are regularly engaged in the production of equipment of
this type, and who have produced such units which have been in satisfactory
and successful water works operation for a period of at least five years.
The equipment specified herein is divided into two subsections as follows:
Dry Lime Feed Equipment and Dry Fluoride Feed Equipment. All of the
equipment specified herein in each subsection shall be furnished by a
single manufacturer regularly engaged in the production of equipment
specified in that subsection. All equipment shall be of the latest and
most modern design and shall be guaranteed by each manufacturer to meet all
of the performance requirements as specified in his particular subsection.
I
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
furnished, subject to the approval of the Engineer. As soon as
practicable, and not later than 30 days after the award of the Contract,
the Contractor shall submit for approval descriptive literature and
drawings for all equipment being furnished which varies from the specified
item. Wi thin 90 days thereafter shop drawings shall be submitted for
approval as follows:
I
I
Equipment and Pipinq Installation Drawinqs: Five
complete details of the installation and any necessary
arrangement, piping, etc., from that indicated on the plans.
sets showing
changes in
I
I
Equipment, Specifications, Outline Dimension Drawinqs, Wirinq and/or
Pipinq Diaqrams: Five sets for each item of equipment being furnished.
Operation and Maintenance Instructions: Five sets for each item of
equipment being furnished prior to completion of the installation.
I
Removal of Existinq Equipment: In connection with the installation of the
new Chemical Feed Equipment, the Contractor shall carefully remove the
following existing equipment and deliver the same to the Owner at a
location to be designated by the Owner for storage of the equipment:
Lime Feeder Nos. 1 & 2.
Dry Fluoride Feeder and Hopper, complete.
I
I
In the course of removing the designated equipment, the Contractor shall
protect all existing equipment and piping to remain in place. Any p~p~ng
or equipment to remain in place so damaged by the Contractor or his agents
I
9810-02-T10. doc
DRY CHEMICAL FEED EQUIPMENT
TIO-l
I
I
I
shall be either repaired or replaced by the Contractor at the option and
direction of the Owner and at no additional expense to the Owner.
I
DRY LIME FEED EQUIPMENT:
I
Lime Feeder: The Contractor shall furnish and install one complete
volumetric screw type feeder. The feeder shall be electrically driven
manually controlled and fitted for 4-20 MA automatic control from flow. The
accuracy shall be at least 1% of the set rate over a 10: 1 range. The
feeder shall be dust tight. The unit shall be a 4" screw type with electric
variable speed control. Each feeder shall be constructed of corrosion-
resistant aluminum and stainless steel. Parts in contact with the material
being fed shall be constructed of stainless steel, Buna-N, and Styrene.
The feeder shall be a WT Model 32-055 Volumetric Feeder, complete with
accessories, as manufactured by Wallace and Tiernan or the comparable
Acrison Volumetric Feeder and accessories or approved equal. The feeder
shall be fitted with a hopper agitator/conditioning screw.
I
I
I
Capacity: The unit shall be capable of feeding hydrated lime at the
rate of 500 pounds per hour.
I
Motor: The screw shall be driven by a DC motor sui table for
continuous operation. The motor driving the material-regulating mechanism
shall be of size and type necessary to properly operate the mechanism. It
shall be the responsibility of the Contractor to refer to the ELECTRICAL
Section of these specifications and to provide suitable connections for all
electrical equipment and accessories required for operation of the lime
feeder system.
I
I
Accessories: The feeder shall be furnished by the manufacturer
complete with the accessories indicated or hereafter specified.
I
Miscellaneous accessories shall include a test weight, one gallon of
gear case oil and a stainless steel sample tray.
I
Solution Tank: The existing 150 gallon capacity 12 gauge type 316
stainless steel solution tank shall be refitted and reset as an
independently supported unit or may be a new comparable unit. The tank
shall have a new mechanical mixer equipped with 1/2 HP, 115/230 volt TENV
motor, with stainless steel shaft and propeller; the existing 1" Vareameter
from the fluoride system (capacity 17.3 gpm, with 10" beaded glass tube,
gpm scale and 316 stainless steel float) shall be reused in the lime
system. A jet agitator shall be installed on the incoming water supply; a
float control valve shall be added to the dissolving tank. A feeder
discharge chute also shall be added at the inlet opening of the tank. Also
mounted on the tank shall be a new control panel to replace the existing
unit; it shall be pre-wired and include mixer on-off switch and running
lights; motor on-off switch with running lights; feeder hand-off automatic
timer; low hopper level bin switch light; alarm bell; alarm silence push
button; motor starters; control relays; and the necessary relays and
contacts in the feeder circuitry to provide status indication on the
Central Display Panel. The existing solution tank and new floor stand
supported feeder shall be designed to operate as a system, pre-wired to
require only minimum field assembly.
Hopper: The discharge chute from the 3rd floor bulk storage existing
Hopper is to be replaced up to the 3rd floor; The new chute shall be fitted
with a bindicator. The existing Hopper is independently supported at the
3rd floor and is to remain in opera~ion as part of the existing bulk lime
feed system.
I
I
I
!!!!
-
9810-02-T10. doc
DRY CHEMICAL FEED EQUIPMENT
T10-2
I
I
DRY FLUORIDE FEED EQUIPMENT:
I
I
Fluoride Feeder: The Contractor shall refurbish the existing dry fluoride
feeder. The feeder is a Wallace & Tiernan Model 32-055 volumetric screw
type, scale mounted, with an independently supported solution mixing tank
and a built-in hopper equipped with hopper wall agitation.
I
Replace with new:
· The hopper agitator
· The feed screw
· The drive motor
· The belts
· The gearbox oil
· The dissolving tank (see accessories)
I
I
Capacity: The refurbished feeder shall have an adjustable operating
range of at least 30: 1 and shall be capable of accurately discharging
commercial grade sodium silicofluoride at a maximum rate of 0.68 cu. ft.
per hour.
I
Motor: The feeder shall be driven by a new fractional horsepower DC
motor suitable for continuous operation. It shall be the responsibility of
the Contractor to refer to the ELECTRICAL Section of these specifications
and to provide suitable connections for all electrical equipment and
accessories required for operation of the fluoride feeder system.
I
I
Accessories: The feeder shall be fitted with new accessories
indicated or hereinafter specified to complete an operating system using
the existing equipment indicated.
I
Tank System:
I
250 gallon capacity 316 stainless steel
solution tank equipped with dust arrestor,
submerged triple jet mixer; gravity discharge
adapter and baffle, inlet and discharge
connections, covers and accessory mounting plates.
.
.
Mechanical mixer equipped with 1 horsepower
115/230 volts, TENV motor; stainless steel
shaft, propeller and baffle ring for hard
to wet chemical.
I
Vareameter or Rotometer
Provide a new 2" Vareameter, capacity 50 gpm
equipped with 10" gpm scale, 316 stainless steel float, and suitably
valved for accurate control.
!!!
Control Panel
The existing control panel shall be reused; it is
pre-wired, mounted on the wall, and includes mixer
on-off switch; mixer running light; feeder
on-off switch; and feeder running light;
vibrator on-off switch, vibrator controller
and intermittent timer; low hopper level bin
switch light; feeder speed readout meter; alarm
bell; alarm silence push button; motor starters;
9810-02-TlO.doc
DRY CHEMICAL FEED EQUIPMENT
T10-3
I
I
control relays; auxiliary relays and contacts
in feeder circuitry; and provides status indication
on the Central Display Panel.
I
Scales
The existing 3000# platform scale is to be replaced with a force flow
8DIODVF hydraulic scale with dial readout.
I
Loss of Weiqht Recorder
I
Provide a new W&T Series A-639 loss of weight recorder, lOO#
chart capacity, including:
I
High and low alarm actuator.
Direct reading "pounds in hopper" register.
I
The following Hopper equipment and accessories are existing and are to be
reused. A new transition is required to connect to the new feeder.
Hopper
I
Inlet Flexible connection
Inlet slide gate
Bindicator Model A bin switch-low level
Syntron Model V-51 vibrator
Converging hopper 2' square to 20" x 12"
approximately l' - 7" high
2' square extension hopper approximately
6' - 4" high with support angle and
split floor plate
I
I
Dust Collector
I
Torit Model 54 dust collector with loading
hatch equipped with ~ horsepower, 460 volts,
3 phase TEFC, 3600 rpm motor, including:
I
Dust collector adapter plate
PIPING AND APPURTENANCES:
The Contractor shall furnish and install complete with necessary valves,
adaptors, and supports all chemical lines, water lines, and solution lines
of the size and type indicated to connect the feeders with the chemical and
water supply and with the desired point of chemical application. All
water, chemical, and solution lines and appurtenances shall be as indicated
and as specified in the Section, PLANT AND YARD PIPING.
SUPERVISION OF INSTALLATION:
The installation of the equipment furnished under these specifications
shall be under the direction of a qualified representative employed by the
manufacturer of the equipment, who will test and adjust the equipment
during initial operation and instruct the operating personnel in the care,
operation and adjustment of the equipment. Complete printed operating
instructions and spare parts lists, as herein previously specified, shall
be furnished, supplemented by cuts and diagrams showing the component parts
of the equipment and all control devices.
9810-02-TlO.doc
DRY CHEMICAL FEED EQUIPMENT
T10-4
I
I
PAINTING:
I
Except for existing equipment being reused, all equipment shall be shop
painted with the manufacturer's standard complete paint system which shall
be certified by the manufacturer as suitable for the use and environment in
which the equipment shall be placed. The manufacturer shall provide for
the Engineer a color chart showing the available finish coat colors
normally available for the equipment and the Engineer shall select the
finish coat color from that chart. If the manufacturer has a standard
finish color and does not provide a choice, then he shall so state in
writing and shall provide a suitable quantity of field touchup paint for
each type and color on his equipment. Existing equipment shall be touched
up and provided with a new field coat.
I
I
I
GUARANTY:
I
The equipment furnished under these specifications shall be guaranteed for
a period of one (1) year from the date of final acceptance thereof against
defective materials, design, and workmanship. In the event of the failure
of any part or parts during the guaranty period, due to the above causes,
the affected part or parts shall be removed and replaced promptly at the
expense of the Contractor.
I
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. The work under this Section of
Specifications should be appropriately allocated to Part B of the Bid.
I
I
I
I
I
I
I
.
981O-02-TlO.doc
DRY CHEMICAL FEED EQUIPMENT
T10-S
I
I
SECTION T-11 - METERED LIQUID FEED SYSTEMS
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, materials, and appliances and in
performing all operations in connection with furnishing, installing,
testing, and the initial operation of the liquid feed equipment for two
systems, alum and fluoride, complete with all appurtenances, in strict
accordance with this specification and the applicable drawings and subject
to the terms and conditions of the Contract.
I
I
GENERAL:
I
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufacturers who are regularly engaged in the production of equipment of
this type, and who have produced such units which have been in satisfactory
and successful water works operation for a period of at least five years.
The equipment specified herein shall be furnished by a single manufacturer
regularly engaged in the production of the equipment specified. All
equipment shall be of the latest and most modern design, shall be complete
integrated and operating system, and shall be guaranteed by the manufacture
to meet all of the performance requirements as specified.
I
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
furnished, subject to the approval of the Engineer. As soon as
practicable, and not later than 30 days after the award of the Contract,
the Contractor shall submit for approval descriptive literature and
drawings for all equipment being furnished under this section of the
specification which varies from the specified item. Also within 90 days
shop drawings of all equipment shall be submitted as follows:
I
I
Equipment and Pipinq Installation Drawinqs: Five sets showing
complete details of the installation and any necessary changes in
arrangement, piping, etc., from that indicated on the plans.
I
Equipment, Specifications, Outline Dimension Drawinqs, Wirinq and/or
Pipinq Diaqrams: Five sets for each item of equipment being
furnished.
I
I
Operation and Maintenance Instructions: Five sets for each item of
equipment being furnished shall be furnished prior to completion of
the installation.
I
Removal of Existinq Equipment: In connection with the installation of the
new feed equipment, the Contractor shall carefully modify or replace
existing equipment and piping to provide a unified installation of
craftsmanship. In the course of removing the designated p1p1ng and
equipment, the Contractor shall protect all existing equipment and piping
to remain in place. Any piping or equipment to remain in place so damaged
by the Contractor or his agents shall be either repaired or replaced by the
Contractor at the option and direction of the Owner and at no additional
expense to the Owner.
I
I
I
9810-02-Tll.doc
METERED LIQUID FEED SYSTEMS
Tll-l
.
.
I
I
LIQUID FEED EQUIPMENT:
I
Liquid Feed Pumps: For each chemical, there shall be two liquid feed system
pumps furnished and installed. Each pump shall be an electrically powered,
positive displacement, diaphragm type pump. The liquid metering pumps shall
be the specified equipment of Idex Corp. Pulsafeeder, Milton Roy
Sundstrand, ALDOS Dosiertechnik, or U.S. filter W&T Division or comparable
approved equal. Each pump and all accessories shall be constructed of
materials completely resistant to the attack of the liquid being handled.
Each pump shall have a maximum capacity which equals or exceeds the
specified ratings, and shall have the feed rate manually adjustable over at
least a 10:1 range while the pump is operating. Additionally, each pump
shall be fitted with an electric stroke length controller by which the rate
of flow can be controlled by a 4-20 m. a. signal from a central control
panel. A graduated calibration column shall be incorporated in the pump
suction piping for each system. Each pump shall have a pressure relief
valve and a back pressure valve in its discharge piping. The motor on each
pump shall drive an eccentric stroking mechanism which is enclosed and
lubricated by a gear pump. Pump motors shall be totally enclosed and for
operation on 120 volts, single phase for 1/3 H.P. and smaller or 240 volts,
single phase for 1/2 H.P. and larger.
I
I
I
I
I
The two pumps for each system shall be mounted on an equipment bench within
the building shown. The pump layouts shown are based on the physical space
requirements for Pulsa Pumps by Pulsafeeder. The arrangement may be
altered to permit use of other approved pumping equipment but final
approved layouts must include all devices and piping scheduled and
diagrammatically shown on the plans for liquid feed systems.
I
I
Pulsation dampeners shall contain a separating diaphragm to isolate the
process fluid from the cushion gas.
I
TABULATION OF
LIQUID FEED METERING PUMPS
Alum Feed
I
2 Simplex Pumps for A12(S04)3; 64 gph; inlet/outlet 1 ~'
I
Optional Mfg. Metering Pump
Type
Pulsafeeder Pulsa
Alldos Primus
M226/PVC
U.S. Filter Encore
W & T Div. 700 PVC
Milton Roy MROY B
Model #
Flow/Pressure
gph psig
Piston
Diameter
7120
78 150
40 mm
I
226-210 66
88
40 mm
I
Series 44 90
Size 5
75
Series 160 85
14 4 SPM
100
35 mm
I
-
9810-02-Tll.doc
METERED LIQUID FEED SYSTEMS
Tll-2
I
I
Fluoride Feed
I
2 Simplex Pumps for HzSiF6(23%); 14 gph; inlet/outlet ~'
I
Pulsafeeder Pulsa/Plastic 680 16
ALLDOS Primus 226-65 20.6
M226/PVC
U.S. Filter Encore Series 44 23
W & T Div. 700 PVC Size 3
Milton Roy MROY A Series 130
11 7 S PM 20
ELECTRICAL POWER AND CONTROL:
88 30 mm
88
150
I
I
100
35 mm
I
Instrumentation and Control: A wall mounted and prewired control panel
will be furnished and installed for each chemical feed system under Section
T-17, INSTRUMENTATION AND CONTROL SYSTEM, of these specifications. Under
that section, a central chemical feed pump control panel will permit remote
control and electronic pacing of each pump. It shall be the Contractor's
responsibility to coordinate the requirements of this section for pumping
equipment with those of that section to assure compatibility and reliable
operation.
I
I
Electrical Power: Power for lighting, pump operation and other electrical
requirements within the respective pump rooms will derived from 120/240
volt, single phase panelboards furnished and installed under Section T-16,
ELECTRICAL of these specifications. Under that section, single phase power
will be provided to the pump control panel and conduit will be extended to
the pump motors and water supply solenoids. Conduit and control conductors
for hard wiring as well as shielded pairs for electronic pacing will be
provided under that section to interconnect the central control panel to
the respective pump control panels.
I
I
I
Reference shall also be made to the chemical feed control schematic on the
plans for a more comprehensive presentation of the intended control system.
PIPING AND APPURTENANCES:
I
I
The Contractor shall furnish and install complete with necessary valves,
adaptors, and supports all chemical lines, water lines, and solution lines
of the appropriate size and type to connect the feeders with the chemical
and water supply and with the desired point of chemical application. All
water, chemical, and solution lines and appurtenances shall be of the type
specified in the Section, PLANT AND YARD PIPING.
I
SUPERVISION OF INSTALLATION:
I
The installation of the equipment furnished under these specifications
shall be under the direction of a qualified representative employed by the
manufacturer of the equipment, who will test and adjust the equipment
during initial operation and instruct the operating personnel in the care,
operation and adjustment of the equipment. Complete printed operating
instructions and spare parts lists, as herein previously specified, shall
be furnished, supplemented by cuts and diagrams showing the component parts
of the equipment and all control devices.
-
9810-02-T11. doc
METERED LIQUID FEED SYSTEMS
Tll-3
I
I
PAINTING:
I
All equipment shall be shop painted with the manufacturer's standard
complete paint system which shall be certified by the manufacturer as
sui table for the use and environment in which the equipment shall be
placed. The manufacturer shall provide for the Engineer a color chart
showing the available finish coat colors normally available for the
equipment and the Engineer shall select the finish coat color from that
chart. If the manufacturer has a standard finish color and does not
provide a choice, then he shall so state in writing and shall provide a
suitable quantity of field touchup paint for each type and color on his
equipment.
I
I
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
defective materials, design, and workmanship. In the event of the failure
of any part or parts during the guaranty period, due to the above causes,
the affected part or parts shall be removed and replaced promptly at the
expense of the Contractor.
I
I
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. The work under this Section of
Specifications should be appropriately allocated to Part B of the Bid.
I
I
I
I
I
I
I
9810-02-Tll.doc
METERED LIQUID FEED SYSTEMS
Tll-4
I
I
SECTION T-12 - POLYMER SYSTEM
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, materials, and appliances and in
performing all operations in connection with furnishing, installing,
testing, and the initial operation of the liquid polymer system, complete
with all appurtenances, in strict accordance with this specification and
the applicable drawings and subj ect to the terms and conditions of the
Contract.
I
GENERAL:
I
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufacturers who are regularly engaged in the production of equipment of
this type, and who have produced such units which have been in satisfactory
and successful water works operation for a period of at least five years.
All equipment shall be of the latest and most modern design, shall be a
complete integrated and operating system, and shall be guaranteed by the
manufacture to meet all of the performance requirements as specified.
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
furnished, subject to the approval of the Engineer. As soon as
practicable, and not later than 30 days after the award of the Contract,
the Contractor shall submit for approval descriptive literature and
drawings for all equipment being furnished under this section of the
specification which varies from the specified item. Also within 90 days
shop drawings of all equipment shall be submitted as follows:
I
I
I
Equipment and Pipinq Installation Drawinqs: Five sets showing
complete details of the installation and any necessary changes and
additions in arrangement, piping, etc., from that indicated on the plans.
I
Equipment,
Pipinq Diaqrams:
Specifications, Outline Dimension Drawinqs, Wirinq and/or
Five sets for each item of equipment being furnished.
I
Operation and Maintenance Instructions: Five sets for each item of
equipment being furnished shall be furnished prior to completion of the
installation.
I
Removal of Existinq Equipment: In connection with the installation of the
new equipment, the Contractor shall carefully modify or replace existing
equipment and piping to provide a unified installation of craftsmanship.
In the course of removing the designated piping and equipment, the
Contractor shall protect all existing equipment and piping to remain in
place. Any piping or equipment to remain in place so damaged by the
Contractor or his agents shall be either repaired or replaced by the
Contractor at the option and direction of the Owner and at no additional
expense to the Owner.
I
.
.
POLYMER SYSTEM:
The system shall be a compact liquid polymer blending unit which shall draw
the polymer from the storage tank, separately specified, blend the polymer
without seriously damaging its structure and shall accurately meter the
diluted polymer and deliver it to the application point. The system shall
be capable of diluting a 40% active neat, inorganic polymer to a 0.5%
9810-02-T12.doc
POLYMER SYSTEM
T12-1
I
I
solution and shall be sized for dosing 20 to 75 Mgd of water at 0.5 Mg/l.
The system shall include the chemical storage tank (separately specified),
a quick disconnect fill station (specified with the tank), a compact
blending unit, metering pumps, pulsation damper, pressure retention and
relief valves, calibration column, a recirculation pump, and the associated
miscellaneous equipment, piping and fittings compatible with the liquid
polymer system and needed to complete a unified operating polymer system.
I
I
POLYMER BLENDING UNIT:
I
The unit for blending and mixing the polymeric flocculating agents shall be
a state of the art unit that provide the low shear mixing needed for
introduction of the polymer with the mixing water. The initial
blending/mixing for dilution shall protect the fragile, long chain polymer
molecules and provide for the molecules to uncoil and activate in the
discharge piping. The unit shall have ample capacity to handle 4 gph of 40
percent neat liquid polymer with a dilution factor of 150:1 or more.
I
I
Tabulation of
Polymer Blending Unit
40% Neat Polymer at 4 Gph
Minimum Ranqe of Dilution 150:1
I
Optional Mfg.
Polymer Blending
Unit
Model & Feed Rate
gph
Dilution Water
gph
I
Stranco
Polyblend
PB Series
600-4.5
60-600
I
Semblex
Polymax II
2012-1200/4.5
72-1200
Acrison
Liquid Polymer
Model 560
60-600
I
METERING PUMPS:
I
The metering pumps shall be positive displacement, diaphram type pumps, the
standard product of Idex Corp. Pulsafeeder, Sundstrand Mil ton Roy Di v. ,
Alldos, U.S. Filter Wallace and Tiernan Div., or approved equal. The pumps
shall be constructed of type 316 stainless steel.
.
Each pump shall have a maximum capacity which equals or exceeds the
specified ratings, without exceeding a stroke speed of 45 spm, and shall
have the feed rate manually adjustable over at least a 10:1 range while the
pump is operating, and, shall be fitted for 4-20 ma electronic pacing.
Each pump shall have a pressure relief valve and a back pressure valve in
its discharge piping. The motor on each pump shall drive an eccentric
stroking mechanism which is enclosed and lubricated. Both pumps of each
system shall be mounted on a bench within the enclosure provided.
Pulsation dampeners shall contain a separating diaphragm to isolate the
process fluid from the cushion gas.
9810-02-T12.doc
POLYMER SYSTEM
T12-2
I
I
I
Tabulation of Polymer Feed
Metering Pumps (2 Simplex Pumps Required)
40% Neat Polymer, 4 qph
I
Optional Mfg. Metering Pump Model Flow/Pressure Stroke Rate
Type gph psig :!: spm
IDEX Corp. Pulsa/SS316 Series 4.0 200 44
680
Alldos Piston/Diaphram 252-15 4.0 145 40
KM2S2/SS
U.S. Filter Encore Series 44 6.0 175 36
W&T Div. 700 St. Stl. Size 2
Milton Roy Milroyal D Packed 5.2 220 30
316 St. Stl. Plunger
Semblex Polymer Metering Stn. Stl. 4.0 40
Pump
RECIRCULATION PUMP:
I
I
I
I
I
I
The recirculation pump for the polymer stored in the tank shall be a type
316 stainless steel positive displacement gear-in-gear concentrated liquid
polymer pump utilizing packed seals. Operating speed may be achieved by
pulley or gear reduction. Operating conditions are as follows:
I
Suction
& Discharqe Pipinq
Capacity
~
Pump Speed
rpm max.
2"
15
440
I
The pump motor shall be totally enclosed fan cooled for operation on 460
volts, three phase, 60 HZ. Manual control of operation will be provided by
an adjustable timer located on the wall near the pump to activate starting
equipment furnished under Section T-16, Electrical of these specifications.
I
ELECTRICAL POWER AND CONTROL: The two paragraphs pertaining to power,
control and instrumentation as presented in Section T-l1 under a subsection
with the same title is applicable to Polymer System.
I
PIPING AND APPURTENANCES:
I
The Contractor shall furnish and install complete with necessary valves,
adaptors, and supports all chemical lines, water lines, and solution lines
of the appropriate size and type to connect the feeders with the chemical
and water supply and with the desired point of chemical application. All
water, chemical, and solution lines and appurtenances shall be of the type
specified in the Section, PLANT AND YARD PIPING.
iiii
-
SUPERVISION OF INSTALLATION:
The installation of the equipment furnished under these specifications
shall be under the direction of a qualified representative employed by the
manufacturer of the equipment, who will test and adjust the equipment
9810-02-T12. doc
POLYMER SYSTEM
T12-3
I
I
during initial operation and instruct the operating personnel in the care,
operation and adjustment of the equipment. Complete printed operating
instructions and spare parts lists, as herein previously specified, shall
be furnished, supplemented by cuts and diagrams showing the component parts
of the equipment and all control devices.
I
I
PAINTING:
I
All equipment shall be shop painted with the manufacturer's standard
complete paint system which shall be certified by the manufacturer as
sui table for the use and environment in which the equipment shall be
placed. The manufacturer shall provide for the Engineer a color chart
showing the available finish coat colors normally available for the
equipment and the Engineer shall select the finish coat color from that
chart. If the manufacturer has a standard finish color and does not
provide a choice, then he shall so state in writing and shall provide a
suitable quantity of field touchup paint for each type and color on his
equipment.
I
I
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
defective materials, design, and workmanship. In the event of the failure
of any part or parts during the guaranty period, due to the above causes,
the affected part or parts shall be removed and replaced promptly at the
expense of the Contractor.
I
I
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. The work under this Section of
Specifications should be appropriately allocated to Part B of the Bid.
I
I
I
.
.
-
9810-02-T12.doc
POLYMER SYSTEM
T12-4
I
I
SECTION T-13 - OWNER FURNISHED HORIZONTAL MIXER
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, materials, equipment and services necessary
for or reasonably incidental to the handling, storage and complete
installation of the items of equipment hereinafter designated as "Owner
Furnished Equipment" and for the fixed baffles associated with the
horizontal mixer work to provide for proper operation of the flocculator
unit of Settling Basin #4 of the Highland Avenue Surface Water Plant of
Augusta-Richmond Utility Department in strict accordance with this section
of the specifications and the applicable plans and subject to the terms and
conditions of the Contract.
I
I
GENERAL:
I
The following item of equipment, complete with accessories only as
specifically listed in subsequent paragraphs of this section, have been
purchased by the Owner and are hereinafter referred to as "Owner Furnished
Equipment" (OFE). The fixed baffles associated with the horizontal mixer
are to be contractor furnished and installed.
I
Horizontal Slow Mixer Unit Manufactured by U.S. Filter Chalfont
I
The Contractor will not be responsible for the purchase of any item or
accessory included below as "Owner Furnished Equipment" unless to replace
an original item purchased by the Owner and subsequently damaged or
rendered inoperative by an action of the Contractor or his Agent.
I
HORIZONTAL SLOW MIXER:
I
Supplier: U.S. Filter Chalfont (Formerly FMC-Link Belt)
I
Address: U.S. Filter Chalfont
400 High Point Drive
Chalfont, PA 18914
I
Description: This is a replacement flocculator unit for existing settling
Basin #4, the unit will provide agitation of chemically
treated water to produce a suitable floc for achieving
clarification in the adjunct settling basin. A variable
speed drive and associated chain driven sprockets
accommodate the use of an 1800 RPM motor to produce
rotational speeds of 1 to 5 RPM of six panels up to 15' in
diameter.
I
I
Accessories:
I
a) Seven sections of 3 7/16" diameter steel drive shafting.
b) Six 3 7/16" ID compression couplings.
c) Eight pillow block bearings.
d) Six slow mixer panel assemblies with 16 fiberglass
paddles for field assembly.
e) New packing for the existing brass gland stuffing box to
be reused.
f) 7.5 hp 1800 RPM motor assembled with gear unit.
g) 40 tooth and 11 tooth sprockets with drive chain.
h) Chain tightener assembly.
i) Chain guard.
I
-
9810-02-T13. doc
OWNER FURNISHED HORIZONTAL MIXER
T13-1
I
I
j) Bolts for assembly and mounting.
k) Shear pins, cap screws, etc.
l) Shop drawings with more specific listing of items
furnished by U.S. Filter.
I
I
Shipping Weight:
Heaviest piece:
8,000
600
lbs.
lbs.
CONTRACTOR FURNISHED APPURTENANCES:
I
I
General: It is the intent of this section of the specifications that all
appurtenances, materials and accessories not specifically listed as Owner
Furnished Equipment but which are necessary for the proper installation and
operation of the Owner Furnished Equipment shall be furnished and installed
by the Contractor in accordance with the applicable drawings and the
appropriate section of these specifications. Such appurtenances and
accessories shall include, but not limited to, the following miscellaneous
and specific items.
I
I
Equipment Foundations: Anchor bolts, nuts, washers, bedplates, and
associated items required for equipment foundations shall be furnished and
installed per drawing details. Anchor bolt templates and sizes shall be
verified by reference to the manufacturer's installation instructions and
shop drawings.
I
Electrical Connections: Reference is made to Section T-16 of these
specifications which covers electrical connection to existing wiring.
I
Lubrication: Oils, lubricants, etc. required for storage, maintenance, and
for start-up shall be Contractor furnished.
I
RESPONSIBILITIES OF CONTRACTOR:
I
Handlinq and Storaqe: Beginning upon the date set forth in the Notice to
Proceed as the date for the Contract to commence, the Contractor shall
assume full responsibility for unloading and placing in storage at the job
site all items of Owner Furnished Equipment. Upon that same date of
contract beginning, the Contractor shall also assume full responsibility
for maintaining all items of equipment in proper storage at the site
whether placed in storage by the Contractor or placed in storage at the
site by the Owner prior to the date of commencing the Contract. The
Contractor shall maintain each item of equipment in strict accordance with
the manufacturer's recommendations and instructions for storing the
equipment. The contractor shall furnish and properly apply all oils,
greases, or any other items required for storage maintenance. This
responsibili ty of the contractor shall continue until such time as the
horizontal mixer is tested and accepted by the Owner in accordance with
these Specifications.
I
I
I
I
Installation and Testinq: The Owner will provide the Contractor with the
Installation manual and Operator's Manual and shop drawings as furnished by
the manufacturer of each item of Owner Furnished Equipment. The Contractor
shall install the equipment in strict accordance with the manufacturer's
instructions and drawings. The Contractor shall also arrange to have a
factory representative of U.S. Filter, Chalfont visit the site to inspect
the work during installation and start-up. Upon completion of the
installation, the equipment shall be inspected for correct installation,
started-up, and tested for proper performance. After the complete check-out
I
I
9810-02-T13. doc
OWNER FURNISHED HORIZONTAL MIXER
T13-2
-
I
I
of the equipment, the Contractor
furnish the Owner and Engineer with
has been installed in full
recommendations and that the
satisfactorily.
shall have the equipment manufacturer
an affidavit stating that the equipment
accordance with the manufacturer's
installed equipment is performing
I
I
Manufacturer's Representative: It shall be the full responsibility of the
Contractor to contact the manufacturer of the equipment and arrange for
inspection. The supplier has not included any time in their purchase price
to the Owner; therefore, the full cost of the inspection by the factory
representative shall be borne by the Contractor.
I
FIXED BAFFLES:
I
GENERAL:
I
The furnishing and erection of the aluminum structural elements and the
timber of the three fixed stage baffles and the one inflow baffle shown and
identified on the drawings as part of the work for installing the
flocculator for Settling Basin #4 is a subsidiary obligation of this
section of the specifications. It includes all anchors, bolts, and other
miscellaneous metal items to fully complete the baffles.
I
Applicable Specifications: See Specification Section TS, Miscellaneous
Metal Work and Stainless Steel Structurals.
I
Shop Drawinqs: Fabrication of metalwork, shall not commence prior to
approval of shop drawings by the Engineer. Four sets of shop drawings
which have been checked by the Contractor for dimensions and conformance to
the plans and specifications shall be submitted for approval.
I
I
Aluminum and Plastic Materials: Except as otherwise indicated, aluminum
shapes shall be Fy 35, ASTM B-308; glass fiber reinforced plastics (FRP),
if used in lieu of timber baffles, shall contain 65% or more of glass
fiber, shall have a bending modulus of eiasticity of Sx106 PSI or more and
shall conform to the dimensional tolerances of ASTM 0-3917.
I
Timber Baffles shall be 2" nominal dimension, Heart Redwood or Cypress cut
and matched to provide round openings where the shaft passes through. The
openings shall be provided by matched openings in the facing edge of
members.
I
TESTS:
I
Acceptance of the installation shall be predicated on satisfactory
operation during the test. The Contractor shall furnish all equipment,
labor, materials, lubricants, and otherwise bear all costs of the test.
I
WARRANTY:
I
The Contractor shall guarantee his work performed in installing all
equipment and the performance of all Contractor Furnished Items for a
period of one year from the date of final acceptance. During this one year
warranty period, the Contractor shall be obligated to bear the full cost of
replacing any item of Owner Furnished Equipment that may be damaged due to
improper installation on the part of the contractor or due to his failure
to adhere to the manufacturer's installation and start-up instructions.
.
.
98 10-02-T13. doc
OWNER FURNISHED HORIZONTAL MIXER
T13-3
I
I
PAYMENT:
I
No separate payment shall be made to the Contractor on account of any of
the work covered by this section of the specifications, and all costs in
connection therewith shall be included in the lump sum bid for the
completed work. The work under this Section of the Specifications should be
allocated to Part B of the Bid.
I
I
I
I
I
I
I
I
9810-02-T13 .doc
OWNER FURNISHED HORIZONTAL MIXER
T13-4
I
I
SECTION T-14 - OWNER FURNISHED LIME SLURRY SYSTEM
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, materials, equipment and services necessary
for or reasonably incidental to providing the foundations, building,
utilities, and support service for installation of the items of the lime
slurry system hereinafter designated as "Owner Furnished and Installed
Equipment" in strict accordance with this section of the specifications and
the applicable plans and subject to the terms and conditions of the
Contract.
I
I
GENERAL:
I
The following items of equipment, complete with accessories only as
specifically listed in subsequent paragraphs of this section, have been
purchased by the Owner to be installed by Burnett Lime Company, Inc.
CAL FLO System for Augusta-Richmond Water Plant includes the following:
I
a) Two Slurry Tanks each at 20,000 gallon capacity, carbon
vertical tank 12' diameter x 24' high, dome top and flat
complete with internal baffles, agitator, ladder and guard
hatch lid, with proper openings and tie downs.
b) One Top Entry Mixer for each tank complete with 10 h.p. motor,
speed reducer, shaft and turbines complete with mounting plate.
c) Three metering pumps with 4-20 mil amp stroke adjusters. One
transfer pump.
d) Electrical panel, starters.
e) Two level indicators.
f) Three pinch valves with limit switches.
valve.
g) Pipes, valves, fittings and connections.
h) Three reverse agitation pipes.
i) Heat tape and insulation.
j) Reverse Carbonate System Assembly (L.S. 002).
k) Supervisory start up assistance.
steel,
bottom
rails,
I
I
One holding tank pinch
I
-
.
.
Burnett Lime Company installation will include:
-
a) Setting of the tanks.
b) Installation of mixer and propellers in the tanks.
c) Wiring pumps and mixers from the CAL FLO electrical panel.
d) Connecting pipes and valves.
e) Installing fill pipes and over flow pipes.
f) Installing level indicators.
g) Installing feed lines from enclosure to the feed points.
h) Heat taping feed pipes where needed.
....
-
I
.
.
-
The Contractor shall provide the equipment listed below which is excluded
from the Burnett Lime company installation:
.
a) The concrete slab and foundation; the building.
b) Retaining wall. Site work.
c) 2" water service.
d) Service from main electrical power to CAL FLO panel.
e) Any necessary drains.
f) Any taping, trenching, boring and conduit in the walls or ground.
9810-02-T14 .doc
OWNER FURNISHED LIME SLURRY SYSTEM
T14-1
I
I
CONTRACTOR FURNISHED APPURTENANCES:
I
General: It is the intent of this section of the specifications that all
appurtenances, materials and accessories not specifically listed as Owner
Furnished Equipment and installed by Burnett Lime Co. but which are
necessary for the proper installation and operation of the Owner Furnished
Equipment shall be furnished and installed by the Contractor in accordance
with the applicable drawings and the appropriate section of these
specifications. Such appurtenances and accessories shall include, but not
limited to, the following miscellaneous and specific items.
I
I
Equipment Foundations: Anchor bolts, nuts, washers, bedplates, and
associated items required for equipment foundations shall be furnished and
installed per shop drawing details. Anchor bolt templates and sizes shall
be verified by reference to the manufacturer's installation instructions
and shop drawings.
I
I
Electrical Connections: Reference is made to Section T-16 of these
specifications which covers electrical connection to existing wiring. The
contractor shall furnish coordination and assistance for start-up of the
lime slurry system.
I
RESPONSIBILITIES OF CONTRACTOR:
I
Handlinq, Storaqe, Installation and Testinq: The Contractor shall
coordinate with Burnett Lime Company and shall provide assistance in the
handling, storage, installation, and testing of the owner furnished and
installed lime slurry system.
I
Manufacturer's Representative: It shall be the responsibility of the
Contractor to contact the manufacturer of the equipment and arrange for
final inspection.
I
WARRANTY:
I
The Contractor shall guarantee his work but not the CAL FLO lime slurry
system.
PAYMENT:
I
No separate payment shall be made to the Contractor on account of any of
the work covered by this section of the specifications, and all costs in
connection therewith shall be included in the lump sum bid for the
completed work. The work under this Section of the Specifications should be
allocated to Part B of the Bid.
I
I
I
-
.
.
.
.
9810-02-T14 .doc
OWNER FURNISHED LIME SLURRY SYSTEM
T14-2
I
I
SECTION T-1S - PLUMBING, HEATING AND VENTILATING
SCOPE:
I
I
The work covered by this section of the specifications consists of
furnishing all plant, labor and material, and in performing all operations
in connection with the installation of the plumbing, heating and
ventilating, in strict accordance with this section of the specifications
and the applicable drawings, and subject to the terms and conditions of the
Contract.
I
PERMITS, INSPECTION FEES, ETC.:
I
The Contractor shall obtain at his own expense, all necessary permits
required for the proper prosecution of the work covered by this section of
the specifications. Further, he shall comply with code requirements of any
and all municipal, county and state agencies having jurisdictional
authority in connection with this work and shall deliver to the Owner,
without charge, all certificates of inspection issued by the inspecting
authorities.
I
DESCRIPTION:
I
This work consists of furnishing cold water supply and piping to the extent
shown; and all heating and ventilating equipment for the lime slurry pump
room and additions to the fluoride building. The work includes repiping at
the existing liquid fluoride building, at the existing dry lime and dry
fluoride feed rooms of the main building, the new water piping for the
coagulant feed area for liquid polymer and liquid alum.
I
I
Heating for the lime slurry building and the fluoride building will be by
electric unit heaters. Ventilation for the lime slurry pump room will be
provided by a roof exhaust ventilator and a motor operated inlet louver; a
new wall mounted exhaust fan and a motorized louver are to be added to the
fluoride building. Heating and ventilating for the prefabricated coagulant
building are specified with the building. Heating and ventilating within
the existing dry chemical feed area is existing.
I
GENERAL:
.
.
Drawinqs: The drawings show the general arrangement of all piping and
equipment; however, where local conditions necessitate a rearrangement, the
Contractor shall submit the proposed rearrangement for approval. Because
of the small scale of the drawings, it is not possible to indicate all
offsets, fittings and accessories which may be required. The Contractor
shall carefully investigate the structural and finish conditions affecting
all his work and shall arrange such work accordingly, furnishing such
fittings, traps, valves, and accessories as may be required to meet such
conditions.
.
.
--
I
Cuttinq and Repairinq: The work shall be carefully laid out in advance and
any cutting of construction shall be done only with the written permission
of the Engineer. Cutting shall be carefully done and damage to building,
piping, wiring or equipment as a result of cutting for installation shall
be repaired by skilled workmen of the trade involved, at no additional
expense to the Owner, as part of this Contract.
I
-
-
.
Intent: The drawings and specifications are intended to cooperate and
should any items be specified and not shown on the drawing, or vice versa,
which are necessary for the completion of the system, they shall be
furnished by the Contractor the same as if shown on both.
9810-02
PLUMBING, HEATING AND VENTILATING
T1S-1
I
I
Workmanship: The complete plumbing, heating and ventilating systems shall
be installed in a first class workmanlike manner in the best general
practice of the trade.
Material and Equipment: All material and equipment shall be new, and
equipment intended for incorporation in this work shall be submitted to the
Engineer for approval prior to purchase or fabrication.
Material List: As soon as practicable, after award of the Contract, the
Contractor shall submit for approval ln quadruplicate, the names of
manufacturers, catalog number or trade name of all items of material and
equipment as noted in these specifications or on the drawings. This list
shall include all items not noted, which are necessary to the installation
of the material and equipment. The Contractor shall also submit his
requirements for size and location of all masonry openings.
I
I
I
I
EXCAVATING, TRENCHING AND BACKFILLING:
I
Excavating, trenching and backfilling shall be in accordance with Section
T-2 of these specifications.
SAFETY PROVISIONS:
I
All belts, gears, chains, sheaves, couplings, projecting set screws, keys
and other rotating or reciprocating parts shall be enclosed or properly
guarded. All overflows, relief valve discharges, etc., shall be piped to a
point of safe discharge.
I
PIPE SLEEVES, PIPE HANGERS, AND PIPE SUPPORTS:
I
Pipe sleeves, pipe hanqers, and pipe supports shall be furnished and set,
and the contractor shall be responsible for their proper and permanent
location. Pipe will not be permitted to pass through footings, beams or
ribs, unless noted on the drawings.
I
Pipe sleeves shall be installed and properly secured in place at all points
where pipes pass through masonry or concrete, except unframed floors on
earth. Pipe sleeves, except sleeves in footings, shall be of sufficient
diameter to provide approximately 1/4 inch clearance around the pipe, and
in the case of insulated pipe, 1/4 inch clearance around the insulation.
Pipe sleeves in footings shall be of cast iron or steel pipe and shall be
suitably larger in diameter than the pipe to be installed. Pipe sleeves in
walls and partitions shall be of cast iron or steel pipe. Annular space
between pipe and sleeve shall be sealed with mineral wool and pensil 100,
or equal.
I
I
I
Pipe Hanqers, Inserts and Supports: Hangers shall be forged steel clevis
type and provided with turnbuckles or other approved means of adjustment.
Chain, strap, perforated bar or wire hangers will not be permitted. Except
as otherwise shown, cast iron pipe shall be supported at 5 foot intervals,
steel pipe at 10 foot intervals, and copper pipe at 6 foot intervals.
Copper plated hangers shall be used on copper pipe.
I
FLOOR, WALL AND CEILING PLATES:
I
Where exposed pipes pass through ceilings, floors or finished walls, they
shall be fitted with chromium-plated cast brass plates on chromium-plated
pipe, or with cast iron or steel plates on ferrous or copper pipe. Plates
shall be large enough to completely close the hole around the pipes and
shall be square, octagonal, or round, with the least dimension not less
than 1-1/2 inches larger than the outside diameter of the pipe. Plates
shall be secured in an approved manner.
I
-
I
9810-02
PLUMBING, HEATING AND VENTILATING
T1S-2
.
I
I
WATER PIPE, FITTINGS AND CONNECTIONS:
I
Pipe and Fittinqs:
Copper Pipe: All pipe required for cold water shall be copper water tube,
Type "L" hard temper above ground, and Type "K" below ground, with cast
bronze or wrought copper solder type fittings. Threaded adapters and IPS
brass nipples shall be provided as required for connection to fixtures and
equipment. Dielectric unions shall be provided where copper pipe connects
to pipe or equipment of other metals.
I
I
Joints:
I
Soldered Joints: Joints in copper water tube above ground shall be made
with soft solder. Tube shall be cut square and burrs removed. Outside of
the tube and inside of the fitting shall be cleaned bright and fluxed.
Fitting shall be heated evenly until proper soldering temperature is
reached. Solder shall be fed into the joint until a ring of solder appears
at the end of the fitting. Soft solder shall be lead free, flux shall be
non-corrosive. Soldered joints in copper water tube below ground shall be
made with hard solder, Phoscopper, Silfos, or equal. Flux shall be as
recommended by the manufacturer.
I
I
Screwed Joints: All threaded joints shall have American National Taper
Pipe Thread ANSI B2.l-1960. Pipe ends shall be reamed or filed out to the
full size of the bore and all burrs, chips and cuttings shall be removed.
Joint compound shall be applied to the male thread only. Joint compound
shall be teflon tape, or equal.
I
Gate Valves on Copper Pipe: Gate Valves on copper pipe shall be 150 pound
bronze, union bonnet, rising stem, solid wedge, sweat-end, Milwaukee 1169
or equal.
I
Globe Valves: Globe Valves shall be 150 pound SWP,
stem, union bonnet, sweat end, with "Buna-N" disc,
equal.
cast bronze, rising
Milwaukee 1590, or
.
.
Sillcocks shall be automatic draining, freeze-less type with vacuum
breaker-backflow preventer, Woodford Model 27, or equal.
-
-
.
Backflow Preventer shall be a double check valve type. Body shall be
bronze with replaceable seats and discs, ball type test cocks" quarter
turn full port, resilient seated bronze ball shut off, bronze strainer,
A.S.S.E. Standard No. 1015, A Standard No. CS10-89, Watts No. 007 QT-S, or
equal.
.
-
SUMP PUMP:
-
The sump pump for the retention well beneath the coagulate feed building
shall be a Meyers Tornado series submersible pump No. SRM 4 or shall be a
comparable submersible pump unit. The capacity shall be 400 gallons per
hour at 18 feet of head. The impeller shall pass 2" solids; the housing
shall be epoxy coated cast iron. The motor shall be 4/10 hp oil filled and
provided with overload protection. The unit shall be furnished to operate
by float and manual operation.
I
.
.
9810-02
PLUMBING, HEATING AND VENTILATING
T1S-3
I
I
BALL VALVES:
I
Ball Valves shall be thermoplastic type of PVC by Chemtrol of Celanese or
equal, and shall be compatible with the associated piping and the liquid
carried. Ball valves shall have Teflon ball seals and viton stem and body
seals; the valves shall carry a pressure rating of 150 psi gauge at 7SoF.
In line valves shall be isolated by unions; valves connecting to wall pipes
and inj ection point fittings shall have flanged or screwed ends to match
the connection point.
I
QUICK COUPLERS:
I
A quick coupler shall be provided at each water line chemical inj ection
point to make the connection between the ball valve and the chemical feed
line. The coupler shall be type 316 stainless steel, McMaster-Carr Supply
Co. Nos. SS7SK11 and 5S76Kl1 or comparable product.
I
Hose Bibbs shall be vacuum breaker-backflow protected wall faucets,
Woodford Model 24, or equal.
I
Unions on Copper Pipe:
I
Unions on copper pipe shall be copper to copper, ground joint, sweat end,
Nibco No. 733, or equal.
I
Dielectric Fittinqs:
Dielectric fittings shall be designed to eliminate metal to metal contact
between copper pipe and other metallic pipe or equipment, Epco Dielectric
Unions, or equal.
I
INSULATING AND HEAT TRACING:
I
The requirements for insulating and heat tracing of chemical solution lines
are specified in section T6 of the specifications. Where water lines are
extended outside protected or heated areas they shall be similarly heat
traced and insulated.
FLOOR DRAINS:
I
Floor drains of the lime slurry building shall be Josam Model #36520,
1/4" round top, with sediment bucket and bottom outlet and shall
connected to the proximate drain manhole with cast iron soil pipe. For
fluoride building, replace the cover of the existing floor drain with a
diameter perforated stainless steel cover.
15
be
the
10"
I
ELECTRIC HEATERS:
I
General: Unit heaters complete with built-in thermostats and brackets for
vertical mounting shall be provided for the new Lime Slurry Building and
for the existing Fluoride Building as a replacement unit. Heater cabinets
shall be steel with baked enamel finish and the heating elements shall be
high mass steel finned tabular type. Fan motors shall be totally enclosed
with sealed bearings.
I
I
Lime Slurry Buildinq: Unit heater shall be rated at 5.0 k.w. for operation
on 460 volts, 3 phase, with a control voltage of 24 volts. Unit heater
shall be equal to Markel Catalog No. P3PS10SCA1, with built-in disconnect
and thermostat.
-
-
9810-02
PLUMBING, HEATING AND VENTILATING
T1S-4
I
I
Fluoride Buildinq: Unit heater shall be rated at 3.0 k.w. for operation on
230 volts, single phase with a built-in disconnect switch and line voltage
thermostat. Unit heater shall be equal to Markel Catalog No. HF1B5103 with
DCS2S2 and TS102.
I
POWER VENTILATORS:
I
Power ventilators shall be direct drive, centrifugal type exhausters with
heavy gauge, unpainted aluminum housing and aluminum wheel. Motor and drive
assembly shall be mounted on rubber vibration isolators. Ventilators shall
be complete with electrical disconnect, integral overload protection, bird
screen and gravity shutter.
I
Roof ventilator for Lime Slurry Building shall have a capacity of 800
c. Lm. at 0.10 static pressure with a motor for operation on 120 volts,
single phase. Unit shall equal to Greenheck Model G-9S-G with gravity
damper WD-100 10x10 and a prefabricated curb as hereinafter specified.
I
Prefabricated Curb for roof ventilator shall be heliarc welded 16 gauge
aluminum construction with glass fiber insulation, premolded gasket, and
damper rack. Prefabricated curbs shall be Greenheck GPR, or equal.
I
Wall ventilator for Fluoride Building shall have a capacity of 450 c.f.m.
at 0.10 static pressure with a motor for operation on 120 volts, single
phase. Unit shall be equal to Greenheck Model GW-90-E with l2x12 gravity
damper.
I
I
LOUVERS:
I
Motor Operated Louvers shall be dual combination type. The louvers shall
consist of fixed blades and concealed operating blades, fabricated in a
single 6 inch deep frame. Head, sills, jambs and mullions shall be one
piece structural aluminum alloy 0.081 inch thick. Fixed blades shall be
0.081 inch thick aluminum alloy. Operating blades shall be 0.125 inch
thick aluminum alloy. Louver blades and sills shall be equipped with vinyl
gaskets and vinyl gaskets shall be riveted to the ends of the blades. Air
leakage, when closed shall not exceed 1.0 c.Lm per square foot of face
area at wind velocity of 30 mph. Operating blade pivots shall be 1/2 inch
diameter, operating in self-lubricating nylon bearings. Operating blades
shall be actuated by drive arms concealed in the jambs. Damper operator
shall be 120 volt electric motor mounted on the sill or jamb and connected
to the drive arm with appropriate linkage. Motor shall be two-position
spring return, close on power failure. Damper shall be designed to
withstand a 30 pound per square foot wind load. A 1/2 inch mesh, 0.063
diameter wire bird screen with an aluminum frame shall be secured to the
inside of the louver. Louvers shall have a mill finish and coated for
corrosion protection. Louvers shall be Construction Specialties, Inc.
Model 6967 or equal, with EX-170 operating motor, for 120 volt, single
phase power. Louvers for Lime Slurry Building shall be 32" wide x 24" high
and 24" wide x 24" high for the Fluoride Building.
I
I
I
I
I
HEATING CONTROLS:
I
Heater: The heaters shall be controlled by a built-in thermostats. The
control components and power disconnect switches for the heaters are
specified to be built in the heater enclosure. Power to the heater will be
provided under section T-16, ELECTRICAL.
I
Ventilation Control: The roof ventilator, wall ventilator and the motor
operated louvers shall be controlled by manual switches provided under
Section T-16 - ELECTRICAL.
I
9810-02
PLUMBING, HEATING AND VENTILATING
T1S-S
/
I
I
PAINTING:
I
All surfaces
this section
cleaned of
painting.
of metal, pipe, insulation and other equipment furnished under
of the specifications which are exposed shall be thoroughly
grease, scale, dirt, and other foreign materials before
I
ELECTRICAL:
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
equipment shall be furnished under the ELECTRICAL Section of the
specifications, except as otherwise stated herein.
I
OPERATION AND MAINTENANCE INSTRUCTIONS:
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
INSPECTION AND TESTS:
I
General: Upon completion of the Plumbing, Heating and Ventilating work,
and all piping shall be tested for leaks, and all equipment shall be tested
and inspected for capacity and proper operation. All underground piping or
piping to be concealed, shall be tested and approved prior to backfilling
or concealing. All tests shall be conducted in the presence of the Owner
or his authorized representative. The Contractor shall furnish all
instruments, test equipment, and personnel that are required for the tests;
the Owner will furnish the necessary water and electricity.
I
Domestic Cold Water: Upon completion of the roughing-in, the added water
piping systems shall be tested at a hydrostatic pressure of not less than
100 pounds per square inch gauge, and proved tight at this pressure. This
pressure shall be maintained for a minimum of 30 minutes. Where a portion
of the water system is to be concealed before completion, this portion
shall be tested separately in a manner described for the entire system.
The Contractor is cautioned to disconnect or remove all equipment and
devices not capable of withstanding this pressure prior to performing this
pressure test.
.
-
-
DEFECTIVE WORK:
-
If inspection or tests show defects, such defective work or material shall
be replaced and inspection and tests repeated. All repairs to piping shall
be made with new material. No caulking of screwed joints or holes will be
acceptable. Any changes or adjustments required in order to obtain
satisfactory operation of the system shall be made by the Contractor
without additional expense to the Owner.
GUARANTY:
The plumbing, heating and ventilating work furnished under these
specifications shall be guaranteed for a period of one year from the date
of final acceptance against defective material, equipment, and workmanship.
9810-02
PLUMBING, HEATING AND VENTILATING
T15-6
I
I
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. The work under this
Section of the Specifications should be allocated to Parts A & B of the
Bid.
I
I
I
I
I
I
.
.
9810-02
PLUMBING, HEATING AND VENTILATING
T1S-7
I
I
SECTION T-16 - ELECTRICAL
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, appliances and materials, and in
performing all operations in connection with the electrical work for the
chemical feed facilities and other improvements, complete and in strict
accordance with this section of the specifications, the applicable
drawings, and subject to the terms and conditions of the Contract.
I
CODES, PERMITS AND INSPECTIONS:
I
The Contractor shall obtain at his own expense all necessary permits
required for the proper execution of the work covered by this section of
the specifications. Furthermore, he shall comply with the regulations of
the latest edition of the National Electrical Code and all local codes, and
shall deliver to the Owner, without charge, all certificates of inspection
issued by inspecting authorities.
I
GENERAL:
I
These specifications are accompanied by drawings of the facilities of this
contract showing the extent of electrical work to be accomplished under
this section of the specifications. It is the intent of this specification
that the electrical facilities be complete to the extent that power be
supplied to all equipment. The electrical work shall include underground
feeders, distribution panels and single phase lighting panels with
transformation, wiring for lighting, heating, ventilation and convenience
receptacles.
I
I
Lime Slurry Facility: The lime slurry power supply, panels, and building
electrical are included in this contract including the feeder connections
to the lime slurry control panel. The lime slurry control panel will be
furnished and installed under a separate contract. From the lime slurry
control panel to the equipment, only empty conduits will be provided
concealed in the floor slab and the roof slab to the extent shown. Those
empty conduits turning out of the floor slab and ceiling shall be extended
and connected to the control panel furnished by others but the wiring and
the conduit connections to lime slurry equipment shall be the
responsibility of others as hereinafter described.
I
I
I
Horizontal Mixer: This contract includes the installation of an owner
furnished horizontal mixer in the flocculation chamber of Settling Basin
No. 4 as described in Section T-13 of these technical specifications.
Under this section of the specifications, the motor of the drive unit shall
be connected for operation.
I
Dry Chemical Feed Equipment including one dry lime feeder and one dry
fluoride feeder are to be furnished and installed under this contract.
Under this section of the specifications, the new equipment is to be
connected to the existing electrical system.
I
Liquid Chemical Feed Facilities for Coaqulants Under this section of the
specifications, the electrical work to provide power and control for the
liquid alum and polymer systems is to be furnished and installed. The work
also includes providing branch circuit capacity for several electrical
devices furnished in the prefabricated fiberglass reinforced plastic
building to house the coagulant feed metering pumps.
Liquid Fluoride Feed Facilities: Under this section of the specifications,
the electrical wiring and devices in the existing building shall be
refurbished and new wiring provided for added ventilation and the new
heater as well as power and control for the replacement chemical pumps.
I
I
I
9810-02-T16.doc
ELECTRICAL
T16-1
-
-
-
-
I
I
SERVICE VOLTAGE:
I
The electrical service voltage for the main portion of the water treatment
plant is 2400 volts, 3 phase Delta with on-site transformation to 480Y,
277 volts, three phase, four wire for the major power requirements and
120/240 volts, single phase, 3 wire for lighting and small power. The high
service pump station is provided with a separate service by Georgia Power
Company at a service voltage of 480Y/277V, three phase, four wire.
I
Under this contract, the lime slurry facility is the only addition
requiring 480 volt, 3 phase power. The source will be from an existing
motor control center in the Filter Building. The small power requirements
in the lime slurry building will be served by a dry type transformer
providing 120/240 volt, single phase power to the lighting panelboard. The
power requirements of the other additions and improvements under this
contract will be 120/240 volts, single phase derived from the existing
facilities through new feeders, load centers and branch circuits.
I
I
I
EQUIPMENT ENCLOSURES:
I
Interior Locations: Unless otherwise specified or noted on the plans,
electrical equipment enclosures intended for use above grade in normally
dry interior locations shall be NEMA 1. In areas requiring dust-tight
enclosures, NEMA 12 enclosures shall be used. In interior wet locations,
NEMA 4 enclosures shall be used.
I
Exterior Locations: Unless noted otherwise, equipment intended for
exterior locations shall be housed in NEMA 3R or 4 enclosures.
CONDUIT SYSTEM:
I
General: A complete system of raceways for conductors shall be installed
for the additions to the electrical system. The plans show the arrangement
of equipment, fixtures, circuits and general plan of the installation. The
final installation may be modified to suit field conditions but no change
shall be made from the basic requirements without approval of the Engineer.
I
Conduit shall be used throughout as follows:
I
.
Interior Systems shall be defined as those conduit systems installed in
buildings and structures with protective roofs. In these areas, conduit
installed above grade for branch circuits may be electrical metallic
tubing, intermediate steel conduit or rigid steel conduit for all sizes
less than 1-1/2". All conduits 1-1/2" and larger, all feeders, and all
conduit run underground or in slabs in contact with earth or run exposed
shall be galvanized rigid steel. All conduit shall be electro-galvanized,
sherardized or hot-dip galvanized. Exposed runs of conduit shall be
adequately supported with supports spaced not more than 8 feet apart and
shall be installed with runs parallel or perpendicular to wall or
structural members with right angle turns consisting of cast-metal outlets,
junction boxes and wiring troughs with galvanized locknuts and bushings.
I
I
I
Conduit for Exterior Use: All exterior conduit runs above grade shall be
galvanized rigid steel properly supported. All underground conduit runs
outside the limits of a building, structure or concrete slab shall be
galvanized rigid steel with all joints made up watertight or shall be rigid
polyvinyl chloride conduit with appropriate fittings equal to Type 40 heavy
wall rigid PV-Duit as manufactured by Carlon Electrical Products. All
exposed stubups of underground conduits and all conduit penetrating
concrete slabs or walls shall be galvanized rigid steel. If PVC conduit is
used, an appropriately sized grounding conductor shall be included in all
such runs. Underground conduit runs shall be installed at a minimum depth
of 18" below finished grade.
981O-02-T16. doc
ELECTRICAL
T16-2
I
I
I
Empty Conduits: In all runs of empty conduit, a pull wire shall be
inserted in which wiring is to be installed by others if the raceway is
more than 50 feet in length and contains more than the equivalent of two 90
degree bends, or where the raceway is more than 150 feet in length. The
pull wire shall be No. 14 AWG zinc-coated steel, or of plastic having not
less than 200-pound tensile strength. No less than 12 inches of slack
shall be left at each end of the pull wire.
I
Conduit Connections to motors and other equipment requiring flexible
connection shall be made with a minimum length of plastic covered flexible
metal conduit (liquid-tight) with compression fittings. Connection to
lighting troffers and other similar uses not subject to moist conditions
shall utilize flexible metal conduit.
I
CONDUCTORS:
I
I
General: Where indicated on the plans, copper conductors with 600 volt
insulation shall be installed in the raceway systems. Conductors shall be
continuous from outlet to outlet, with splices made only in pull junction
or outlet boxes. Ideal connectors may be used on conductors No. 10 AWG and
smaller but pressure connectors, Burndy or equal, shall be used on
conductors larger than No. 10 AWG. Conductors shall be the products of
Anaconda, General Electric, General Cable, or an approved equal.
I
Conductors for Liqhtinq and Power shall be solid or stranded copper with
Type XHHW insulation for sizes No. 8 AWG and larger. Conductors smaller
than No. 8 AWG shall be Type THWN.
I
Conductors for Control shall be stranded copper No. 14 AWG, with 600 volt
Type THWN insulation. Control conductors may be single in the number shown
or multi-conductor with equivalent insulation, fully color coded.
I
Instrumentation Cable: Instrumentation cable installed under this contract
shall be two conductor, number 16 AWG, shielded cable conforming to MIL-
W16878D, Type B multi-conductor cable. Conductors shall be 19/29 stranded
tinned copper with 0.10" PVC color coded insulation and .003" nylon jacket
on each conductor. A braided copper shield shall provide 90% coverage and
a PVC jacket shall be provided overall.
I
I
OUTLETS, COVER PLATES AND PULL BOXES:
I
Outlet Boxes of a type to suit the intended use shall be installed at the
correct locations. Reference shall be made to the drawings to determine
the exact locations so that the outlets will not interfere with the work or
equipment of other disciplines. Switch, receptacle, and other outlet boxes
designated for flush mounting in masonry walls shall be deep steel boxes
with mounting ears designed for concrete block construction. Outlets and
junction boxes for exposed work shall be cast metal boxes similar and equal
to Crouse Hinds Type FS and FD, single and multi-gang as required.
I
I
Cover Plates for interior flush mounted switches and receptacles shall be
oversized, satin finished stainless steel plates. Cover plates for surface
mounted cast metal boxes in dry interior locations shall be of stainless
steel and sized to fit the box. Cover plates for cast metal receptacle
boxes in exterior or wet locations and in locations where noted shall be
cast metal lift-lid type, Appleton Catalog No. FSK-1VDR, or approved equal.
Cover plates for interior flush mounted outlet boxes for equipment
connections with flexible cable shall be flat steel covers with suitable
knockouts.
I
I
Pull Boxes, where required, shall be constructed of code-gauge galvanized
sheet metal of not less than minimum size recommended by the National
Electrical Code. Boxes shall have screw fastened covers. For exterior
locations, pull boxes shall be cast metal with gasketed cover.
I
9810-02-Tl6.doc
ELECTRICAL
T16-3
I
I
I
WIRING DEVICES:
I
Duplex Receptacles shall be specification grade NEMA S-lSR, rated 15
amperes, 125 volts, three-wire grounding type, with brown bodies, General
Electric Catalog No. GE4060-1, or an approved equal.
Wall Switches for light control shall be specification grade toggle type,
rated 20 amperes, 120-277 VAC, with brown bodies and toggle handles,
General Electric Catalog No. GES9S1-1G, or an approved equal.
I
I
LIGHTING FIXTURES AND LAMPS:
I
Fixtures: The Contractor shall furnish and install lighting fixtures
complete with lamps and accessories as noted on the plans.
I
Lamps: Incandescent lamps shall be standard screw base, inside frosted.
Fluorescent lamps shall be 40W., rapid start cool white for four foot
fixtures. Other lamps shall be as required for the fixtures furnished.
Lamps shall be the products of Sylvania, General Electric or Westinghouse
manufacture, or approved equals.
PANELBOARDS:
I
I
Power panelboard for lime slurry building shall be rated for 480 volts,
three phase, three wire, equipped with grounding bar, 100/125 amp MLO, 18
poles, with breakers as scheduled on the plans and mounted in a NEMA 3R/12
surface mounted enclosure. Power panelboard shall be equal to Square D type
NF.
I
Lighting panelboard and loadcenters shall be rated for 120/240 volts, three
wire, single phase with features and breakers as scheduled on the plans and
housed in NEMA 3R surface mounted enclosures. Panelboards shall be equal to
Square 0 Type QO Load Center.
I
Each panelboard shall be provided with a typewritten directory clearly
identifying all branch circuits.
DRY TYPE TRANSFORMERS:
I
I
A dry type transformer rated 480-120/240 volts,
7.5 KVA, shall be furnished and installed in the
transformer shall be provided with two (2) 5%
winding temperature rise about 400C ambient shall
single phase, three wire,
lime slurry building. The
FCBN taps. The average
not exceed 11SoC.
MOTOR CONTROL AND CONNECTION TO HORIZONTAL MIXER:
I
Reference shall be made to Section T-13 of these specifications which
covers the installation of Owner Furnished Horizontal Mixer in the
flocculation chamber of Settling Basin No.4. Under this section of the
specification the new drive unit shall be connected and the existing
starter modified for the increased horsepower of 7.5 h.p. with a full load
current of 9.6 amps at 460 volts, 3 phase.
I
I
The existing 2 h.p. mixer motor is controlled by a size 1, A206 starter in
a Westinghouse 5 Star Motor Control Center identified as "MCC-2" located in
the Emergency Generator Room near the settling basin. The Size 1 starter
in Compartment lK and labeled "Slow Mixer No.3" is adequate for the
increased horsepower but new "FH-41" heaters should be installed and the
existing Motor Circuit Protector rated 7 amps must be replaced with a new
Series C Type HMCP rated at 15 amps continuous. At the motor, the existing
No. 12 conductors are adequate but new liquid-tight flexible conduit should
be used from the disconnect to the motor.
I
9810-02-Tl6.doc
ELECTRICAL
T16-4
I
I
MOTOR STARTERS, CONTROLS AND EQUIPMENT CONNECTIONS:
I
Motor Startinq and Controls: Unless otherwise specified herein or noted on
the drawings, it is the intent of these specifications that motor starters
and controls for all motor operated equipment shall be furnished, installed
and wired complete for operation under this section of the specifications.
All motors specified under other sections of the specifications are to be
furnished with the driven equipment and, for certain specific equipment
hereinafter referenced, the starting and control equipment is likewise
specified to be furnished with the equipment
I
I
Equipment Connections: All wiring not furnished and installed under other
sections of the specifications for the connection of electrical equipment
shall be furnished and installed under this section of the specifications.
Connections shall comply with all applicable requirements of this section
of the specifications. Flexible raceways six feet or less in length shall
be provided to all electrical equipment subj ect to vibration or movement
and for all motors. Liquidtight raceways shall be used in damp or wet
locations.
I
I
Equipment References: Particular attention and reference shall be made to
the other sections of these specifications for the proper coordination of
all material to be furnished and/or installed and all work to be
accomplished under this section, and for descriptions of control equipment
furnished thereunder as well as information about the manner in which the
equipment will function. The preceding subsection references Section T-13
and outlines specific work to be accomplished in connection with the
installation of the horizontal mixer. Likewise, the drawings outline the
majority of the requirements for equipment connections under the electrical
work but it remains a responsibility under this section that coordination
with other sections shall include but not be limited to the following:
I
I
I
Section T-8B; Prefabricated Fiberqlass Buildinq: Provide branch
circuit breakers for prewired items furnished with building.
I
Section T-10; Dry Chemical Feed Equipment: Provide reconnection to
new and refurbished equipment as noted on drawings and/or required.
I
Sections T-ll and T-12; Metered Liquid Feed Systems: The subsection
on "Electrical Power and Control" is a vital reference for this
section.
I
Section T-14; Owner Furnished Lime Slurry System: Coordinate the
explanatory notes on the electrical plans with this section to avoid
duplication of effort or the omission of necessary electrical
connections.
I
Section T-1S; Plumbinq, Heatinq and Ventilatinq: Provide power wiring
to all unit heaters, ventilators and motor operated louvers.
I
Section T-17; Instrumentation and Control System: Provide branch
circuits, interconnecting control and shielded cables, empty conduits
and miscellaneous work as required hereunder for equipment furnished,
installed and connected under that section.
I
GROUNDING:
I
The electrical system shall be grounded in accordance with the applicable
provisions of the National Electrical Code. All metallic raceway shall be
bonded together and permanently grounded. The secondary neutrals of all
dry type transformers shall be bonded to the grounding system. The frames
of all motors, fixtures, circuit breakers, safety switches, motor
controllers, etc., shall be effectively grounded. A ground conductor shall
I
9810-02-T16.doc
ELECTRICAL
T16-S
-
I
I
be run with feeder conductors for those motors of 10 horsepower or greater.
If non-metallic conduit (PVC) is used for underground conduit runs, a
separate grounding conductor shall be installed even though such conductors
may not be noted on the plans.
I
TESTS:
I
After the entire electrical system is completed, and at such time as the
Engineer may direct, the Contractor shall conduct an operation test for
approval. The tests shall be performed in the presence of the Engineer or
his authorized representative, and the equipment shall be demonstrated to
perform in accordance with the requirements of these specifications. The
Contractor shall furnish all equipment and personnel required for the
tests.
I
I
GUARANTY:
I
The Contractor shall leave the entire electrical system installed under
this Contract in proper working order and shall, without additional charge,
replace any work or material which develops defects, except from ordinary
wear and tear, within one year from the date of the final acceptance by the
Owner.
I
PAYMENT:
I
No separate payment shall be made for the work covered under this section
of the specifications. All costs in connection therewith shall be included
in the lump sum Bid for the completed work. The work under this Section of
the Specifications should be allocated to Part B of the Bid.
I
I
I
I
I
I
I
I
I
9810-02-T16.doc
ELECTRICAL
T16-6
I
I
SECTION T-17-INSTRUMENTATION AND CONTROL SYSTEM
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, materials, appliances, and
appurtenances, and of performing all operations ins connection with the
instrumentation and control system for the chemical feed additions of the
water treatment plant, complete and in strict accordance with this section
of the specifications and the applicable drawings and subject to the terms
and conditions of the Contract.
I
GENERAL:
I
Under this section of the specifications, the contractor shall furnish and
install an integrated instrumentation, metering and control system which
shall be designed and coordinated to operate in conjunction with the
instruments and control components of the existing plant. All work
associated with the installation, connection, calibration and integration
of the electronic transmission components of these instruments is the
responsibility of this section of the specifications.
I
I
It is the intent of this specification that, insofar as possible, the
system shall be furnished by one manufacturer having at least five (5)
years experience in furnishing similar systems. The system shall be
completely tested and inspected at the factory prior to shipment. Complete
hydraulic/electrical diagrams, dimensional drawings and functional
description shall be provided for approval by the Engineer. The following
specifications for components are based on the special features of the
items selected. The comparable products of other manufacturers will be
acceptable, subject to approval of the engineer prior to bid. Alternate
equipment must be submitted in writing at least ten (10) days in advance of
the bid date. Any requirements for interconnecting conductors in variance
to those shown on the electrical plans and/or specified under Section T-16,
ELECTRICAL, shall likewise be a responsibility of this section of the
specifications. Any costs associated therewith shall be included in the
bid.
I
I
.
.
LIQUID CHEMICAL FEED CONTROLS:
General: Under this contract, four liquid chemical feed systems are being
installed for water treatment. These systems for alum, polymer, fluoride
and lime slurry each include tank storage and duplicate metering pumps
except for the owner-furnished lime slurry system which provides a standby
pumping unit. It is the intent of this section of the specifications that
each system shall have a pump control panel mounted near the two pumps from
which either may be manually controlled locally or, remotely, from a
central control panel located in the existing dry chemical feed room. It
is the further intent that a 4-20 m.a. signal based on influent raw water
flow be retransmitted from the central panel to and through the pump panels
to the electronic stroke adj ustment device of the pump to control the
metered flow. For those systems which add dilution water at the pump and
require a solenoid for remote actuation, the pump panels shall include,
sui table contacts for energization when the pump runs. The lime slurry
system differs from the other three systems in that the pump control panel,
will be furnished, installed and wired under a separate contract but remote
control from the central control panel is intended. It is recommended that:
reference be made to the chemical feed control schematic on the plans and:
that the design of the control described above be coordinated with Sections
T-ll, T-12 and T-14 of theses specifications.
Control Panels: For each two pumps of the three systems named above, a
prewired control panel is a NEMA 4 enclosure arranged for wall mounting
shall be furnished and installed. Each control panel shall contain, but not
981O-02-T17.doc
INSTRUMENTATION AND CONTROL SYSTEM
T17-1
I
I
limited to, a three position selector switch (Hand-Off-Remote) and a
running light for each pump motor, motor starters with ample contacts for
remote indication and auxiliary relays which function in response to
closure of dry contacts in the central control panel to start the pump and
energize the water supply solenoid. Additionally, each control panel shall
include the necessary components to interconnect the 4-20 m.a. signal from
the central control to the pump mounted stroke length adjustment mechanism.
If local wall mounted control or display devices are required for the
stroke adjustment system, such devices shall be mounted in the pump control
panel.
I
I
I
Central Chemical Feed Control Panel: The central control panel shall be a
prewired panel with identified terminals in a NEMA 4 enclosure arranged for
wall mounting. This panel shall contain, but not be limited to, ON-OFF
selector switches and report back status lights for the eight pumps with
identifying labels for the four systems with sub-labels for the pump
numbers. Additionally, this panel shall be fitted with a digital display of
the influent raw water rate of flow and shall include the necessary
electronics and devices to retransmit the 4-20 m. a. flow signal to the
respective stroke adjustment devices on the metering pumps. The raw water
flow signal shall be derived from the signal to the existing raw water flow
meter on the existing main instrument panel in the office area. In a
subsequent paragraph of this section of the specifications entitled "FLOW
TUBE", the existing 42" raw water Venturi tube is being replaced and the
transmitted signal to the existing flow meter is to be recalibrated.
I
I
I
TANK LEVEL MEASUREMENT:
I
I
General: Under this Contract, above-grade liquid chemical storage tanks
will be added for alum to supplement the existing alum tank; for polymer;
and for fluoride, to replace and relocate the existing roof mounted tank to
a ground level pad. Two tanks for lime slurry storage will be furnished
and erected as part of the "Owner Furnished Lime Slurry System" described
in Section T-14 of these specifications. That section states that Burnett
Lime Company will furnish and install two tank level indicators adjacent to
their control panel in the lime slurry pump room. Ultrasonic level
indicators and transducers by Bindicator is their normal choice on prior
installations. It is the intent of this section of this specifications
that a system of tank level measurement and indication using ultrasonic
level transducers mounted on tank top flanged nozzles be furnished for the
four above named tanks and that a display panel for levels in six tanks be
furnished and installed adjacent to the Central Chemical Feed Control Panel
located in the existing dry chemical feed room.
I
I
I
I
Tank Data: The following schedule provides a convenient outline of tank
data for which liquid level information shall be displayed, including the
lime slurry tanks which may utilize equipment by a manufacturer other than
that for the system furnished hereunder.
TANK LEVEL MEASUREMENT SCHEDULE
I
Stored
Chemical Number of Tanks Capacity (Gallons)
Lime Slurry 2 20,000 Ea.
Liquid Alum 1 New, 1 Exist. 12,800 Ea.
Liquid Fluoride 1 4,500
Liquid Polymer 1 3,800
Heiqht (Feet)
I
-
24' -0"
16' -8"
14'-4"
12 ' - 0"
Equipment Specification: The tank level measurement and display system I
shall be similar and equal to the Multi-Point Level System with Sonologic
II as manufactured by Kistler-Morse utilizing flange-mounted Sonocell'
transducers, single and multi-point devices, panels and interconnecting
cable as required to meet the requirements stated herein. The Sonocell
9610-02-T17.uoc
INSTRUMENTATION AND CONTROL SYSTEM
T17-2
I
I
transducer units shall be suitable for the corrosive environment produced
by the specific stored chemicals. A signal processor with display
capabilities for ~ minim~~ of twelve units shall be provided for the
central unit to be mounted in the existing dry chemical feed room. It shall
be a responsibility under this section of the specifications that
coordination be maintained with the supplier of tank level equipment under
Section T-14 of these specifications to assure that the required
interconnections be provided to permit lime slurry tank level display on
the above described central display unit.
I
I
I
Electrical Interconnections: Under Section T-16, ELECTRICAL of these
specifications, conduit and wire is being provided for power and panel
interconnection to the extent shoYln on the electrical plans. Also, conduits
for routing the special cable from panels to the tank transducers are shown
to be installed under Section T-16 but the furnishing, pulling and final
connections of those transducer cables are responsibilities under this
section of the specifications.
I
FLOW TUBE:
I
I
The existing 42" diameter raw water Venturi tube is to be replaced under
this contract with a new flow tube. The unit is to be installed in the
existing pit and may utilize the existing transmitter if compatible \olith
the differential. Otherwise; a new transmitter shall be furnished which
matches the differential and flow range of the flow tube. The flow tube is
to measure flows from 20 MGD to 60 MGD. The beta ratio shall not be
greater than 0.75. The unit shall be a Preso 42" model LPL low loss
modified Venturi tube or shall be the comparable Simplex SFH flow element
of F.B. Leopold or approved equal.
I
I
The flow tube is to be a concentric type, constructed of cast iron, Grade A
126, Class B and flanged with 125 lb. flanges. The beta ratio shall not
exceed 0.75. The throat section shall be bronze lined and shall be fitted
with inspection port access. Taps shall be provided with cleanout
assemblies with valves for cleaning while in service.
I
It is intended that the 4-20 m. a. signal from the existing or replaced
transmitter be connected to the existing shielded pair which delivers the
signal to the flow recorder on the existing main instrument panel. The
replacement system shall be calibrated in place to provide an accuracy of
1/2% or better.
I
SERVICE:
.
.
The manufacturer shall provide the services of a factory trained service
Engineer to supervise the initial operation of the system and to acquaint
the owner's personnel with the maintenance and operation of the system.
I
GUARANTEE:
I
The manufacturer shall provide an unconditional guarantee on the equipment
for a period of one year after acceptance by the Engineer regardless of
shipping time. The guarantee shall include all labor, parts, travel and
expenses necessary for detecting and correcting any problem which prevents
satisfactory operation.
-
If the problem is in the transmission lines, it will be the manufacturer's
responsibility to determine and if necessary to meet at the job site with
telephone company's service representative at no expense to the Owner.
OPERATION AND MAINTENANCE MANUALS:
Upon completion of the instrumentation and control system, the contractor
shall supply five copies of operating and maintenance instruction bulletins
9810-02-T17.doc
INSTRUMENTATION AND CONTROL SYSTEM
T17-3
I
I
SECTION T-18 CHEMICAL STORAGE TANKS AND ASSOCIATED EQUIPMENT
SCOPE:
I
The work covered by this section of specifications consists of furnishing
all plant, labor, supervision, equipment and materials and performing all
operations in connection with furnishing and installing the chemical
solution tanks and associated equipment. The work shall be in strict
accordance with this section of these specifications and the applicable
drawings, subject to the terms and conditions of the contract.
I
I
GENERAL:
I
The tanks shall be high density polyethylene or fiberglass reinforced
plastic tanks as appropriate which are heated and insulated and appropriate
for storing hydrofluorosilic acid, aluminum sulfate, and liquid polymer.
The tanks shall be the standard product of Poly Processing Co., Core-B Inc.
Augusta Fiberglass, Engineered Process Equipment, Inc. or comparable
products approved. All piping and fittings, connections, insulation, heat
tracing equipment and appurtenances as hereinafter specified and/or
required to assure a complete and satisfactory installation shall be
provided.
I
I
APPLICABLE SPECIFICATIONS:
I
The latest edition of the following specifications form a part of this
section of these specifications.
American Society of Testinq materials Specifications:
I
o 3299
Chemical Resistance of Thermosetting Resins
Used in Glass - Fiber Reinforced Structures
Reinforced Plastic Laminated for Self-Supporting
Flexural Properties of Unreinforced and Reinforced
Plastic and Electrical Insulating Materials.
Structures for use in a Chemical Environment
Filament - Wound Glass - Fiber Reinforced
Polyester Chemical Resistant Tanks
Rigid Polyvinyl Chloride Compounds
Polyethylene Upright Storage Tanks
C 581
I
C 582
o 790
I
D 1784
o 1998
I
ARM (Association of Rotational Molders) Standards:
Low Temperature Impact Resistance (Falling Dart Test Procedure)
I
ANSI Standards
B-16.5 Pipe Flanges and Flanged Fittings
I
OSHA Standards
29 CFR 1910.106 Occupational Safety and Health Administration,
Flammable and Combustible Liquids
I
CHEMICALS IN CONTACT:
.
.
The chemical to be stored in the alum tank will be a 49% solution of
commercial strength liquid aluminum sulfate (S.G=1.33), Ph of 2, with a
delivered temperature of the chemical of 600F to 100oF. The chemical to be
stored in the Fluoride Tank will be a 24% solution of hydrofluorosilic
acid. The chemical in the polymer tank will be a 40% solution of cationic
liquid polymer.
-
9810-02-T18.doc
CHEMICAL STORAGE TANKS & ASSOCIATED EQUIPMENT
T18-1
I
I
SIZE, FITTINGS AND MATERIALS:
I
The tanks shall be insulated vertical, flat-bottomed cylindrical tanks with
a semi-flat dome top. The fluoride tank in addition shall be containment
type either double walled or furnished with a collection pan and an
underground secondary containment tank. The alum tank and the polymer tank
shall be heat traced. Tanks shall have suitable and adequate tie down and
lifting lugs. Tank volumes of the following tabulation are minimum; tank
sizes and types are as follows:
I
I
Contents 0.0. 1.0. HT. Capacity
Insul. Min. @ Crown Gals.
Liquid Alum 12' 5" 11'-9" 16' - 8" :1: 12,800
Liquid Fluoride 10'-7" 9' - 6" 14'-4":1: 4,500
Liquid Polymer 7 ' -1 0" 7 ' - 6" 12' -0":1: 3,800
8'- 4" Pan
Materials based on Chemical Contents:
I
I
I
Chemical
Tank Material Fittinq, Boltinq, Gasket
24% Hydrofluorosilic Acid
Linear HDPE* PVC or PP, Hastelloy, Viton
I
49% Aluminum Sulfate
FRP or PVD, Hastelloy, EPDM
Linear HDPE*
I
Polymer
FRP or PVC, 316ss, EPDM
Crosslinked HDPE*
*Linear=ASTM 1998 Type II Crosslinked=ASTM 1998 Type 1
I
*Fiberglass Reinforced Plastic (FRP); high density polyethylene (HDPE)
I
Loadinq Conditions: The tank shall meet the following criteria: a wind
load limit of 100 MPH when anchored, and a concentrated top load design for
a 250 pound man on 16 sq. inches. Tank designs shall be for chemical
temperatures up to 1000 F. Tanks shall be securely fastened to the
foundation using a metal band encircling the tank and at least four 1/2"
s..s bolts or with an equivalent manufacturer recommended restraint.
I
I
Openinq, Connections, and Accessories: The following minimum fittings
shall be provided with each storage tank: The polymer tank also shall be
fitted for recirculation.
I
screened vent.
nozzle, top mounted for liquid level.
nozzle, bottom mounted, for fill, as well as 3" top inlet.
side bottom drain and outlet, at least 1", sized to match
chemical feed lines.
1 - 3" overflow positioned above the volume elevation.
1 - 24" LD. manway, top mounted.
2 - Access runways.
"1 - 16":1: wide ladder.
1 - (Double wall tank only) - 1" side bottom drain with ball
valve and threaded cap with chain.
1 - 3"
1 - 2"
1 - 4"
1 -
.
-
9810-02-T18.doc
CHEMICAL STORAGE TANKS & ASSOCIATED EQUIPMENT
T18-2
I
I
I
All side wall inlet and outlet nozzles shall be double flanged bolted
fittings. Top fittings shall be standard or self aligning bulkheads.
Flanges shall conform to ANSI B16.S 150 lbs. for diameter and drilling.
Gaskets shall be provided for all tank openings and shall be neoprene, 40-
50 Durometer, 1/8 inch thick, and full faced. Bol ts for all flanged
openings shall be stainless steel. Insofar as possible, the orientation of
all nozzles and manway shall be as shown on the plans.
I
Fiberqlass Option:
I
Description: Fiberglass storage tanks shall be reinforced plastic (FRP),
filament wound, vertical chemical storage tank in a non-pressure, non-
vacuum application utilizing laminate construction beginning with a 100-mil
corrosion resistant barrier suitable for the chemical storage and
temperature of the stored chemical. Strength of the tank shall be in
accordance with ASTM D 3299 and provided by a filament-wound layer,
oriented for highest circumferential strength.
I
I
Hiqh Density Polyethylene Option:
I
Description: HOPE tanks shall be of one piece seamless construction and
shall conform to ASTM 0 1998. The processing conditions used shall be such
that the finished tank virtually is stress free. The inside 1/8" of the
tank shall have a minimum of 70% gel. The molded tank shall be internally
and externally inspected for pinholes, foreign particles, blemishes or
other defects which could reduce the structural integrity of the tank.
After installation of the fittings, the tank manufacturer shall
hydrostatically test the tank. Samples from the tank shall pass low
temperature impact test (-20oF) following the Association of Rotational
Molders Low Temperature Impact Test Procedure. The minimum low temperature
impact based on part wall thickness shall be minimum of 200 Ft. Lbs. to
fail.
I
I
I
INSULATION AND HEAT TRACE REQUIREMENTS:
I
The alum storage tank and the polymer storage tank shall be heat traced
between the tank exterior and the insulation and designed to meet the
specific tank requirements. The temperature shall be controlled by NEMA 4
thermostat delivered ready to accept a NEC electrical connector. wi th a
100F lowest ambient temperature, the chemical shall be maintained at 4SoF
for the polymer and alum. The tank walls and tops shall be insulated with
2 inches of polyurethane foam insulation (density 2 to 3#/ft3), U factor of
0.086 BTU per hour per square foot per degree Fahrenheit which shall be
protected by a 100-mil layer of resin and chopped fiberglass or latex
mastic and an exterior pigmented white gel coat surface; where insulation
is installed on the fluoride containment tank surface it may be 1" thick.
The tanks shall be highly resistant to ultra violet radiation. Thermostats
with one N.O. and N.C. contacts shall be furnished and installed on the new
tanks and for the existing heat tracing of the existing alum tank to
provide a low temperature alarm signal for annunciation on the Main
Instrument Panel.
I
I
I
I
DRAINAGE PAN, POLYMER TANK:
.
.
The Polymer Tank shall be provided with a drainage pan of linear high
density polyethylene or fiberglass reinforced plastic having a minimum
thickness of l,.(' which will direct leakage or spillage to the existing
washwater recycle pumping well that is being converted in this contract to
provide chemical retention. The sides of the pan shall be not less than 6"
9810-02-T18.doc
CHEMICAL STORAGE TANKS & ASSOCIATED EQUIPMENT
T18-3
I
I
high and shall be round except where the extension is being provided to the
drainage spout. The pan shall contain a 6" diameter l' -0" long drainage
spout shaped to drain all liquid in the pan.
I
LEVEL INDICATORS:
I
The Contractor shall furnish and install liquid level indicators on the
exterior of the storage tanks. The level indicator shall be actuated by a
float within the tank through a stainless steel tape with high visibility
numbers in feet and inches to a counterweight on a pulley system. All
wetted parts, parts subject to condensation or exposure to the atmosphere
within the tank shall be suitable non-corrosive durable material approved
by the Engineer. The calibrated tape shall be visible through an
observation window located at eye level. All moving parts shall be vapor
tight fully enclosed but easily accessible for maintenance. The indicator
shall utilize the 2" top opening in the tank and shall be mounted on the
floor adjacent to the tank. Finish of the gauge shall be white. The level
indicator shall be similar to Model 7-S-SS (for fluoride, coat with Teflon)
as manufactured by Moormann Bros. Mfg. Co. of Rushville, Indiana or shall
be comparable flexible type where more suitable for the tank furnished. In
addition, top flange mounted ultrasonic measurement units shall be provided
for two alum tanks, the fluoride tank and the polymer tank (see the
specification for Instrumentation).
I
I
I
I
PIPING, FITTINGS, VALVES:
I
All PVC piping and fittings shall be Schedule 80 Type 1, Grade 1, polyvinyl
chloride (PVC) conforming to the requirements of the Plant Piping Section
of the specifications.
I
Valves shall be thermoplastic ball valves and manufactured of the same PVC
compound as the fittings to assure compatibility. All ball valves shall
have Teflon ball seals and Viton stem and body seals. Ball valves shall
carry a working pressure rating of 150 psi gauge at 730F. The design of
all ball valves shall be such that a union design will be incorporated into
each end of the valve. Ball valves sized ~ inch through 2 inch shall be
provided with socket ends and be equal to Chemtrol TU series as
manufactured by Celanese Piping Systems. All 2 inch ball valves shall have
one flanged end and one socket end and be equal to Chemtrol DE series as
manufactured by Celanese Piping Systems, Louisville, Kentucky.
I
I
.
Quick Couplers: Adaptors and caps for quick connect couplings shall be
Kamlok 633A and 634B, respectively or equal. Adaptor for alum and polymer
shall be stainless steel.
I
OVERFLOW RECEPTOR:
.
A 50 gallon overflow container shall be provided for each system.
shall be suitable for the chemical system and shall have a ported
top. The overflow drain from the tank shall be piped to but not
to the receptor.
The drum
removable
connected
Pipe Installation
sol vent welding,
recommendations.
Installation practices, including support spacing and
shall be in compliance with the manufacturer's printed'
Valve stems shall be positioned up.
Insulation: All exposed exterior liquid lines shall be insulated with a
flexible foamed plastic insulation not less than ~ inch thick. Insulation
shall be closed cell with a "K" factor of not more than 0.26 at 700F mean
temperature. Insulation shall be furnished in tubular form and applied to
9810-02-T18. doc
CHEMICAL STORAGE TANKS & ASSOCIATED EQUIPMENT
T18-4
I
I
I
the pipe with longitudinal seams and butt joints sealed with adhesive.
Insulation shall be sealed vapor tight at walls and ceilings. Fittings and
valves shall be insulated with fitting covers fabricated from insulation
materials in accordance with recommendations and template patterns of the
insulation manufacturer. All joints in the fitting covers and joints
between fitting covers and adjacent pipe insulation shall be sealed with
adhesi ve. Insulation shall be furnished with four coats of Weatherproof
Plastic reinforced with glass mesh. Glass mesh shall be embedded in the
first and third coat while wet. After the insulation is complete and dry,
it shall be painted. Insulation shall be Armstrong Armaflex 22, with 520
Adhesive, and Armstrong Weatherproof Plastic, or equal.
I
I
SUBMITTALS:
I
Five (5) sets of detailed shop drawings, catalog data, and installation
instructions for all tanks, piping and equipment shall be submitted to the
Engineer for approval. Shop drawings are to include critical dimensions,
fitting locations, construction materials and certification of approved
chemical usage in this application. Fabrication of the tank shall not
commence until shop drawings are approved. Five (5) copies of operating
and maintenance instruction bulletins for each type of equipment shall be
furnished, and such bulletins shall include a parts list.
I
I
STERILIZATION:
I
The tank and piping installed in this contract shall be sterilized by
filling the tank with water to which enough chlorine, either as high test
calcium hypochlorite or liquid chlorine, to produce a minimum concentration
of 50 milligrams per liter (mg/.1) throughout the full tanks. After the
full tank has been standing full for 24 hours, the solution shall be tested
and show a minimum chlorine concentration of 10 mg/1 and zero coliform
bacteria. The chlorinated water shall then be appropriately wasted. The
tank and piping are to be sealed after meeting this requirement.
I
I
WARRANTY:
I
The tank, equipment and piping furnished and installed by the Contractor
shall be guaranteed by the Contractor against all defects in materials and
workmanship for a period of one year and warranted for three years from the
date of final acceptance. The Contractor shall be obligated to replace all
parts and accessory construction proved defective within one year at no
cost to the Owner.
I
PAYMENT:
I
No separate payment will be made for the work covered by this section of
the specifications. All costs involved shall be included in the lump sum
Bid for the completed work. The work under this Section of the
Specifications should be allocated to Part B of the Bid.
.
.
.
9810-02-T18.doc
CHEMICAL STORAGE TANKS & ASSOCIATED EQUIPMENT
T18-S
I
I
SECTION T-19 - SITE WORK AND GRASSING
I
SCOPE:
I
The work covered by this specification consists of furnishing all plant,
labor, equipment, appliances, materials and supervision, and in performing
all operations in connection with excavation, filling, backfilling, grading
the site, grassing, field layout, staking, and grade setting in strict
accordance with this section of the specifications, the applicable drawings
and terms and conditions of the Contract.
I
GENERAL:
I
Operations shall be conducted in a manner which will provide for the safety
of employees and others. Existing utility lines, walks, steps, paving, or
structures to remain shall be safeguarded and protected from damage, and
supported if necessary. Prior to any work the Contractor shall obtain
necessary permits for work in the area or shall ascertain that the permits
have otherwise been obtained.
I
SITE CONDITIONS:
I
Flags shall be maintained along the edge of underground tanks to mark areas
of limited load capacity. Fill material shall comply with the requirements
of Section T-2 of these specifications. When groundwater is present, the
excavations shall be dewatered by well-pointing, gravel packed sumps or
other appropriate measures. The sides of excavations shall be adequately
shored and braced.
I
Removal of Debris: All debris generated from construction operations shall
be removed from the site and properly disposed of by the Contractor.
I
GRADING:
I
General: Site grading shall consist of excavating and placing all
necessary materials outside the limits of the various structures. Site
grading shall be completed when all surfaces are in conformity with the
contours as shown on the drawings, smooth, firm, containing the specified
materials. Si te grading also shall include excavation and backfill for
walks and steps. Site grading shall also include all excavation, filling
and compacting required for construction of the building sites, paved areas
and all other areas disturbed by construction. To the greatest extent
practical, on site material shall be utilized.
I
I
I
Borrow Material shall be selected to meet the requirements and conditions
of the particular installation for which it is to be used. The material
shall consist of sand soils or sand-clay soils capable of being readily
shaped and compacted to the required densities and shall be free of roots,
trash and any other deleterious material GA DOT Class A or B. The material
shall be obtained from off-site and shall be submitted for approval of the
Engineer.
I
Topsoil shall consist of a natural material that occurs in surface deposits
of limited depth, and, in general, on elevated areas, it shall be composed
of natural mixtures of clay and soil binder with sand. Topsoil shall
contain not more than 25 percent of clay and shall be free of stones larger
than 2 inches in diameter, roots, excessive vegetation, rubbish or other
deleterious matter. Topsoil shall be approved by the Engineer before being
used on the work. Topsoil as described, shall be excavated from all areas
to be disturbed, whether for structures, piping, site grading, or paving,
and if it cannot immediately be placed in its final location, it shall be
stored for later use. Stockpiled topsoil shall be placed to afford good
I
-
-
9810-02
SITE WORK & GRASSING
T19-1
I
I
I
drainage. Topsoil work shall not be performed when the soil is so wet that
the tilth of the soil will be destroyed.
Embankment: This item consists of placing in fills the materials removed
from the various excavations or borrow all as specified herein and in
accordance with the appropriate lines, grades, sections, contours and
dimensions.
I
Classification of Excavation: All excavation in connection with site work
will be considered unclassified common excavation.
I
CONSTRUCTION METHODS:
I
General: During construction, embankments, fills and excavations shall be
kept shaped and drained. Ditches and drains along the subgrade shall be
maintained in such manner as to drain effectively at all times. Grading
shall be done so that the surface of the ground will be properly sloped to
prevent water from running into the excavations, caissons, or pipe lines;
any water which accumulates in excavations shall be removed promptly.
Excavated materials shall not be stockpiled within a distance from the edge
of any excavation less than 1-1/2 times the depth of the excavation.
Suitable material removed from excavation shall be used, where feasible, in
the formation of embankments, fills, subgrades, shoulders, backfills, and
site grading; excess material from excavation, not required for such uses
or materials not suitable for such uses, shall be wasted on site at
locations directed by the Engineer.
I
I
I
Strippinq: The entire area to be occupied by the foundations for the tanks
and pump house shall be stripped to remove approximately, 4 inches of
topsoil. Remove from the site perishable and objectionable materials
unsuitable for use in permanent construction. Topsoil shall be stockpiled
for use for regrassing. Stockpiled topsoil shall be kept free from subsoil,
brush, objectionable weed growth, litter, stones and clay lumps larger than
2 inches in diameter, stumps, roots and other material that would interfere
with planting and maintenance operations. Herbicides used for weed control
must be registered with USDA for the purpose intended.
I
I
Embankment: Sloping ground surface, steeper than one vertical to four
horizontal, on which embankment or fill is to be placed, shall be plowed,
stepped, or broken up in such manner that the embankment material will bond
with the existing surface. Approved material, consisting of earth, sandy
clay, sand and gravel, clay gravel, soft shale, or other granular material
(not containing muck, trees, stumps, brush, matted roots or other organic
matter, rubbish, frozen materials, waste construction material, or large
clods of earth or stones) shall be placed in horizontal layers of loose
material not more than 8 inches in depth. Except for the more stringent
compaction requirements beneath pavement, each layer shall be spread
uniformly and tamped and compacted to 90 percent of the density measured by
Modified Proctor ASTM 0-1557. The top 8" of the subgrade beneath pavement
shall be compacted to 100% density (ASTM 01557).
I
I
I
I
Site Gradinq: Except as otherwise specified herein, all disturbed areas on
the site shall be finished off to a uniformly smooth surface, free from
abrupt, irregular surface changes. The degree of smoothness shall be that
ordinarily obtainable from power grader operations. The finished surface
shall not be more than 0.10 foot above or below the established grade.
There shall be no roots, wasted building materials, trash or other
unsightly matter projecting through or visible at the surface.
.
-
After all embankments and fills have been completed to grade, and after all
structures and pipe lines requiring the use of heavy equipment have been
completed, excavation necessary for the construction of walkways and steps
9810-02
SITE WORK & GRASSING
T19-2
I
I
I
may be performed. Excavation shall be accurately cut to line and grade;
sufficient width for the accurate placement and adequate support of the
forms shall be allowed. After the forms are removed, the backfill shall be
replaced and recompacted around structures, walks and steps. Care shall be
taken to avoid damage to the walks and steps by the tampers.
Topsoil shall be evenly spread over the entire area to receive vegetation
cover. The compacted subgrade shall be scarified to a depth of 2 inches for
the bonding of topsoil with the subsoil. Topsoil shall then be evenly
spread, lightly compacted (not less than one pass of a cultipacker weighing
100 to 160#/ft. of roller) and graded to a uniform thickness of not less
than 3 inches, and the surface shall conform to the requirements of site
grading, ditches, embankments, or other features, as applicable.
I
I
I
INSPECTION AND TESTS:
I
The Engineer, at his discretion, may order tests and inspections to be
performed during the progress of the work, or at the completion of any
indi vidual unit of the work, or at the time of final inspection of the
entire project. Random spot checks of elevations and slopes shall be
conducted by ordinary differential level and profile methods. Random spot
checks of topsoil thickness shall be conducted by cutting through the
surface with a spade or mattock and measuring the thickness of topsoil
exposed.
I
GRASSING:
I
Areas disturbed by construction operations shall be grassed. Areas to be
grassed shall be planted, maintained, and shall utilize topsoil, lime,
fertilizer, bermuda grass and mulch sufficient to produce a cover suitable
to eliminate significant erosion and to provide a satisfactory grass cover
when the work is finally accepted.
I
MATERIALS:
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
Aqricultural Lime shall be a pulverized limestone having the following
certified chemical and physical properties:
I
Total Carbonates, not less than 85%
Passing 10-mesh screen, at least 100%
Passing 100-mesh screen, at least 25%
-
I
Fertilizer: All fertilizer shall be a dry, free-flowing commercial
10-10-10 fertilizer suitable for application by a fertilizer distributor,
grain drill, planting machine or similar standard equipment. The
fertilizer shall be certified to meet the requirements of Fertilizer Laws
of the State of Georgia in effect on the date of the Invitation for Bids.
Any fertilizer which becomes caked or otherwise damaged prior to the time
of use will be rejected.
.
.
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
9810-02
SITE WORK & GRASSING
T19-3
I
I
I
will be 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.
Water for use in connection with the planting operations will be furnished
by the Augusta-Richmond Utili ties Department or obtained from any other
approved source. The water used shall be free of excess chlorine, or other
chemicals or substances harmful to plant growth.
I
GROUND PREPARATION:
I
Prior to preparing the ground for planting operations, all weeds, brush and
other vegetation in the areas to be planted which has not been removed
during grading operations shall be removed from the site. All
irregularities in the surface shall be smoothed out and all roots, clay
lumps and stone greater than 2" in diameter, and other foreign material
detrimental to tillage, planting and proper growth and maintenance of the
area shall be removed.
I
I
LIMING AND FERTILIZING:
I
After the areas to be seeded have been brought to finished grade,
agricultural lime and fertilizer conforming to the requirements of this
specification shall be uniformly distributed over the areas, lime at the
rate of one ton per acre and fertilizer at the rate of 1000 pounds per
acre. In areas where mechanical spreaders cannot be used, the lime and
fertilizer may be applied by hand methods. The lime and fertilizer shall
not be applied when the wind makes it difficult to obtain satisfactory
distribution.
I
TILLAGE:
I
I
The lime and fertilizer shall be thoroughly and uniformly mixed with the
soil to a depth of approximately 3" by working the soil until it is friable
and well pulverized. Hand tillage will be required in all areas where
mechanical equipment cannot be operated.
PLANTING:
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.
I
GRASSING TABLE
I
Permanent Cover:
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:
Fertilizer: 10-10-10; 500 lbs. per acre
Agricultural Lime: 1000 lbs. per acre
Mulch: As Needed
Annual Ryegrass 15 lbs./AC 8/1 - 2/29
9810-02
SITE WORK & GRASSING
T19-4
I
I
Seeding: Seed conforming to the requirements of this specification shall
be uniformly sown. At the appropriate time of year, planting, hulled
Bermuda shall be at the rate per table. The seeds shall be covered and
compacted to a depth of 1/8 to 1/2 inch by means of a cultipacker and or
another roller appropriate for the site. Broadcast seeding shall not be
done when the wind makes it difficult to get satisfactory distribution.
I
I
WATERING:
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
MULCHING:
I
Mulching of planted areas will be required and shall be employed as an aid
in reducing erosion and conserving soil moisture. The mulch shall conform
to the requirements of this specification. The rate of application of the
mulch depends on the texture of the mulch. The proper application will
allow some sunlight to penetrate and air to circulate, at the same time
shading the ground. If desired, immediately after the mulch is spread, the
material may be anchored to the soil by suitable equipment.
I
I
ESTABLISHMENT AND MAINTENANCE:
I
The Contractor is responsible for providing a satisfactory stand of living
seeded grass in which gaps larger than 12 inches do not occur at the time
of acceptance of the project. Any areas which fail to show a uniform stand
for any reason whatsoever, shall be replanted according to these
specifications and such replanting shall be repeated until acceptance by
the Engineer. The Contractor shall properly water, mow and otherwise
maintain all grass planted areas and any damage resulting from erosion,
washing or other causes, shall be repaired by fill topsoil, tamping,
refertilizing and replanting at no additional expense to the Owner, if such
damage occurs prior to acceptance of the project.
I
I
EROSION CONTROL:
I
The Contractor will be permitted to seed such areas with Ryeqrass or Brown
Top Millet at his own expense, if he so desires, to control erosion of the
qraded areas. All mowing and maintenance operations during the fall and
winter seasons will be the obligation of the Contractor. Erosion must be
controlled.
I
MAINTENANCE:
I
Inspection of site work as it is completed shall not constitute final
acceptance of the item. The Contractor shall maintain all items in such
condition as to be ready for final inspection from the time of completion
until the final acceptance of the entire project.
I
PAYMENT:
-
No separate payment will be made for the work covered by this section of
the specifications. All costs in connection therewith shall be included in
the lump sum Bid for the completed work. The work under this Section of the
Specifications should be allocated to Parts A & B of the Bid.
9810-02
SITE WORK & GRASSING
T19-5
I
I
SECTION T-20 - FENCING:
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, and materials, and in performing
all operations in connection with the relocation of the chain link fence,
and the addition of gates or the repair of existing gates, complete with
all appurtenances, in strict accordance wi th this section of the
specifications, the applicable drawings, and subject to the terms and
conditions of the Contract.
I
MATERIALS:
I
General: The new sections of fence shall utilize the best materials of the
existing fence which is removed.
I
Reinforcinq Wire: Reinforcing wire shall be provided along the bottom edge.
It shall be not less than No. 7 gauge coiled spring wire. Galvanized ties
or clips shall be provided for attaching reinforcing wires to fabric at
intervals of not more than 2 feet.
I
Ties or clips of adequate strength shall be provided in sufficient number
for attaching the fabric to all line posts and to top rail at intervals not
exceeding 15 inches.
I
Bands or clips of adequate strength shall be provided in sufficient number
for attaching the fabric and stretcher bars to all terminal posts at
intervals not exceeding 15 inches.
I
Gates shall be swing-type complete with latches, stops, keepers and hinges,
with 3 strands of barbed wire mounted on vertical arms above the fabric.
Except as otherwise noted, new gates shall have a 3'-0" wide opening.
I
Frames for Gate Leafs up to 4' shall be constructed of galvanized tubular
members, 2-1/2" 0.0. at 3.65 lbs/FT. Gates shall be trussed and braced in
such a manner as to provide a rigid frame and ample strength to insure a
gate free from sag and twist. The end members of each frame shall be
extended approximately 12" above the top member and arranged for attaching
3 uniformly spaced lines of barbed wire.
I
Stretcher bars shall be provided for each gate to facilitate tight
installation of the fabric in each gate frame.
Ties, bands and clips of adequate strength shall be provided in sufficient
number for attaching the fabric to the frame and stretcher bars and the
stretcher bars to the gate frame.
Hinqes shall be of heavy pattern, of adequate strength for the gate, and
with large bearing surfaces for clamping in position. The hinges shall not
twist or turn under the action of the gate. The gates shall be capable of
being opened and closed easily by one person.
-
.
I
I
Latches, stops and keepers shall be provided for all gates; the latches
shall have the plunger bar arranged to engage the stops when closed and the
keepers when open. Latches shall be arranged for locking by padlock.
Center stops shall consist of a device arranged to be set in concrete and
to engage the plunger of the latch bar of double gate. Keepers shall
consist of a mechanical device for securing the free end of the gate when
in full open position, one being required for each gate leaf.
ii
ii
Finish: All metallic units or items not otherwise specified shall be hot-
dip galvanized finish. Ties, clips, and bands and barbed wire barbs may be
aluminum.
9810-01
FENCING
T20-1
I
I
INSTALLATION:
I
Post Settinq: All posts shall be securely anchored in concrete footings,
neatly crowned to shed water. Footings shall be poured in cored holes
unless the soil or location will not permit coring, in which case alternate
methods will be permitted subj ect to prior approval by the Engineer.
Footings for line posts shall be 10" diameter by 2'-9" deep and for corner,
end and gate posts shall be 16" diameter by 3'-6" deep. In all cases, the
posts shall extend to within 3 inches of the bottom of the footing. Posts
shall be aligned and set to permit fabric and top rail installation at a
uniform grade approximating the general slope of the ground. Where
necessary, to prevent short length sags or dips in the top of the fence,
post heights shall be adjusted as directed by the Engineer.
I
I
I
Post Spacinq: Each run of fence shall be set up so that a uniform spacing
of posts will result. The spacing shall be not more than 10 feet. Fabric
shall be stretched and anchored to eliminate sags.
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. The work under this Section of the
Specifications should be allocated to Part B of the Bid.
I
I
I
I
I
I
I
I
.
.
9810-01
FENCING
T20-2