Loading...
HomeMy WebLinkAboutRehabilitation of Second Street Lift Station Augusta Richmond GA DOCUMENT NAME: ~E, \fA&'1 ~IT",-'-IO"" of <;k '€c.C4'J c:> '?,"tl?-C€ r L \ ~ r ~\RI)C>N DOCUMENT TYPE: YEAR: ~DD~ BOX NUMBER: \ ~ FILE NUMBER: ) le /.p d ~ NUMBER OF PAGES: '334 I I I I I I I I I I I I I j~ if )&fa 'J-7 PROJECT MANUAL Rehabilitation of Second Street Lift Station Augusta Utilities Department Project No. 50260 PREPARED FOR: AUGUSTA-RICHMOND COUNTY COMMISSION Bob Young, Mayor Lee N. Beard - District 1. Marion F. Williams - District 2 Steve Shepard - District 3 Richard Colclough - District 4 Bobby Hankerson - District 5 Andy Cheek - District 6 Tommy Boyles - District 7 Ulmer Bridges - District 8 William H. Mays, 111- District 9 William B. Kuhlke, Jr. - District 10 N. Max Hicks, P.E. - AUD Director October 2002 . - PREPARED BY: ~o_~B~r')> ~f."~,,. J,,~~ '" ,1<, ' '."" .>'" Z --->' - ' r-- ~ tJ Stevenson&Palmer Engineeiing INCORPORATED 360 Bay Street, Suite 400/Augusta, Georgia 30901l706-261-4040/Fax 706-261-4042 I I I I I I I I I I I I I I I I I I I I I I I I I I I I PROJECT MANUAL Rehabilitation of Second Street Lift Station Augusta Utilities Department Project No. 50260 PREPARED FOR: AUGUSTA-RICHMOND COUNTY COMMISSION Bob Young, Mayor Lee N. Beard - District 1 Marion F. Williams - District 2 Steve Shepard - District 3 Richard Colclough - District 4 Bobby Hankerson - District 5 Andy Cheek - District 6 Tommy Boyles - District 7 Ulmer Bridges - District 8 William H. Mays, III - District 9 William B. Kuhlke, Jr. - District 10 N. Max Hicks, P.E. - AUD Director October 2002 PREPARED BY: 360 Bay Street, Suite 400/Augusta, Georgia 309011706-261-4040/Fax 706-261-4042 I I I I I I I I I I I I I I I I - I - I Project No, 50260 Rehabilitation of 2nd Street Lift Station Augusta Utilities Department Revised 12/5/02 PROJECT MANUAL REHABILITATION OF 2ND STREET LIFT STATION AUGUSTA, GEORGIA Project No. 50260 TABLE OF CONTENTS SECTION & TITLE PAGE NUMBERS DIVISION 1 - GENERAL REQUIREMENTS 00100 Advertisement for Bids -...__mum______huu___...hm____.______h_m.___...__h.__ 00100-1 thru 00100-2 00110 Instruction to Biddersmuu______oou.u._..._u_m___......umu....._muuu_u__...0011 0-1 thru 00110-3 00120 Bid Proposalmu_______um_m_________u,m_______Um_......h_mU...___,___uu_________ 00120-1 thru 00120-7 00125 Bid Bondm___...__muuu_____...__mmu____h_mm_u....hmuu____m_um_______...___O0125-1 (One Page) 00130 Notice of Award.__muu_________um_m____hh_u._______mum.____mm_m________,u 00130-1 (One Page) 00135 Agreement._mmmu________m_m__u______u_u__._____m___.__oo__m_.._._.___m_m.___,00135-1 thru 00135-4 00140 Performance Bond uuu__..____muuu._____m.u.___'_____U_U.'__oouuu._______hm 00140-1 thru 00140-2 00145 Labor & Material Payment Bondmmu_...___um_________m__._______.m_m.00145-1 thru 00145-3 00150 Certificate of Owner's Attorney.hm...__...__u,___...__um__._____.uu__...____00150-1 (One Page) 00155 Notice to Proceedm.__oo...__mm_........_mm____.___........hu___....__,.._oo_oo_,uOO155-1 (One Page) 00160 Affidavit of Payment of Claims___h_mm......__u,_.___._mm_______oouuuu__00160-1 (One Page) 00170 Certificate of Insurance,.__oomm____...m_..._____,u_______'oommU.._____h__m__ 00170-1 thru 00170-2 01001 General Conditions ...oo_._um_u_______.u__...______________________._____'.mm_______01 001-1 thru 01001-52 01002 Special Conditions__mmu_u__....oou__________u_u_.______mm_u..___um___________ 01002-1 thru 01002-9 01150 Measurement and Paymentu_...___m__...______mm________mm_.____.._,.um01150-1 thru 01150-3 01730 Operating And Maintenance Informationm___.....um________oou_u__.___01730-1 thru 01730-3 01800 Submittalsumum_.....uoomumu___..________.___.._uoom_.____oo_u_________m__u.____,01800-1 thru 01800-4 01800A Submittal Transmittal Form..___ooUmU____mmumuu.._____mum__..__muu 1 Page 01800B Product Data Transmittal Form,uuu_..____umu_________ooUU_....___oommU 1 Page DIVISION 2 - SITE WORK 02050 Demolition 02050-1 thru 02050-4 DIVISION 3 - CONCRETE 03301 Cast-In Place Concretemu_____.___mmm...___,m.____.....mm_m_.____..h.u03301-1 thru 03301-9 03310 Concrete Work'mum_um_'_.....__h__mmu....____________.....uum____...._umm 03310-1 thru 03310-32 DIVISION 4 - MASONRY 04201 Unit Masonry.____....uumu____.______....mUU__.h__U.____U_______mmuu_.____..uh04201-1 thru 04201-26 TABLE OF CONTENTS Rev. 12/6/02/Addendum NO.1 Page 1 of 3 I I I I I I I I I I I I I I I I I I - I Project No, 50260 Rehabilitation of 2nd Street Ufl Station Augusta Utilities Department Revised 12/5/02 DIVISION 5 - METALS 05120 Structural Steel 05120-1 thru 05120-10 DIVISION 6 - NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07900 Joint Sealers 07900-1 thru 07900-6 DIVISION 8 - DOORS AND WINDOWS 08150 Fiberglass (FRP) Doors and Frames u.......___u___.,....u,....___u....... 08150-1 thru 08150-5 08710 Finish Hardware 08710-1 thru 08710-11 DIVISION 9 - FINISHES 09900 Painting uu.......'.....uu_.......___.______......._........u............_.........,.....u.___... 09900-1 th ru 09900-25 DIVISION 10 - NOT USED DIVISION 11 - EQUIPMENT 11000 General Requirements for Equipment........_.............u............_.._..11 000-1 thru 11000-7 11066 Dry Pit Submersible Pumps,u,.._......___.........u.........,..,___.................11 066-1 thru 11066-11 11 070 Grinders.u_u_...___u.___.___.........___u______u___......._..u........u.u...........___.......11070-1 thru 11070-9 11939 Sump Pump..._.______uu......u___mm_..______......___........u___............u___u.....11939-1 thru 11939-3 11947 Electrical Chain HOists.......uuu.....___._......___.........u.............___._._......1194 7 -1 thru 11947-4 DIVISION 12 thru 14 - NOT USED DIVISION 15 - MECHANICAL 15062 Ductile Iron Pipe,...______..........uu___..........u.....____u___....._..______uu___....._15062-1 thru 15062-6 15067 Stainless Steel Pipin9_...u...........u.u......___.........._._.................___......15067 -1 thru 15067-8 15110 Eccentric Plug Valves___....u...............,_________......___.___............uu___....1511 0-1 thru 15110-3 15116 Swing Disc Check Valves._..................u.........u.___...._...._____.___uu.15116-1 thru 15116-2 15117 Elastomer Sleeve In Line check Val'JeG 15117 1 thru 15110 2 DIVISION 16 - ELECTRICAL 16010 Basic Electrical Requirements......,.____....u.______.....___m_..................1601 0-1 thru 16010-8 16204 Pump Station Controls...........uu.................u______...___m.,............._...16204-1 (One Page) 16400 Distribution Equipment___...........___..__.....___..........____.......,.....u______....16400-1 thru 16400-4 16600 Manual Transfer Switch....____.u____m...____.m______m......m___uu___..uu,...16600-1 thru 16600-4 16700 Motor Control Centers____...........mmu...u.............__...............u._.......16700-1 thru 16700-8 16900 Testing___uuuuuuum......u..uuuuu....muu..muuu.......,..___.....................16900-1 thru 16900-3 TABLE OF CONTENTS Rev. 12/6/02/Addendum No.1 Page 2 of 3 I I I I I I I I I I I I I I I I I Project No. 50260 . Rehabilitation of 2nd Street Uft Station Augusta Utilities Department Revised 12/5/02 16900A Wire and Cable Resistance Test Data Formm__.._.________mmm.___16900-4 (One page) 16900B Installed Motor Test Form..._______......___._.m__..___..mm........mmm.___..16900-5 (One page) ATTACHMENT Addendu m Number One (12/06/02).m...___......m..____m__.....m__.m__.....___..__..__......______m____.._.. 3 Pages (Changed pages have been incorporated) I TABLE OF CONTENTS Rev. 12/6/02/Addendum No.1 Page 3 of 3 - I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond Counly/AUD Proj. #50260 Revised 10/02 SECTION 00100 - ADVERTISEMENT FOR BIDS Sealed bids for construction of wastewater system improvements at Augusta, Georgia, hereinafter referred to by project name as: Bid Item # 02 206 Rehabilitation of the Second Street Lift Station Augusta, Georgia will be received by the Augusta-Richmond County Commission, hereinafter referred to as the OWNER at the office of the Director of Purchasing, Room 605, Municipal Building until (a.m.) (p.m.) on , 200_, at which time all bids will be publicly opened and read in the presence of those interested. The work to be done consists of the following generally described items: Replacement of pumps, controls, and appurtenances at the Second Street Lift Station Plans and specifications are open for public inspection at the Augusta-Richmond County Purchasing Dept., Room 605 Municipal Building, Augusta, Georgia; and at the following locations: F. W. Dodge Division Plan Room Augusta, Georgia Augusta Builders Exchange Augusta, Georgia Copies of Contract Documents may be obtained at the Augusta-Richmond County Purchasing Department upon a deposit of $50.00 for each set (non-refundable). Bids shall be enclosed in a sealed envelope and addressed as follows: AUGUSTA-RICHMOND COUNTY COMMISSION c/o Director of Purchasing Room 605 - Municipal Building Augusta, Georgia 30911 Mark the outside of the envelope as follows: Bid Item # 02 206 Rehabilitation of the Second Street Lift Station Bids must be accompanied by a Bid Bond secured by a surety company, certified check, or cashier's check in an amount equal to at least 10% of the amount of the bid. A contract performance and payment bond each in the amount of 100% of the contract amount will be required of the successful bidder. ADVERTISEMENT FOR BIDS 00100-1 ADVERTISEMENT FOR BIDS 001 00-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County/AUD Proj. #50260 Revised 10/02 The Augusta-Richmond County Commission reserves the right to reject any and all bids and to waive any informalities in the bidding. 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 healthy tree market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. Geri Sams, Director of Purchasing Publish: Augusta Chronicle ,200_ Metro Courier ,200_ I I I I I I I I I I I I I I I "!"" I . . I r- - - ,..... S&P Project No. G124 01 01 Rehabilitation of 2nd Str-eet Pump Station Augusta-Richmond County SECTION 00110- INSTRUCTION TO BIDDERS 1.01 GENERAL 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. 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. 1.02 EXAMINATION OF WORK 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. 1.03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Director of Utilities, 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. 1.04 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. INSTRUCTION TO BIDDERS 00110-1 INSTRUCTION TO BIDDERS 00110-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 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. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total . amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. 1.05 BASIS OF AWARD 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. 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. 1.06 BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The Owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the I I I I I I I I I I I I I I I I I I I .,.. S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 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. 1.07 PERFORMANCE BOND At the time of entering into the contract, the Contractor shall give bond to the Owner for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the Owner harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the Owner and 'authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. 1.08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is 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. 1.09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT It is the intent of the Augusta-Richmond County Commission to increase the involvement of qualified minority and economically disadvantaged businesses in the contracted work of County Government. In an effort to support this intention, this project is 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. 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. END OF SECTION 00110 INSTRUCTION TO BIDDERS 00110-3 I. I I I I I I I I I I I I I I I I I i S2.;: ?rcjec: No. Gi 2~ Q, :~ Reraoilitalion of 2'" S:reet ~:.:-:: Station AL.::; Project Nc. 502:;0 :=1e','3-=C ~G,C2 SECTION 00120 - BiD PROPOSAL AUGUSTA-R:CHMOND COLiNIY COMMISSION MUNiCIPAL BUILDING AUGUSTA, GEORGIA 30911 PROJECT TITLE: Rehabilitation of the 2ND Street Lift Station Auqusta, Georqia BID ITEM NO: 0 Z - 2..0 b 810DER: rz, D - Ef'oL.LJ 11 C<t'n-l-r4.cJo,...~ I r,.,c_ I Pursuant to the Advertisement for the Rehabilitation of the Second Street Uft Station, the Bidder proposes to furnish all materials, machinery, equipment, tools and other means of construction, and to do and perform all work at prices as hereinafter set forth and in accordance with Plans and Specifications, and Addenda thereto, on file in the office of the Director of Purchasing, Room 605, Municipal Building, Augusta, Georgia 3.J901. FIRST. In submITting this Bid proposal, the undersigned bidder understands and agrees to the Instructions and Information to Bidders. The Bidder acknowledges that he has received and examined the Plans and Specifications, and has informed himself of all Addenda thereto, and of the form of the Contract and Public Contractors Bond to be furnished in the event he is :he successful bidder and is awarded the Contract. SECOND. The Undersigned Bidder agrees, if the successful bidder, to execute the contract in form as set forth in the Specifications and to furnish a Performar:ce Bond in an amount of 100 percent of the Contract amount as security for the faithful !=erformance of the Contract and a Payment Bond in an amount of 100 percent of the Ccntract amount for the payment of all persons perfqrming labor and/or furnishing materials in connection with the Contract and the fulfillment of such guarantees as are hereinafter specified, and insurance as set forth in the Specifications, all WIThin 10 days of receiving riotice of award of contract by the Owner. THIRD. The Undersigned Bidder further agrees to begin the work on ~eceipt of the executed contract and Notice to Proceed and to prosecute said work so 2.S to complete work except as ot~erwise specified under this Contract within the time as specified in the Special Conditions. FOURTH. The Undersigned Bidder further agrees.tc gU2~21tee perfOiril2..i.:= 0"" 2H wor~: ;r-: accorcanc2 wit'1 t.le Plans and Specifications and in a good and workm2.niike manner, and to replace or repair any work which may be rejected due to defective materials or workmanship prier to final completion, and acceptance of the project by the Owner or during the guarantee period as required by the Specifications. BID PROPOSAL 00120-1 I I I I I I I I I I I I I I I I . I ~ S&P Project No. G124 Oi 01 Rehabilitation of 2'" Street Pump Station AUD Project No. 50260 I I I i I II - a I a II - - II I I I I I Revis'ed '10102 FIFTH. The Undersigned Bidder further agrees to Jndicate on his Bid Proposal, in the space provided for that purpose, the names of the Contractor and Subcontractors who will perform the work if his proposal is accepted. SIXTH. The Undersigned Bidder agrees to submit, as and when required, prior to award of the Contract the fo_"owing: a) Such catalogs, drawings, specifications, descriptive information and other details as to special equipment or material bidder proposes to furnish for the work, to permit an evaluation of the merits thereof and determination as to whether such special equipment or materials comply wITh the specifications, in addition to those required by the Instructions and Information to Bidders. b) A properly executed affidavit of non-collusion. c) Statements of experience, capital and equipment available, and certified financial statements, in accordance wrth the provisions of Instructions and Information to Bidders. SEVENTH. The Undersigned Bidder proposes to furnish all materials, machinery, equipment, tools, labor, supeNision and other things specified or required and to perform all work necessary to carry out and satisfactorily complete the construction project described in the Contract Documents in the manner and within the times specified in the Contract Documents. . EIGHTH. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages for each consecutive calendar day (Sundays and legal holidays excluded) of delay in an amount not to exceed $300.00 per day. NINTH. The Undersigned Bidder acknowledges 'and certifies that he has examined the site of the work by persona! investigation and is familiar with the on-site conditions and requirements of the work, including the materials to be excavated; that he has made his own interpretations and satisfied himself by his own investigations and research regarding labor and materials needed; that this Bid Proposal is made in sole reliance thereon; and that any information and/or data obtained from the Owner or Engineer will not be- used as a basis for any claim in regards to this project. BID PROPOSAL 00120-2 I I I I I I I I I I I I I I I I - S&P Project No. G124 01 01 Rehabirrtation of zed Street Pump Station AUD Project No. 50260 I. SCHEDULE OF BID PROPOSAL Revised 10/02 Bidder must fill in the unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Drawin9s and Specifications. 1. Salvage of existing pumps to Owner 2. Pump room demolition 3. Furnish and install new 150HP pumps 4. Furnish and install new 40HP motor 5. Miscellaneous piping 6. Miscellaneous pump room concrete 7. Electrical and controls 8. Control room demolition 9. Building modification and trolley rails 10. Salvage of comminuter to Owner 11. Wet well interior demolition 12. Furnish and install new channel grinder 13. Grinder electrics and controls 14. Furnish and install (2) electric hoists 15. Furnish and install sump pump 16. Station bypassing as required 17. Performance and payment bonds 2 39 "S 4073 7~ 607 b442 "5170<a- Z7~o qb LIb P.eT-52 .., - 5" '5 Z 2.. 202.'-11 /'173 I b 143 2 s: 'I ob 2/2..( II 560 4701 I 7 151 / r 33 '") I I . . BID PROPOSAL , I / -tJ>>> 1-//~ro7~_GJ~ v \/1..Io"} 00120;.3 I I I I I I I I I I I I I I I I I. I I S&P ?roject No. G12~ J1 OJ Rehabilitation of 2"" S~t Pump Station AUD Project No. 5026J D t I II I II - II II .- fI - I D I - II I I Revised 10/02 II. TABULATION OF SUBCONTRACTORS USED IN BID PROPOSAL The following tabulation lists the various Contractors whose prices were used in preparation of the Bid and who will be used to accomplish the respective items of work. :'~SCMIPTION OF WO::iK NAME AND ADDRESS OF SUaCONTRACTORSINCLUDED E !{Jc..+ r,' c. q / AI r)c-~ r;: I c.c . ro. ~G")C 99 ~",,~-h) 6// 30903 P~p~ j P:~"4 V. R. Jerr( (cr,~+r4J/f:Jr) ('~. 20? Ba.lcl./.<.J}v.. B~ ~~ (!.(- S;,....,l>.s~/II./~.IIe.. Sc. c9680 I G,'luJe (c...~^j 5~ r....> ('c. J/-: "J t!>.t f/ W;14 <::, -k 810 PROPOS,l.,L 00120-4 I I I I I I I I I I I I I . !! - - S&:> Project No. G 12401 01 Rehabilitation of 2nd Street ?L:~: Station Al..!D Project No. 50260 Revised 10/02 Ill. SCHEDULE OF EQUIPMENT INCLUDED IN BID PROPOSAL Submitted in the following list are the name of manufacturers of Equipment Items upon which the BID PROPOSAL is based. The manufacturers listed are selected by ~he Bidder from those names stated in the Specifications or from the names of manufacturers furnishing equipment equal to that required by the Specifications. Equipment included in the Schedule shall conform fully in every respect to the requirements of the respective parts and sections of the Specifications. Equipment which is a "standard product" with the manufacturer shall be modified, redesigned from the standard mode, if necessary, or shall be furnished with special features or accessories or of special materials or with special finishes as may be necessary to conform to the requirements of the Specifications. DESCRIPTION OF EQUIPMENT MANUFACTURER INCLUDED IN BID f)/(7 ,q.13~ (;~J> P4/"1 p<'::, . ( R(VIO J\I)ofar J J Ftc.....ser-v ~ SL-<.Mf P~Mp Gr;.~dp! J-!oiS,t J 'WL r3~v;l'onrten fq ( CO~(J BID PROPOSAL 00120-5 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station AUD Project No. 50250 Revised 10/02 I , I I I II I J Ii I I I I II I I I I I IV. CERTIFICATION AND EXECUTlON 7-hB amount of the Proposal Guaran"Le€ is' at least ten (10) percent of the amo~mt of the Total Bid as required by the Advertisement for Bids and by the Instructions and Information to Bidders. Receipt is acknowledged of the following addenda: 172--J,.-o~ Addenda I ,. WITNESS our hands and seal this / 7 A day of Vt'CPf"1ber , 200~. INDIVIDUAL OR PARTNERSHIP EXECUTION Co-partners doing business under name and style of: CORPORATE EXECUTION A Corporation of the State of (Corporate Seal) By TITLE (Continued on Next Page) . BID PROPOSAL 00120-6 I I I - - - - ~ ~ , , , , . :;; .. ... . . . . . S&P Project No. G124 01 01 F.:',;sed 10i02 Rehabilitation of 2"" Street Pump Station AUD Project No. 50260 MAILING ADDRESS J.O - BOx !.P535 JJo r-rh A~/,t~fu 1 Sc )....qg(j J . PHONE NUMBER ~D3 - ;;,10- 3/1(; FAX NUMBER 2D3 - 'J-rq- ~8 J I STREET ADDRESS 4/D fxJ-rolina. Spri'Yf {2d. NDm" ,~U')it<1 Sc, :2t1 g 4/ END OF BID PROPOSAL BID PROPOSAL 00120-7 I 'I I I I I I I I I I I I I - s&P Project No. G124 01 01 Reh'ibilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 00125 - FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS that we, the undersigne~, R. D.. Brown Contractors, Inc. , as Principal, and St. Paul Flre & Manne Lns. ~cas Surety, are held firmly bound unto Augusta~Richmond County Commission, a.s Owner, in the penal sum of: Ten Percent of Bid DOLLARS ($10% of bid ), for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this 17thday of December ,2001-. The condition of this obligation is such that whereas the Principal has submitted to Augusta-Richmond County Commission, a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for the construction of: Rehabilitation of the 2nd Street Lift Station NOW, THEREFOR, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal" amount of this obligation herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said surety and its Bond shall be in no way impaired or affected by any extension of time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set these hands and seals, and such of them as are corporations hav:;...~ed their corporate seals to be hereto affixed and these presents to be signed by th~~? offi , the day and year first setforth above. R. D. ~~~~ Cor;t~ t.' Inc. By: -") L.S. -_.~ \ (Principal) (SEAL) FORM OF BID BOND St. Paul Fire & Ma~~e Insurance Company - ,---(Surety) / , -~~~' I . .. 00125-1 I TheSi'Pdul POWER OF ATTORNEY I Seaboard Sl1I"ety Company St. Paul Fire and Marine In~urance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc_ I I Power of Attorney No. 21010 Certificate No. 948910 I KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company and 51. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity apd Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies" j, and that the Companies do hereby make, constitute and appoint I Roy Scarborough, Jr., Eugene A. Cronic and Alicia J. Rhoades I Augusta Georgia I of the City of . State , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above. to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undenalcings _~uired or ~erinitted in any actions or proceedings allowed by law. I IN WITNESS WHEREOF. the Companies have caused this instrument te:> be signed anchealed this. 1st day of December 1999 I Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance.Company St. Paul Mercury Insurance Company B ~~ '(~$ It United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. fb~?- ~ @ (r ~erl~ State of Maryland City of Baltimore THOMAS E. HUIBREGTSE. Assistant Secretary On this 1st day of December 1999 . before me, the undersigned officer, personally appeared John F. Phinney and Thomas E. HuibregtSe, who acknowledged themselves to be the Vice President and AssislaIlt Secretary, respectively, of Seaboard Surety Company, SI. Paul Fire and Marine Insurance Company, SI. Paul Guardian Insurance Company, 51. Paul Mercury Insurance Company. United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters. Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and thar they, as such. being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof. I hereunto set my hand and official seal. ~~~.~ My Commission expires the 13th day of July, 2002. REBECCA EASLEY.ONOKALA. Notary Public . . -~ 86203 Rev. 7-2000 Printed in U.S.A. - I This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, SL Paul Fire and Marine [nsurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury msurance Company. United States Fidelity and Guaranty Company, Fidelity and Guaranty [nsurance Company, and Fidelity and Guaranty [nsurance Underwriters, [nc. on September 2, 1998, which resolutions are now in full force and effect. reading as follows: I RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed. and acknowledged by persons ur entities appointed as Attomey(s)-in-Fact p.ursuant to a Power of Attorney issued in accordlll'lce with these resolutions. Said Power(s) of Attorney for and on behal~ of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman, or the President. or any Vice President, or an Assistant Vice President. jointly with the Secretary or an Assistant Secretary, under their re.specHve designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing offi,;ers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Auorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so exe- cuted and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attomey-issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. r. Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian [nsurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, me. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. I I I I I IN TESTIMONY WHEREOF, I hereunto set my hand this 17th ~yof December 2002 @ ~,~:~:-~I I To verify the authenticity of this Power of Attorney, call 1-800-421-388.0and ask for the Power of Attorney clerk. Please refer to the Power of AtuJmey number, the above-named individuals and the details of the bond to which. the power is attached. I I I I I I I I I I I , I I I I I I I I I I I I I I I I , ,-- .- S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 00130 - NOTICE OF AWARD TO: ~ b. &-~(/,(J...-;) C;;-,?../,y:1C~"'S ..?nc 4/0 c;,"'O~:':'4 ~_..~.5 duad M,.,.I~ .4uy c..J-4 s. c: 2984/ PROJECT DESCRIPTION: REHABILITATION OF 2ND STREET LIFT STATION AUGUSTA UTILITIES DEPARTMENT The Owner has considered the Bid submitted by you for the above described WORK in response to its Advertisement for Bids dated ~ck.6~ ~I ,200,? and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of: $ 4/'-" 074. tJ 0 You have agreed in your Proposal to execute the Agreement and furnish the required Contractor's Performance and Payment Bond within ten (10) calendar days from the date of this Notice to you. It you fail to execute said Agreement and furnish said Bonds within ten (10) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your Bid as abandoned and as forfeiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted bylaw. .' You are required to return an acknowledged copy of this NOTICE OF AWARD to the Owner. Dated this ~/H'~ (/z-6J 7'e.6 ~"g - , 200N BY: ~~~. Title: s~~~ - e #),:f~~ e~;":J day of Acceptance of Notice of the above Notice of Acceptance of the Bid Proposal is hereby acknowledged ~ ay of --FE PYlHtYlI , 2003-. f BY: ~(?iJ(Jl)- Title NOTICE OF AWARD 00130-1 I I I I I I I I I I I I I I I I I I . S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augus1a-Richmond County SECTION 00135 - AGREEMENT THIS AGREEMENT, made on the /2 tb day of ~'ddA ,20~, by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGOSTA-RICHMOND COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and 12. 2:>. 8,.."w,..., Ct?"/~cA'JY..r../'", Co , party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: 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: Rehabilitation of the 2nd Street Lift Station 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" - TIME OF COMPLETION - LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 1Q calendar days after the date of written notice by the Owner or the Contractor to proceed. All work shall be completed within 180 calendar days with all such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress, and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof 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 forthe awarding of this contract, to pay the Ownerthe 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. AGREEMENT 00135-1 AGREEMENT 00135-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 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 periodic~l. eS,till}ates. _, 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 oftime 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. ARTICLE III - PAYMENT (A) The Contract Sum The Owner shall pay to the contractor for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (8) Progress Payment On no later than the fifth day of every month, the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together 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. On the vendor 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. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer shall within 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final certificate. - I I I I I I I I I I I I - I I I I I ,. -- . . , T S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County (B) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. (D) If after the work has been substantially completed, full complStion thereof is materially delayed through no fault of the Contractor, and the Engi~eer, so. certifies, the Owner shall upon certification of the Engineer, and withQut terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions gov(3rning final payment, except that it shall not constitute a waiver of claims. / (Continued Next Page) AGREEMENT 00135-3 AGREEMENT 00135-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. AUGUSTA, GEORGIA (SEAL) A?fBY;~~~ rp; A its M y r A~ Clerk fu#1 L,) 'hl-U'~~I Witness (SEAL) CONTRACTOR: 1\.~dD(SI\rC.. By: As its: Hesidefl/ ~~ ~) Sec e ary f ~;/~ rpo. Boy &53:S NorTh ~{(qh, ,,<f'1 Jom, I A dress I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 00140 - PERFORMANCE BOND THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS: That ,as Principal, hereinafter called Contractor, and , a corporation organized and existing under the laws of the State of , with its principal office in the City of , State of , as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, as Obligee hereinafter called Owner, in the penal amount Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with the Owner for Rehabilitation of the 2nd Street Lift Station , in accordance with the drawings and specifications issued by Stevenson & Palmer Engineering, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall promptly faithfully perform the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever the Contractor shall be, and declared by the Owner to be in default under the Contract, the Owner having performed the Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Contract in accordance with the terms and conditions, or 2. Obtain a bid or bids for completing the Contract in accordance with the terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the Contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price" as used in this PERFORMANCE BOND 00140-1 PERFORMANCE BOND 00140-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by the Owner to the Contractor. . Any suit under this bond must be instituted before the expiration of two (2) years from the date on which the final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any persons or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this day of A.D. 200 Witness (Seal) Contractor Attest (Seal) (Title) Witness (Seal) Surety Witness (Seal) (Title) Note: Date of Bond must be prior to date of Contract. If Contractor is partnership, all partners should execute bond. I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 00145 - LABOR AND MATERIAL PAYMENT BOND THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS: That as Principal, hereinafter called Contractor and , a corporation organized and existing under the laws of the State of , with its principal office in the City of , State of , as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Contractor has by said written agreement dated entered into a contract with Owner for construction of Rehabilitation of the 2nd Street Lift Station, in accordance with drawings and specifications issued by Stevenson & Palmer Engineering, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and materials used or as reasonably required to use in the performance of the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Contractor or with a subcontractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. 2. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety days after the day on which the last of such claimant's work or labor was done or performed, or materials was furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. LABOR AND MATERIAL PAYMENT BOND 00145-1 LABOR AND MATERIAL PAYMENT BOND 00145-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3. No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having direct contact with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor ceased work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. (Continued Next Page) I I I I I I I I I I I I I I I I I I I . - .... S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Signed and sealed this day of A.D. 200 Witness (Seal) Contractor Attest (Seal) (Title) Witness (Seal) Surety Witness (Seal) (Title) Note: Date of Bond must be prior to date of Contract. If Contractor is partnership, all partners should execute bond. LABOR AND MATERIAL PAYMENT BOND 001 45-3 I I I I I I I I I I I I I - . S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 00150 - CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned , the authorized and acting legal representative of Augusta-Richmond County Commission, do hereby certify as follows: I have examined the attached Contract(s) and Surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions and provisions thereof. (Signature) (Date) CERTIFICATE OF OWNER'S ATTORNEY 00150-1 I I I I I I I I I I I I I I - .- S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 1 0/02 SECTION 00155 - NOTICE TO PROCEED TO: Date: Project: Rehabilitation of the 2nd Street Lift Station Augusta, Georgia You are hereby notified to commence work in accordance with the Agreement dated , 200_, within ten (10) calendar days following this date, the date first written above, and you are to complete the work within One Hundred Eighty (180) consecutive calendar days after the date of this notice. The date set for completion of all work is therefor , 200_ By: Title: Acceptance of Notice Receipt of the above Notice to Proceed is hereby acknowledged and the same is hereby accepted on this day of ,200_. By: Title: NOTICE TO PROCEED 00155-1 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 00160 - AFFIDAVIT OF PAYMENT OF CLAIMS (CONTRACTOR), THIS DAY appeared before me, , A Notary Public, in and for , and being by me first duly sworn states that all subcontractors and suppliers of labor and materials have been paid all sums due them to date for work performed or material furnished in the performance of the contract between: and dated (OWNER) (CONTRACTOR), , 20_. for the construction of: Rehabilitation of 2nd Street Lift Station CONTRACTOR: BY: TITLE: DATE: SEAL OF CONTRACTOR (If a Corporation) Subscribed and sworn to before day of ,20_, My commission expires on the _day of 20_, NOTARY PUBLIC (NOTARY SEAL) AFFIDAVIT OF PAYMENT OF CLAIMS 00160-1 I I I I I I I I I I I I I I I . - S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 00170 - CERTIFICATE OF INSURANCE This is to certify that (Insurance Company) of (Address of Insurance Company) has issued policies of insurance, as identified by a policy number to the insured name below, and that such policies are in full force and effect at this time. Furthermore, this is to certify that these policies meet the requirements described in the Special Conditions of this contract; and it's agreed that none of these policies will be canceled or changed so as to affect this Certificate until ten (10) days after written notice of such cancellation or change has been delivered to (Client & Client Address): 1. INSURED: 2. ADDRESS: 3. PROJECT NAME: 4. PROJECT NUMBER: 5. POLICY NUMBER(S): (CONTRACTOR) DATE: (INSURANCE COMPANY) ISSUED AT: AUTHORIZED REPRESENTATIVE: I ADDRESS: !!! CERTIFICATE OF INSURANCE 00170-1 S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County NOTE: Please attach Certificate of Insurance form to this page. CERTIFICATE OF INSURANCE 00170-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Revi..ion Date Augu.t 2001 GENERAL CONDITIONS ARTICLE I..DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. 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. 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. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order-- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents-The Agreement.Addenda (which pertain to the Contract 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 3.3 and 3.5 or after the Effective Date of the Agreement. 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 17.2.1) 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 authorized designees, agents, or employees. Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or GC-1 Page 1 of 53 PAvi.ion Date August 2001 I I I I I I I I I I I I I I I I I I I deficient, 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). 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. 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 Augusta, Georgia. Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division I of the Specifications. Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders. 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. 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. 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 or for a related purpose) before reaching Substantial Completion for all the Work. PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to perform the design and/or resident engineer services for the Work. PROGRAM MANAGER- The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project-The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Project 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 OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM MANAGER 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 GC-2 Page 2 of 53 I I I I I I I I I I I I I I . Revision Date Auqust 2001 or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion-The Work (or a specified part thereo~ 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 Gen~ral 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. 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 incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Work Change Directi\-'e-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 Change Directive 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 Change Directive 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. Written Amendment-A written amendment of the Contract Documents, signed byOWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. GC-3 Page 3 of 53 Revision Dat. Auquat 2001 I I I I I I I I I I I I I I I I I I ARTICLE 2-PRELlMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies .of Documents: 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. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, 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 OWN ER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include 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. GC-4 Page 4 of 53 - - I I I I I I I I I I I I I I . - . iiii - aevUion Oat. Augu.t 2001 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 OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre-construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER, 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 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER 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) calerdar 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 and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER 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. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. ), GC-5 Page 5 of 53 Revi.i.on Oat. August 2001 I I I ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE lntent: I 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. I 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 applicable 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 Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 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 and 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 I Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and co'nditions thereof in one or more of the following ways: I 3.6.2. a Change Order (pursuant to paragraph 10.3), or I I 3.6.1. a formal Written Amendment, 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). GC-6 Page 6 of 53 I I I I I I I I I I I I I I I I I I I I I aevision Date AU.gust 2001 As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of documents: 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 OWN ERSH I P rights in any of the Drawings, Specifications or other documents (or copies of 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. GC-7 Page 7 of 53 Revision Da.te Auqu.t. 2001 I I I I I I I I I I I I I I I I I I I ARTICLE 4-AVAILABILlTY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS A vai/ability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work isto be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. 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. PhysIcal Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: 4.2.2.1. 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 4.2.2_3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 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 giveOWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The OWNER 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 OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine 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 GC-8 Page 8 of 53 I I I I I I I I I I I I I I I I I . . R..vi.ion Date August 2001 provided by the PROFESSIONAL. Physical Conditions-Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S 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. 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 the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence ofthe 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 Con- tract 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. Reference Points: 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. GC-9 Page 9 of 53 Revision Data Auqu.t 2001 I I Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5 OWNER 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. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. I I 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER' shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. I I I I 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 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 deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 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 I I I I Page 10 of 53 I I I GC-10 I I I I I I I I I I I I I Revis.ion Oat. August 2001 ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 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 othE;lrwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also fWnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation 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. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 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. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared 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. CONTRACTOR's Liability Insurance: 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: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; GC-11 Page 11 of 53 Ravi.ion Data Augu.t 2001 I I I I I I I I I I I I I I I I I I 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or 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; 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 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. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or 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, PROGRAM MANAGER, 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 year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability Insurance: 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: 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, PROGRAM MANAGER, 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, GC-12 Page 12 of 53 - I I I I I I I I I I I I I I I I - - - iii Rovi.ior\ Oat.. August 2001 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. 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. 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the 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. 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. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWN ER 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 or 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. GC-13 Page 13 of 53 RevL.ion Date August 2001 I I I I I I I Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing 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 settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing 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: 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 OWN ER 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 notifyOWNER 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 insurance purchased by the other as complying with the Contract Documents. 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 neces- sitated 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 I I I Partial Utilization-Property Insurance: I Indemnification I 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, 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 GC-14 I Page 14 of 53 I I I I I I I I I I I I I I I I I I - ~ . R.vi~ion D&t. ALJ9ust 2001 liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SU BCONTRACTOR, anyone directly or indirectly employed by any of them, or anyore 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. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. GC-15 Page 15 of 53 A.vision Date Au9,ut 2001 I I I I I I I I I I I I I I I I I I I ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supeNise 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. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to sUNey 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 OWN ER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in 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 supeNise 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. Adjusting Progress Schedule: 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. Substitutes or "Or-Equal" Items: GC-16 Page 16 of 53 I I I I il il II il I I I I I I . I . . . . . I - - Revision Oat. Auquat 2001 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the . proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL In evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. 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. 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 evdenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, 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. Concerning Subcontractors, Suppliers and Others: 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. 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 GC-17 Page 17 of 53 J:levi.i.on Dat. AUlJ,at 2001 I I I I I I I I I I I I I I I I I I I submitted to OWNER 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 byfailing 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 re"asonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 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 orfurnishing 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. 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. 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 poicies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use h the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. Laws and Regulations: GC-18 Page 18 of 53 I I I I 'I I I I I I I I I I I I I I I Re....isioD Oat. Auguet 2001 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. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are mntradictory 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 iaws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipnent, 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, orto the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminants 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. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These 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 GC-19 Page 19 of 53 aevi..i.on DAte Auguat 2001 I I I I I I I I I I I I I I I I I I .1 Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety . precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of 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). 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. 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 orOWN ER, 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 Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving 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) GC-20 Page 20 of 53 I I 11 il II 'I I I I I I I I I I I . Rllvision Oat. Aug\ut 2001 days of the occurrence. 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. Shop Drawings and Samples: 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. 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 OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWN ER. 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. 6.24.2. 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. 6.24.3. 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. 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. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from GC-21 Page 21 of 53 Revision Date August 2001 I I I I I I I I I 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 OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. 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 p3rformed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.30. CONTRACTOR shall carry on 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. Cleaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants 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. Page 22 of 53 I I I I I I I I I I Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER 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 PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. In any and all claims against OWNER, PROGRAM MANAGER 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. GC-22 I I II a.vision Cat. Auqust 2001 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. II :1 'I :1 I I I I I I I I I I - GC-23 I I Page 23 of 53 R_vi.ioD Date Auqust 2001 I I I I I I I I I I I I I I I I I I I ARTICLE 7---0THER WORK Related 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 aided OWNERs 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. 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 parts 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 OWN ERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 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 nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GC-24 Page 24 of 53 I II II 11 II I I I I I I I I I I I - Revi.ion Oat. August. 2001 ARTICLE 8---0WNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appoint- ment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWN ER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. GC-25 Page 25 of 53 Revi.ion Date Augus't 2001 I I I I I I I I I I I I I I I I I I I ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, ifthe Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWN ER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project 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. Clarifications and Interpretations: 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 be 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. GC-26 Page 26 of 53 I I I I I I I I I I I I I I I I I I I R.v i. ion Oa t. Auqust 200l Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 12. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. Determinations 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 written decision thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding upon OWN ER and CONTRACTOR, unless, within ten days after the date of any such decision, eitherOWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written 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 to 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 oftime 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 GC-27 Page 27 of 53 R.vision Oa.t. August 2001 I I I I I I I I I I I I I I I I I I I matter. Limitations on PROFESSIONAL's Responsibilities: 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. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. GC-28 Page 28 of 53 I I I I I I I I I I I I I I I !III I . . ,.... R...d.ioll Data Augouat. :Z001 ARTICLE 10.-CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER 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 OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change 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 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, 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 Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWN ER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GC-29 Page 29 of 53 Revieion Oate August 2001 I I I I ARTICLE ii-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. Page 30 of 53 I I I I I I I I I I I I I 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 PROFESS IONAl 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 ior adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if. not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price 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. 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. 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. 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions GC-30 I I I I I I I I I I I I I I I I I - iiii - . - - . . R_vi.ion Oat. August 2001 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 OWN ER. 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. Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as 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: 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. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, 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. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC- TOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machin- ery, 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 GC-31 Page 31 of 53 .1 I Reviaion Date Auqust 2001 which remain the property of CONTRACTOR. I 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of 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 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. I I 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or any- one directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. I 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. I I 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. I 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 with the Work. 11.5. The term Cost of the Work shall not include any of the following: I I I 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, 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 administra- tion 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 11.4.4-all of which are to be considered administrative costs covered by CONTRACTOR's Fee. I 11.5.2. Expenses of CONTRACTOR's principal area branch offices other then CONTRACTOR's office at the site. I 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital GC-32 I Page 32 of 53 I I I I I I II I I I I I I il il . - . I I - i - Revision Date August 2001 used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.504. 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 1104.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11 A. CONTRACTOR's Fee: 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 1104.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen percent, 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, 11.3, 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 1104.4, 11.4.5 and 11.6.2.4. the amount of credit to be allowed by CONTRACTOR toOWNER 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 CONTRAC- TOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in CON- . TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether an increase or GC-33 Page 33 of 53 I Reviaion Cllto August 2001 I 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 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: I I I Cash Allowances: , 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 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 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 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 i'tems 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 Unit Price Work: 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. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. I I I Page 34 of 53 I I GC-34 I I I I I I I I I I I I I I I I - - - = . - - Revi.ion Oat. Auqust 2001 ARTICLE 12--CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to. PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed byOWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWN ER 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 oithe 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. GC-35 Page 35 of 53 RevisioD Date Al.lguat 2001 I I I I I I I I I I I I I I I I I I ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspecTIons, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of theWork and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR will fumish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. All inspections, tests or approvals other than those required by 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). 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. GC-36 Page 36 of 53 I I I I I I I I I I I I I I I . . . iiii . - . . I i..vi_ion Data Auguat 2001 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any 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. 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, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWN ER 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. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost toOWNER 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, 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. GC-37 Page 37 of 53 aevision Date August 2001 I I I I I I I I I I I I I I I I I I I One Year Correction Period: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract 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. Acceptance of Defective 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, 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 engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWN ER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed 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 seNices 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 orforwhichOWNERhas paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allowOWNER, 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 engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of GC-38 Page 38 of 53 I ;1 II ~I l I .1 ,I I I I I I I I I I . iiii ,.... - . . - R.vi.ion Date August 2001 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. Neglected Work by CONTRACTOR 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 orderto putthe 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. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedue, all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. GC-39 Page 39 of 53 Revis ion Date Auqust 2001 I I I I I I I I I I I I I I I I I I I ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 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. Application for Progress Payment: 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other 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 OWN ER. Payment is subject to a ten percent (10%) retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (1 O) 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. 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 GC-40 Page 40 of 53 I I :1 il II I I I I I I I I I I I I I . levis ion Da to August 2001 the amount recommended. However, by recommending arry 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. 14.6. PROFESSIONAL's recommendation offinal payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such 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: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of PROFESSIONAL's aCtual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to . PROFESSIONAL) stating the reasons for such action. Substantial Completion: 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 con- sider 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 GC-41 Page 41 of 53 Revision Data Auguat 2001 I I I I I I I I I I I I I I I I I I I 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. 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. 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 interlerence with CONTRACTOR's perlormance ofthe remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permitOWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- TRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR consklers 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 of 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. 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permitOWNER 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 PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing 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 GC-42 Page 42 of 53 I I I I I I I I I I I 'I I I I . . - . - - - I - iiii iiii - aevision Da.te August 2001 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 ofthe Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon 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 defciencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIa-.JAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWN ER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that 0) 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. 14.12.1. No application for final payment will be accepted by OWNER until approved as-built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. 14.12.2. Notwithstanding any other 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. GC-43 Page 43 of 53 :It.vi.ion Data August 2001 I I I I I I I I I I I I I I I I 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. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL's review ofthe final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PAJFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due for that portion of the. Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if bonds have been furnished as required in Article 5, the written consent of the 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. CONTRACTOR's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of ,all claims by OWNER against CONTRACTOR, except claims arising from GC-44 Page 44 of 53 I I I I I BAivi.ion Data Augu.t 2001 unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR againstOWNER other than those previously made in writing and still unsettled. I I I I I I I I - I . - - - . - - GC-45 Page 45 of 53 - Revi.ion Date Auqu.t 1001 I I I I I I I I I I I I I I I I I I I ARTICLE 15--SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of anyone or more of the following events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents 0ncluding, 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); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Doell- ments, OWNER may, after giving CONTRACTOR (and the surety, ifthere 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 GC-46 Page 46 of 53 I I I I I I I I I I I I I I I - = - Revi.ion Oat. August 2001 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 OWN ER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. if such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. 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. 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. Termination for Convenience 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSiONAL,OWNER may, without cause and without prejudice to any other right or remedy of OWN ER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated byOWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 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 GC-47 Page 47 of 53 Revi..i.on DlI.te Auqus't 2001 I I I I I I I I I I I I I I I I I I I written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of 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 Time 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 carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. . GC-48 Page 48 of 53 I I I I I I I I I I I I I . - . - - . - - I p.&vision Dllt. AugU.1: 2001 ARTICLE 16--D1SPUTE 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 toOWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and 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. GC-49 Page 49 of 53 Revia ion Da te Auqust 2001 I I I I ARTICLE 17-MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. I Computation of Time: General: I I I 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 h'oliday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. 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 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. I I 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 GC-50 Page 50 of 53 I I 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions I . - I I I I I I I I I I I I I I I I . . - I - Revilion Da.te AU9\ut 2001 of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan will include a list of key personnel with 24-hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. GC-51 Page 51 of 53 I Revi. ion Da't.. J..uqust 2001 I I I I 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is CH2M HILL,360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWN ER and / or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. I I I I For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work I I I I I I The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. GC-52 5".2- Page 52 of~ I I I I I I I I I I I I I I I I I I ii - - - S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County / Revised 10/02 SECTION 01002 - SPECIAL CONDITIONS 1.01 SCOPE OF THE WORK: A. The work to be done consists of providing all plant, labor, fixtures, equipment, materials and supplies and performing all operations in full compliance with the Plims and Specifications and including the placing of the entire project into satisfactory operation. 1.02 GENERAL CONDITIONS: A. The General Conditions of the Construction Contract shall apply to all work in this Contract except as olherwise specified in these Special Conditions. Requirements of these Special Conditions supersede those of the General Conditions. 1.03 COMMENCEMENT AND COMPLETION: A. The Contractor shall agree to commence work under this contract within ten (10) calendar days after the Notice to Proceed is issued, and shall complete all work within the number of calendar days indicated in the Agreement after the 10-day period. The contract time includes allowances for normal amounts of inclement weather. Extensions of time shall be granted only because of abnormal weather. conditions or other conditions outlined in Article 12 of the General Conditions. All requests for time extension shall be made in writing to the Engineer not more than fifte~n (15) days after the occurrence at-the delay. Otherwise, no extension will be granted during the life of the contract for such delay. B. If the Contractor fails to prosecute the work with such diligence as will insure the completion of each portion of the work within the time shown on the above schedule, plus any extensions made in accordance with the General Conditions; and if the Owner does not exercise his reservations as set. forth in the General Conditions, the Contractor shall continue the work, in which event the actual damages for the delay will be impossible to determine and in lieu thereof the Contractor shall pay to the Owner as fixed, agrees and liquidated damages for each calendar day of delay until the work is completed or accepted. 1.04 CONTRACTORS INSURANCE A. Liabinty. The Contractor shall maintain such insurance as will protect him from claims under workmen's compensation acts and from any other claims for damages to property, and for personal injury, including death, which may arise from operations under this contract, whether such operations be by himself or by any sub-contractor or anyone directly or indirectly employed by either of them. Certificates of such insurance shall be filed with the Owner, and shall be SPECIAL COND!TJONS 01002-1 S&P Project No. G124 01 01 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County Revised 10/02 I I I I I I I I I I I I I I I I I I I subject to his approval for adequacy of protection. The Contractor shall be responsible for providing adequate limits of insurance when working within property owned by railroads, as established by such railroad company. B. Indemnity. The Contractor shall indemnify and save harmless, the Owner from and against all losses and all claims, demands, payment, suits, actions, recoveries, and judgments of every nature and description brought or recovered against him by reason of any act or omission of the said Contractor, his agents or employees, in execution of the work or in the guarding of it. *The limits of insurance are as \ollows: Comprehensive General Liability - ......................$1 ,000,000 per occurrence,$2,000,000 policy covering bodily injury and property damage including premises, operations, products, and completed Operations aggregate Automobile Liability - policy covering injury and property damage $1,000,000 Umbrella Policy............. .................. ..$1 ,000,000 Builders Risk............ ..................... ..$Amount of Contract *Contractors Liability Insurance shall be effective for the duration of the work as described in the contract documents, including authorized change orders, plus any period of guarantee. 1.05 PLANS: Following are the Plans which form a part of this Contract: Sheet No. CO C1 D1 M1 S1 E1 E2 Title Cover Sheet and Index of Drawings Location Map, Site Plan and Site Details Demolition - Plan and Sections New Pump Installation - Plan and Sections Control Room - Plan, Sections and Details Electrical Plans One Line Diagram 1.06 CONTRACTOR'S REQUEST FOR PARTIAL PAYMENT: A. To expedite the approval of requests for partial payment, the Contractor shall submit with his request the following information: a) A coPy of the Progress Schedule marked to indicate the work actually accomplished. SPECIAL CONDITIONS 01002-2 I :1 II 11 I ~I ~I !I 11 il II I I I i - . - . S&P Project No. G124 01 01 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County Revised 10/02 b) An itemized list of materials stored for which payment is being claimed. This list shall be accompanied by the suppliers' invoices indicating the materials costs. Payment for materials stored shall be subject to the same retainage provisions as for work completed. c) An outline of time lost because of any event giving rise to a request for an extension of contract time. 1.07 CONSTRUCTION DOCUMENTS: A. The Bidder to whom the contract is awarded will be provided a total of six (6) extra sets of project drawings and specifications at no cost to the Contractor. All requested additional sets will be provided and the Contractor billed for the actual costs of printing and mailing. B. The Contractor shall keep one (1) record copy of all Specifications, Drawings, Addenda, Modifications and Shop Drawings at the site, in good order and annotated to show all changes made during the construction process. These shall be available to the Engineer and shall be delivered to him for the Owner upon completion of the Project. C. At the completion of the project and before final payment is made by the Owner, the Contractor shall furnish the Engineer a clean and accurate set of record drawings that will include the location of all valves, piping, structures and equipment installed. Final payment will not be made until the quantities and items of work have been completed and accepted by the Engineer and Owner. 1.08 "OR EQUAL" CLAUSE: A. Although the plans and specifications made reference to particular manufacturers and model numbers for various products, such reference is made only to establish function and quality of such products. If it is desired to use materials or equipment of trade names or of manufacturer's names which are different from those mentioned in the contract documents, application for the approval of the use of the specified materials or the specified items of equipment as manufactured by firms other than those named in the Contract Documents, must reach the hands of the Engineer at least ten (10) days prior to the date set for the opening of bids. The burden of proving equivalent of a proposed substitute to an item designated by trade name or by manufacturer's name in the Contract Document rests on the party submitting the request for approval. The written application for approval of a proposed substitute must be accompanied by technical data which the party requesting approval desires to submit in support of his application. The Engineer will give consideration to reports from reputable independent testing laboratories, verified experience records showing the reputation of the proposed product with previous users, or any other written information that is reasonable in the circumstances. The application to the Engineer for approval of a proposed substitute must be SPECIAL COND1'flONS 01002-3 SPECIAL CONDITIONS 01002-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2M Street Pump Station Augusta-Richmond County Revised 10/02 accompanied by a schedule setting forth in what respects the material or equipment submitted for consideration differs from the materials or equipment designated in the Contract Documents. The degree of proof required for approval of a proposed substitute as equivalent to a named product is the amount of proof necessary to convince the Engineer beyond all doubt. To be acceptable, a proposed substitute must, in addition, meet or exceed all express requirements of the Contract Documents. B. If submittal is approved by the Engineer, an addendum will be issued to all prospective bidders at least seven (7) days prior to the date set for the opening of bids. Unless requests for changes are received and approvals are published by addendum in accordance with the above procedure, the successful bidder shall be held responsible for furnishing items and materials of the trade names or manufacturer's names called for in the specifications. The Engineer shall be the final judge on questions of equivalence. 1.09 SAFETY AND HEALTH REGULATIONS: A. 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 (PL 91-596) and under Section 107 of the Contract Work and Safety Standards Act (PL 91-54). The regulations are administered by the Department of Labor and the Contractor shall allow access to the Project to' personnel from that Department. 1.10 USE OF CHEMICALS: A. All chemicals used during construction or furnished for project operation whether herbicide, pesticide, disinfectant, polymer, reactant or other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with instructions. 1.11 ENVIRONMENTAL IMPACT: A. The Contractor shall conduct all operations so as to minimize to the greatest extend possible adverse environmental impact. a) Noise: All equipment and machines shall be provided with exhaust mufflers maintained in good working order so as to reduce operating noise to minimum levels. In addition, operation of equipment and machinery shall be limited to daylight hours, except with the permission of the Engineer, based on critical need for the operation. b) DusVSmoke: All equipment movements shall be accompanied by a minimum of dust. Traveled surfaces and earthwork shall be maintained in a I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of z-:t StreerPump Station Augusta-Richmond County Revised 10/02 moist condition to avoid the generation of dust or the airborne movement of particulate matter under all prevailing atmospheric conditions. Burning operations will be conducted only with the Engineer's written permission. The Contractor shall be responsible for obtaining all permits and complying with all codes, ordinances and regulations pertaining to the burning. c) Traffic: Trucks carrying spoil, fill, concrete or other material shall be routed over roads which will result in the least effect on traffic and nuisance to the public. All material shall be loaded in a manner which will preclude the loss of any portion of the load in transit, including covering, if necessary. d) Siltation and Erosion: The Contractor shall perform his work to minimize siltation and erosion during construction. Measures shall be taken promptly to eliminate siltation and erosion, including the installation of dams, detention basins, and other retaining devices. The Contractor shall conduct operations and maintain the work in such condition that adequate drainage shall be in effect at all times. 1.12 EXISTING UTILITIES: A. The existence and location of underground utilities will be investigated and verified in the field by the Contractor before starting work. The location of all known mterferencesbased on the best information available has been shown on the drawings, but this information may not be complete. B. Water lines and gas lines and appurtenances and sewer lines uncovered by the Contractor shall be protected and kept in service by.the Contractor and the Contractor shall notify the appropriate utility or City or County Departments that the line has been or will be uncovered. The Contractor shall use adequate braces and slings or other appropriate methods to keep the lines in service, and any repairs made necessary by his operation shall be made at the Contractor's expense. Extreme caution shall be exercised when equipment is being moved or work is being performed under and around existing utility facilities, especially gas. C. The Contractor shall familiarize himself with and comply with the provisions of I Ga. L. 1969, P. 50, codified in Ga. Code Ann., Ch. 92A-13. D. If any utility lines, pipes, facilities, or structures are damaged or broken by the operations of the Contractor as a result of being disturbed, exposed or unsupported, the Contractor shall be responsible for the complete and prompt restoration of the same and shall hold the City harmless from any claims or causes or action for damage and for any liability which may arise therefrom. E. The Contractor is responsible for coordinating with the utility companies any relocation, adiustment or replacement of utilitv facilities. SPECIAL GONOIT1ONS . 01002-5 SPECIAL CONDITIONS 01002-6 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilttation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 1.13 MANUFACTURING EXPERIENCE: A. In lieu of the manufacturing experience required by the Technical Provisions hereinafter, the manufacturer or supplier may submit a bond or cash deposit which will guarantee replacement of equipment or materials in case of failure. The bond or deposit will be retained by the Owner for the length of time stated in the manufacturing experience clause. 1.14 PRESERVATION AND RESTORATION: A. The Contractor shall use every precaution to prevent damage or destruction of buildings, poles and shrubbery. He shall protect and carefully preserve from disturbance and damage all survey land monuments and property markers until an authorized agent has witnessed or otherwise referenced their location and such monuments and markers shall be properly and accurately restored at no cost to the Owner. B. When direct or indirect damage or injury is done to public or private property by the Contractor, he shall restore, at his own expense, such property to a condition similar or equal to that existing before the damage was done, by repairing or otherwise restoring, or he shall make good such damage in an acceptable manner. All restoration by the Contractor shall be accomplished as soon as construction in the disturbed area is complete. C. Throughout the performance of the work, the Contractor shall construct and adequately maintain suitable and safe crossings over the trenches and such detours as are necessary to care for public and private traffic. The material excavated from trenches shall be deposited in such manner as shall give as little inconvenience as possible to the traveling public, to adjoining property owners, to other contractors, or to the Owner. D. Prior to commencing work on private property, the Contractor shall contact the Owner and/or occupant two (2) days in advance of the time work will commence. E. The Contractor shall keep the premises, rights-of-way and adjacent property free from accumulations of waste materials, rubbish and other debris resulting from the work, and progressively as the work is completed he shall remove all waste materials, rubbish and debris from and about the work areas as well as all tools, construction equipment and machinery, and surplus materials, and shall leave the site clean. Prior to approval of a request for partial payment, the Contractor shall clean-up the work areas where construction has been performed during the period for which payment is requested. F. When the work involves the laying of utility lines across grassed areas, streets, sidewalks, and other paved areas, it shall be the responsibility of the Contractor to restore such areas to their original sound condition using construction I I I I I I il II il il II il II . . I I . - S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 techniques and materials which are the same as existing. In the case of planted areas, Contractor shall maintain the restoration work until positive growth has evidenced. G. In case of dispute, the Owner may remove the rubbish and surplus materials or perform restoration work and charge the cost of the Contractor. 2.01 BY-PASSING PUMPING: A. The Contractor shall arrange his work schedule to minimize bypassing of any wastewater during construction. Any bypassing under this Contract must have prior approval of the Engineer and Augusta-Richmond County. B. Bypassing plans and supporting calculations must be submitted to the Engineer for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. C. Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. . 2.02 LAWS AND REGULATIONS: A. The Contractor shall comply with all City, County, State and Federal laws applicable to the work. 3.01 LAYOUT OF WORK: A. Control lines and master benchmarks will be furnished by the Engineer. The Contractor will layout his own work and be responsible to all measuring in connection therewith. 3.02 TESTS: A. Before acceptance of the whole or any part of the work, it shall be subject to tests to determine that the accomplished work is in accordance with the plans and specifications. The Contractor shall be required to maintain all work in a first-class condition for a 30-day operating period after the same has been completed as a whole and the Engineer has notified the Contractor in working that the work has been finished to his satisfaction. The retained percentage as provided herein will not be due or payable to the Contractor until after the 30- day operating period has expired. B. No portion of the work will be accepted for partial or final payment until tests prove it has been satisfactorily completed. All such tests shall be documented, SPECIAL CONDITIONS 01002-7 SPECIAL CONDITIONS 01002-8 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County Revised 10/02 signed by the person conducting the tests and the resident inspector, and approved by the Engineer prior to payment. 3.03 ENGINEER: A. Whenever the word "Engineer" is used in this contract, it shall be understood as referring to the Engineer of the Owner, or such other Engineer, supervisor or inspector as may be authorized by said Owner to act in any particular. 3.04 OMISSIONS: A. The drawings and specifications shall both be considered as a part of the Contract. Any work and material shown in one and omitted in the other, or described in the one and not shown in the other, or which may fairly be implied by both or either, shall be furnished and performed as though shown in both, in order to give a complete and first class job. 3.05 WATER AND ELECTRICITY: A. All water and electricity required by the Contractor shall be furnished at his own expense. Before final acceptance all temporary water and electric lines installed by the Contractor shall be removed. 3.06 PROGRESS SCHEDULE: A. Before starting any work, the Contractor shall deliver to the Engineer for review an estimated progress schedule indicating the starting and completion dates and locations of the various stages of the work. The schedule shall be in a bar graph from suitable for periodic updating to show actual work completed. B. At the beginning of each work week, the contractor's superintendent shall provide the Owner's authorized representative with a schedule of activities planned for that week. 3.07 PROJECT COMPLETION: A. After the Contractor has satisfied himself that all work is complete in accordance with the Contract plans and specifications, he shall request a final inspection. The request for final inspection must be made in writing and within the allotted contract time. For scheduling purposes, the Contractor must notify the Owner and Engineer a minimum of seventy-two (72) hours in advance of the final inspection. When a final inspection is requested by the Contractor, it is assumed by the Owner and Engineer that the Contractor has completed all work in accordance with the plans and specifications. Should an extensive punch list develop, it will be assumed that the Contractor has not prepared for a final inspection, and the inspection will be terminated and re-scheduled. Immediately after a satisfactory final inspection has been performed, a final I I I I I I I I I I I I I I ;; . - S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10/02 punch list of items to be performed by the Contractor will be developed by the Engineer. The Contractor shall complete the items contained on the punch list within the allotted contract item. Should the Contractor fail to complete all punch list items within the allotted contract time or approved time extensions, liquidated damages will be assessed. . B. After the punch list is completed, the Contractor shall submit a final bill to the City. If the Contractor does not submit a final bill within thirty (30) days, the City will notify the Contractor that the Contractor has thirty (30) more days in which to submit a final bill. The Contract will be closed and no payment will be due to . the Contractor sixty (60) days after the punch list is complete and notification by the City as per above. 3.08 GUARANTY: A. The Guaranty Period shall begin on the date of final completion as stated in the General Conditions. 3.09 PERMITS AND EASEMENT: A. The Contractor shall be responsible for meeting the requirements for the use of the easements and permits, including any insurance requirements. If the Contractor requires additional easements or permits for delivery and storage of materials and equipment, for access of his equipment, for handling of materials, or for other reasons of his convenience, it shall be his responsibility to obtain these and he shall bear any costs in connection therewith. END OF SECTION 01002 SPECIAL CONDITIONS 01002-9 I I I I I I I I I I I I I I . . S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 SECTION 01150 - MEASUREMENT AND PAYMENT 1.01 SCOPE: A. Under this heading shall be included the methods of measurement and payment for items of work under this Contract. 1.02 ESTIMATED QUANTITIES: A. All estimated quantities for unit price items, stipulated in the BID PROPOSAL or other Contract Documents, are approximate and are to be used as a basis for estimating the probable cost of the work and for comparing the bids submitted for the Project. The actual amounts of work done and materials furnished under price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and material furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts included in the BID PROPOSAL. The Contractor will not be paid for any work which exceeds 25 percent of the quantity set forth in the Bid Schedule without a change order issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. . 1.03 PUMPS, CONTROLS AND APPURTENANCES A. ITEM NOS. 1 & 10- SalvaQe of Existing Pumps & Comminuter to Owner: Payment for this item is for removing existing pumps, motors and appurtenances, and the existing com minuter, and turning over all items removed to the Augusta Utilities Department. Payment shall be on a lump sum basis and is for all labor, material and equipment necessary to meet the requirements. B. ITEM NOS. 2. 8 & 11 - Pump Room, Control Room & Wet Well Demolition: Payment for this item is for demolition of the existing structures, foundations, piping, pumps, and appurtenances as shown on the plans; and as specified in Section 02050. Payment shall be on a lump sum basis and is for all labor, material and equipment necessary to meet the requirements. C. ITEM NOS. 3 & 4 - Furnish and Install New Pumps & Motors: Payment for this item is for furnishing and installing new 150HP pumps and a 40HP motor as indicated on the plans and in the' construction specifications. Payment shall be on a lump sum basis and is for all labor, material and equipment necessary to meet the requirements. MEASUREMENT AND PAYMENT 01150-1 S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 I I I I I I I I I I I I I I I I I I D. ITEM NO.7 - Electrical and Controls: Payment for this item is for installation and circuit of all electrical and control work as shown on the plans and required in the construction specifications. Payment shall be on a lump sum basis and is for all labor, material and equipment necessary to meet the requirements. E. ITEM NO.9 - Building Modifications and Trollev Rails: Payment for this item is for modifying the building and installing trolley rails as shown on the plans and as required per the construction specifications. Payment shall be on a lump sum basis and is for all labor, material and equipment necessary to meet the requirements. F. ITEM NOS. 12 & 13 - Furnish and Install New Channel Grinder. IncI. Grinder Electrics and Controls: Payment for this item is for furnishing and installing a new drum screening system with grinder, and associated electrics and controls, as shown on the plans and indicated in the construction specifications. Payment shall be on a lump sum basis and is for all labor, material and equipment necessary to meet the requirements. G. ITEM NO. 14 - Furnish and Install (2) Electric Hoists: Payment for this item is for furnishing and installing electric hoists and associated controls as shown on the plans and indicated in the construction specifications. Payment shall be on a lump sum basis and is for all labor, material, and equipment necessary to meet the requirements. H. ITEM NO. 15 - Furnish and Install Sump Pump: Payment for this item is for furnishing and installing sump pump and discharge piping as indicated on the plans and required in the construction specifications. Payment shall be on a lump sum basis and is for all labor, material, and equipment necessary to meet the requirements. 1.04 MISCELLANEOUS CONSTRUCTION ELEMENTS A. ITEM NO.5 - Miscellaneous Pipinq: Payment for this item is for furnishing and installing piping (various sizes and materials) required to complete construction in accordance with the plans and specifications, and for approval by the Augusta Utilities Department. Payment shall be on a lump sum basis and is for all labor, material and equipment necessary to meet the requirements. MEASUREMENT AND PAYMENT '01150-2 . . - I I I I il !I II I II II II II ;1 . - I . . sap Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 B. ITEM NO.6 - Miscellaneous Pump Room Concrete: Payment for this item is for pouring and placing concrete where shown on the plans and where required for approval by the Augusta Utilities Department at completion of the project. Payment shall be on a lump sum basis and is for all labor, material and equipment necessary to meet the requirements. C. ITEM NO. 16 - Station BY-Passing As Required: Payment for this item is for providing for pump station bypass as required to construct all items shown on the plans, and as required during construction by the Augusta Utilities Department. Payment shall be on a lump sum basis and is for all labor, material and equipment necessary to meet the requirements. D. ITEM NO. 17 - Performance and Payment Bonds: Payment for performance and payment bonds shall be at the lump sum price in the Bid Proposal. 1.05 TOTAL OF CONSTRUCTION The Bidder shall fill in the appropriate total, which shall be used as the basis for comparison of bids. The Owner reserves the right to award the Contract in the best interest of the Owner. The total Contract amounts will be determined upon completion of the project using the quantities actually incorporated into the pro- ject corresponding to the lump sum amounts in the BID PROPOSAL. Payment shall be considered to cover the cost of all labor, supervision, material, equipment and performing all operations necessary to complete the work in place. The items listed in the proposal shall be considered as sufficient to complete the work in accordance with the Plans and Specifications; incidental items of work not listed in the bid form shall be a part of the item with which it is associated and shall be included in the cost of the unit shown on the bid form. END OF SECTION 01150 MEASUREMENT AND PAYMENT 01150-3 I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 01730 - OPERATING AND MAINTENANCE INFORMATION PART 1 - GENERAL 1.01 SCOPE: Where specified, operating and maintenance information shall be provided and shall consist of the names and addresses of the manufacturer, the nearest representative of the manufacturer, and the nearest supplier of the manufacturer's equipment and parts. O&M instructions must be submitted and accepted prior to equipment start-up. In addition, one or more of the following items of information shall be provided when specified. A. LUBRICATION INFORMATION: This shall consist of the manufacturer's recommendations regarding the lubricants to be used and the lubrication schedule to be followed. B. CONTROL DIAGRAMS: Diagrams shall show internal and connection wiring. C. START-UP PROCEDURES: These instructions consist of equipment manufacturer's recommendations for installation, adjustment, calibration, and troubleshooting. D. OPERATING PROCEDURES: These instructions consist of the equipment manufacturer's recommended step-by- step procedures for starting, operating, and stopping the equipment under specified modes of operation. E. PREVENTATIVE MAINTENANCE PROCEDURES: These instructions consist of the equipment manufacturer's recommended steps and schedules for maintaining the equipment. F. OVERHAUL INSTRUCTIONS: These instructions consist of the manufacturer's directions for the disassembly, repair and reassembly of the equipment and any safety precautions that must be observed while performing the work. OPERATION AND MAINTENANCE INFORMATION 01730-1 I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County G. PARTS LIST: This list consists of the generic title and identification number of each component part of the equipment. H. SPARE PARTS LIST: This list consists of the manufacturer's recommendations of number of parts which should be stored by the Owner and any special storage precautions which may be required. Recommended prices of spare parts should be included. I. EXPLODED VIEW: Exploded or cut views of equipment shall be provided if available as a standard item of the manufacturer's information. When exploded or cut views are not available, plan and section views shall be provided with detailed call outs. J. SPECIFIC INFORMATION: Where items of information not included in the above list are required, they will be provided as described in the specification for the equipment. 2~01 TRANSMITTAL PROCEDURE: Five copies of the specified operating and maintenance information shall be provided. For ease of identification, each manufacturer's brochure and manual shall be appropriately labeled with the equipment name and equipment number as it appears in the project manual. The information shall be organized in the binders in numerical order by the equipment numbers assigned in the project manual. The binders shall be provided with a table of contents and tab sheets to permit easy location of desired information. Binders shall be three-ring binders. If manufacturer's standard brochures and manuals are used to describe operating and maintenance procedures, such brochures and manuals shall be modified to reflect only the model or series of equipment used on this project. Extraneous material shall be crossed out neatly or otherwise annotated or eliminated. 3.01 PAYMENT: Acceptable operating and maintenance information shall be delivered to the Engineer before the Contractor will be paid for more than 50 perc~nt of the purchase value of the equipment. Purchase value shall be the net price for the equipment as given on the invoice. Acceptable operating and maintenance information for the project must be delivered to the Engineer prior to the project being 75 percent complete. Progress payments for work in excess of 75 percent completion will not be made until the specified acceptable operating and maintenance information has been delivered to the Engineer. OPERATION AND MAINTENANCE INFORMATION 01730-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Rlct]mond County 4.01 FIELD CHANGES: Following the acceptable installation and operation of an equipment item, the item's instructions and procedures shall be modified and supplemented by the Contractor to reflect any field changes or information requiring data. END OF SECTION .01730 OPERATION AND MAINTENANCE INFORMATION 01730-3 I I I I I I I I I I I I I I I I - - S&P Project No. G 124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 01800 - SUBMITTALS 1.01 GENERAL: Submittals covered by these requirements include manufacturers' information, shop drawings, test procedures, test results, samples, requests for substitutions, and miscellaneous work-related submittals. Submittals shall also include, but not be limited to, all mechanical, electrical and electronic equipment and systems, materials, reinforcing steel, fabricated items, and piping and conduit details. The Contractor shall furnish all drawings, specifications, descriptive data, certificates, samples, tests, methods, schedules, and manufacturer's installation and other instructions as specifically required in the Project Manual to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the contract documents. 2.01 CONTRACTOR'S RESPONSIBILITIES: The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall certify that all features of all products conform to the specified requirements. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment, which are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall ensure that there is no conflict in each case where his submittal may affect the work of another contractor or the Owner. The Contractor shall coordinate submittals among his subcontractors and suppliers. The Contractor shall coordinate submittals with the work so that work will not be delayed. He shall coordinate and schedule different categories of submittals, so that one will not be delayed for lack of coordination with another. No extension of time will be allowed because of failure to properly schedule submittals. The Contractor shall not proceed with work related to a submittal unit the submittal process is complete. This requires that submittals for review and comment shall be returned to the Contractor stamped No Exceptions Taken or Make Corrections Noted. The Contractor shall certify on each submittal document that he has reviewed the submittal, verified field conditions, and complied with the contract documents. The Contractor may authorize in writing a material or equipment supplier to deal directly with the Engineer or with the Owner with regard to a submittal. These dealings shall be limited to contract interpretations to clarify and expedite the work. SUBMITTALS 01800-1 S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3.01 CATEGORIES OF SUBMITTALS: A. GENERAL: Submittals fall into two general categories, submittals for review and comment, and submittals which are primarily for information only. Submittals which are for information only are generally specified as PRODUCT DATA in Part 2 of applicable specification sections. B. SUBMITTALS FOR REVIEW AND COMMENT: All submittals except where specified to be submitted as product data for information only shall be submitted by the Contractor to the Engineer for review and comment. C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY: Where specified, the Contractor shall furnish submittals (product data) to the Engineer for information only. Submittal requirements for operation and maintenance manuals, which are included in this category, are specified in Section 01730. 4.01 TRANSMITTAL PROCEDURE: A. GENERAL: Unless otherwise specified, submittals regarding material and equipment shall be accompanied by Transmittal Form 01800-A following this section. Submittals for operation and maintenance manuals, information and data shall be accompanied by Transmittal Form 01800-B following this section. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittal documents common to more than one piece of equipment shall be identified with all the appropriate equipment numbers. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX"; where "XXX" is the sequential number assigned by the Contractor. Resubmittals shall have the following format: "XXX-Y"; where "XXX" is the originally assigned submittal number and "y" is a sequential letter assigned for resubmittals, i.e., A, G, or C being the first, second, and third resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of submittal 25. B. DEVIATION FROM CONTRACT: SUBMITTALS 01800-2 I I I I I I I I I I I I I I I I I I I I I I I il il II I il il I !I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County If the Contractor proposed to provide material, equipment, or method of work which deviates from the project manual, he shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. C. SUBMITTAL COMPLETENESS: Submittals which do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. 5.01 REVIEW PROCEDURE: A. GENERAL: Submittals are specified for those features and characteristics of materials, equipment, and methods of operation which can be selected based on the Contractor's judgment of -their conformance to the specified requirements. Other features and characteristics are specified in a manner which enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform as specified. Review shall not extend to means, methods, techniques, sequences or procedures of construction, or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the project manual) or to safety precautions or programs incident thereto. Review of a separate item, as such, will not indicate approval of the assembly in which the item functions. When the contract documents require a submittal, the Contractor shall submit the specified information as follows: 1. Six copies of all submitted information shall be transmitted with submittals for review and comment. 2. Unless otherwise specified, five copies of all submitted information shall be transmitted with submittals (product data) for information only. . . B. SUBMITTALS FOR REVIEW AND COMMENT: - - - Unless otherwise specified, within thirty (30) calendar days after receipt of a submittal for review and comment, the Engineer shall review the submittal and return two copies to the Contractor. The returned submittal shall indicate one of the following actions: .... 1. If the review indicates that the material, equipment or work method complies with the project manual, submittal copies will be marked No Exception Taken. In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. - SUBMITTALS 01800-3 S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 2. If the review indicates limited corrections are required, copies will be marked Make Corrections Noted. The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in O&M data, a corrected copy shall be provided. 3. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked Revise and Resubmit. Except at his own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either No Exception Taken or Make Corrections Noted. 4. If the review indicates that the material, equipment, or work method does not comply with the project manual, copies of the submittal will be marked Rejected. Submittals with deviations which have not been identified clearly may be rejected. Except at his own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either No Exception Taken or Make Corrections Noted. C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY: Such information is not subject to submittal review procedures and shall be provided as part of the work under this contract and its acceptability determined under normal inspection procedures. 6.01 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS: Review of contract drawings, methods of work, or information regarding materials or equipment the Contractor proposed to provide, shall not relieve the Contractor of his responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer or the Owner, or by any officer or employee thereof, and the Contractor shall have no claim under the contract on account of the failure, or partial failure, of the method of work, material, or equipment so reviewed. A mark of No Exception Taken or Make Corrections Noted shall mean that the Owner has no objection to the Contractor, upon his own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. END OF SECTION 01800 SUBMITTALS 01800-4 I I I I I I I I I I I I I I I I I I I I I I I I I 'I 01800-A SUBMITTAL TRANSMITTAL FORM DATE: TO: SUBMITTAL NO.: CONTRACT NO.: SPEC. SECTION: FROM: ATTENTION: THE FOLLOWING MATERIAL IS TRANSMITTED FOR SUBMITTAL REVIEW NO. DATE COPIES DESCRIPTION/EQUIPMENT NO. I WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE SPECIFICATIONS: I o with no exceptions o except for the following deviations NO. DEVIATION I I I I I I CONTRACTOR'S SIGNATURE o NO EXCEPTION 0 MAKE CORRECTIONS TAKEN NOTED o REJECTED 0 REVISE AND RESUBMIT Checking Is only for general confonnance with the design concept of the project and general compliance with the information given In the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for: Dimensions which shall be confinned and correlated at the job site; fabrication processes and techniques of construction;, coordination of his work with that of any other trades and the satisfactory performance of his work. I STEVENSON & PALMER ENGINEERING, INC. Date: By: I I I I I I I I I I I I I I I I I I I I 01800-8 PRODUCT DATA TRANSMITTAL FORM DATE: TO: PRODUCT DATA NO.: CONTRACT NO.: SPEC. SECTION: FROM: ATTENTION: NO. THE FOLLOWING MATERIAL IS TRANSMITTED AS PRODUCT DATA DATE COPIES DESCRIPTION/EQUIPMENT NO. WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE SPECIFICATIONS. CONTRACTOR: SIGNATURE TITLE I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump StatIon Augusta-Richmond County SECTION 02050 - DEMOLITION PART 1 - GENERAL: 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. Extent of demolition work is indicated on drawings. Demolition includes all operations necessary for demolition of the existing structures, foundations, piping, pumps and appurtenances as shown. 1.03 SUBMITTALS: A. Schedule: Submit schedule indicating proposed methods and sequence of operations for demolition work to Owner's Representative for review prior to commencement of work. Include coordination for shut-off, capping, and continuation of utility services as required, together with details for dust and noise control protection as required. The procedures shall provide for safe conduct of the work, careful removal and disposition of materials specified to be salvaged, protection of property which is to remain undisturbed, coordination with other work in progress, and timely disconnection of utility services. The submittal shall include a detailed description of the methods and equipment to be used for each operation, and the sequence of operation. Provide detailed sequence of demolition and removal work to ensure uninterrupted progress of Owner's on-site operations. Coordinate with Owner's continuing occupation of portions of existing building, with Owner's partial occupancy of completed new addition, and with Owner's reduced usage during summer months. 1.04 JOB CONDITIONS: A. Occupancy: Owner will be continuously conducting pumping operations from in this facility. Conduct selective demolition work in manner that will minimize need for disruption of Owner's normal operations. Provide minimum of 72 hours advance notice to Owner of demolition activities which will severely impact Owner1s normal operations. B. Condition of Structures: Owner assumes no responsibility for actual condition of items or structures to be demolished. DEMOLITION 02050-1 S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Conditions existing at time of commencement of contract will be maintained by Owner insofar as practicable. However, variations within structure may occur by Owner's removal and salvage operations prior to start of selective demolition work. C. Partial Demolition and Removal: Items indicated to be removed but of salvable value to Contractor may be removed from structure as work progresses. Transport salvaged items from site as they are removed to a site specified by the Owner. Storage or sale of removed items on site will not be permitted. D. Protections: Provide temporary barricades and other forms of protection as required to protect Owner's personnel and general public from injury due to selective demolition work. Provide protective measures as required to provide free and safe passage of Owner's personnel and general public to and from occupied portions of building. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of structure or element to be demolished, and adjacent facilities or work to remain. Protect from damage existing finish work that is to remain in place and becomes exposed during demolition operations. Protect floors with suitable coverings when necessary. Provide temporary weather protection during interval between demolition and removal of existing construction on exterior surfaces, and installation of new construction to insure that no water leakage or damage occurs to structure or interior areas of existing building. Remove protections at completion of work. E. Damages: Promptly repair damages caused to facilities by demolition work at no cost to Owner. F. Traffic: Conduct selective demolition operations and debris removal in a manner to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close, block or otherwise obstruct streets, walks or other occupied or used facilities without written permission from authorities having jurisdiction. G. Explosives: Use of explosive~ will not be permitted. H. Utility Services: Maintain existing utilities indicated to remain, keep in service, and protect against damage during demolition operations. DEMOLITION 02050-2 I I I I I I I I I I I I I I I I I I I I 1 :1 il II II S&P Project No. G124 01 01 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to governing authorities. I. NESHAP Compliance: The Contractor is responsible for being aware of and complying with the National Emission Standard for Hazardous Air Pollutants (NESHAP) Section 112 of the Federal Clean Air Act regarding asbestos. PART 2 - PRODUCTS: (Not Applicable). PART 3 - EXECUTION 3.01 INSPECTION: (I !I II A. Prior to commencement of demolition work, inspect areas in which work will be performed. Photograph existing conditions to stru.cture surfaces, equipment or to surrounding properties which could be misconstrued as damage resulting from selective demolition work; file with Owner's Representative prior to starting work. 3.02 PREPARATION: :1 A. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement or collapse of structures to be demolished and adjacent facilities to remain. :1 Cease operations and notify the Owner's Representative immediately if safety of structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations. !I B. Cover and protect furniture, equipment and fixtures to remain from soiling or damage when demolition work is performed in rooms or areas from which such item have not been removed. ;1 il i_ C. Provide weatherproof closures for exterior openings resulting from demolition work. D. Locate. identify, stub off and disconnect utility services that are not indicated to remain. II!! Provide by-pass connections as necessary to maintain continuity of service to occupied areas of building. Provide minimum of 72 hours advance notice to Owner if shut-down of service is necessary during change-over. '. - - 3.03 DEMOLITION: . . A. Perform selective demolition work in a systematic manner. Use such methods as required to complete work indicated on Drawings in accordance with demolition schedule and governing regulations. . · DEMOLITION 02050-3 . - !!!! S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Demolish concrete and masonry in small sections. Cut concrete and masonry at junctures with construction to remain using power-driven masonry saw or hand tools; do not use power-driven impact tools. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors or framing. All existing structures shall be completely removed where denoted on the plans. All foundations and slabs shall be broken up and removed from the site. B. If anticipated mechanical, electrical or structural elements which conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Owner's Representative in written, accurate detail. Pending receipt of directive form Owner's Representative rearrange selective demolition schedule as necessary to continue overall job progress without delay. 3.04 SALVAGE MATERIALS: A. Salvage Items: Where indicated on Drawings as "Salvage to Owner", carefully remove indicated items, clean, store and deliver to Owner and obtain receipt. Point of delivery of salvaged items shall be determined by the Owner's representative on a case by case basis. 3.05 DISPOSAL OF DEMOLISHED MATERIALS: Remove debris, rubbish and other materials resulting from demolition operations from building site. Transport and legally dispose of materials off site. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling and protection against exposure or environmental pollution. Burning of removed materials is not permitted on project site. 3.06 CLEAN-UP AND REPAIR: A. Upon completion of demolition work, remove tools, equipment and demolished materials from site. Remove protections and leave interior areas broom clean. B. Repair demolition performed in excess of that required. Return structures and surfaces to remain to condition existing prior to commencement of selective demolition work. Repair adjacent construction or surfaces soiled or damaged by selective demolition work. END OF SECTION 02050 DEMOLITION 02050-4 I I I I I I I I I I I I I I I I I I I I I I ,I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 03301 - CAST-iN-PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS II :1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast-in-place concrete, including reinforcement, concrete materials, mix design, placement procedures, and finishes. II il II II !I :1 :1 I I 1.3 SUBMITTALS A. General: In addition to the following, comply with submittal requirements in ACI 301. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete mix. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready- mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Source Limitations: Obtain each type of cement of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. . - . D. Comply with ACI 301, "Specification for Structural Concrete," including the following, unless modified by the requirements of the Contract Documents. I I 1. General requirements, including submittals, quality assurance, acceptance of structure, and protection of in-place concrete. 2. Formwork and form accessories. CAST-I N-PLACECONCRETE 03301-1 CAST-IN-PLACE CONCRETE 03301-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3. Steel reinforcement and supports. 4. Concrete mixtures. 5. Handling, placing, and constructing concrete. 6. Lightweight concrete. PART 2 - PRODUCTS 2.1 FORMWORK A. Furnish formwork and form accessories according to ACI 301. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 deformed. B. Plain-Steel Wire: ASTM A 82, as drawn. C. Plain-Steel Welded Wire Fabric: ASTM A 185, fabricated from as-drawn steel wire into flat sheets. D. Deformed-Steel Welded Wire Fabric: ASTM A 497, flat sheet. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type II. B. Normal-Weight Aggregate: ASTM C 33, uniformly graded, not exceeding 1-1 /2-inch nominal size. C. Lightweight Aggregate: ASTM C 330. D. Water: Potable and complying with ASTM C 94. E. Synthetic Fiber: Fibrillated or monofilament polypropylene fibers engineered and designed for use in concrete, complying with ASTM C 1116, Type 111,1/2 to 1-1/2 inches long. 2.4 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. Do not use admixtures containing calcium chloride. B. Air-Entraining Admixture: ASTM C 260. C. Water-Reducing Admixture: ASTM C 494, Type A. I I I I I I I I I I I I I I I . . S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County D. High-Range, Water-Reducing Admixture: ASTM C 494, Type F. E. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 RELATED MATERIALS A. Vapor Retarder: Multi-ply reinforced polyethylene sheet, ASTM E 1745, Class C, not less than 7.8 mils thick; or polyethylene sheet, ASTM D 4397, not less than 10 mils thick. B. Fine-Graded Granular Material: Clean mixture of crushed stone, crushed gravel, and manufactured or natural sand; ASTM D 448, Size 10, with 100 percent passing a No.4 sieve and 10 to 30 percent passing a NO.1 00 sieve; complying with deleterious substance limits of ASTM C 33 for fine aggregates. C. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber, or ASTM D 1752, cork or self-expanding cork. 2.6 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute . or kenaf, weighing approximately 9 oz./sq. yd. dry. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. E. Clear, Solvent-Borne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. F. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. G. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. . - H. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 2.7 CONCRETE MIXES CAST-IN-PLACE CONCRETE 03301 -3 I CAST-iN-PLACE CONCRETE 03301-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County A. Comply with ACI 301 requirements for concrete mixtures. B. Prepare design mixes, proportioned according to ACI 301, for normal- weight concrete determined by either laboratory trial mix or field test data bases, as follows: 1. Compressive Strength (28 Days): 4000 psi. 2. Compressive Strength (28 Days): 3500 psi 3. Compressive Strength (28 Days): 3000 psi 4. Slump: 4 inches a. Slump Limit for Concrete Containing High-Range Water- Reducing Admixture: Not more than 8 inches after adding admixture to plant- or site-verified, 2- to 3-inch slump. C. Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 2.5 to 4.5 percent. 1. Air content of trowel-finished interior concrete floors shall not exceed 3.0 percent. D. Lightweight Structural Concrete Mix: ASTM C 330, proportioned "to produce concrete with a minimum compressive strength of 3000 psi at 28 days and a calculated equilibrium unit weight of 110 Ib/cu. ft plus or minus 3 Ib/cu. ft, as determined by ASTM C 567. Concrete slump at point of placement shall be the minimum necessary for efficient mixing, placing, and finishing. 1 . Limit slump to 5 inches for troweled slabs and 4 inches for other slabs. E. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer's recommended rate, but not less than 1.0 Ib/cu. yd. 2.8 CONCRETE MIXING A. Ready-Mixed Concrete: Comply with ASTM C 94 and ASTM C 1116. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. I I I I I I I I I I I I I I I I I I I S&P Project No. G124 0101 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County B. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum-type batch machine mixer. 1. For mixer capacity of 1 cu. yd. or smaller, continue mixing at least one and one-half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixer capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd. 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. Record approximate location of final deposit in structure. PART 3 - EXECUTION 3.1 FORMWORK A. Design, construct, erect, shore, brace, and maintain formwork according to ACI 301. 3.2 VAPOR RETARDER A. Install, protect, and repair vapor-retarder sheets according to ASTM E 1643; place sheets in position with longest dimension parallel with direction of pour. B. Lap joints 6 inches and seal with manufacturer's recommended tape. 1. Cover vapor retarder with fine-graded granular material, moisten, and compact with mechanical equipment to elevation tolerances of plus 0 inch or minus 3/4 inch. 3.3 STEEL REINFORCEMENT A. Comply with CRSl's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 3.4 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. CAST-IN-PLACE CONCRETE 03301-5 CAST-IN-PLACE CONCRETE 03301 -6 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County B. Construction Joints: Locate and install so as not to impair strength or appearance of concrete, at locations indicated or as approved by Engineer. C. Isolation Joints: Install joint-filler strips at junctions with slabs-on-grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. D. Contraction (Control) Joints in Slabs-an-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete. develops random contraction cracks. 3.5 CONCRETE PLACEMENT A. Comply with recommendations in ACI304R for measuring, mixing, transporting, and placing concrete. B. Do not add water to concrete during delivery, at Project site, or during placement. C. Consolidate concrete with mechanical vibrating equipment. 3.6 FINISHING FORMED SURFACES A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defective areas repaired and patched, and fins and other projections exceeding 114 inch in height rubbed down or chipped off. 1. Apply to concrete surfaces not exposed to public view. I I I I I ;1 I I II I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County B. Smooth-Formed Finish: As-cast concrete texture imparted by form- facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Completely remove fins and other projections. 1. . Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. 2. Apply Grout-cleaned rubbed finish, defined in ACI 301, to smooth- formed finished concrete. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.7 FINISHING UNFORMED SURFACES A. General: Comply with ACI 302.1 R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and .open-textured surface plane before excess moisture or bleedwater appears on the surface. 1. Do not further disturb surfaces before starting finishing operations. C. Scratch Finish: Apply scratch finish to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other bonded cementitious floor finish, unless otherwise indicated. D. Float Finish: Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with fluid-applied or sheet waterproofing, built-up or membrane roofing, or sand-bed terrazzo. E. Trowel Finish: Apply a hard trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film-finish coating system. . - - F. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin-set - . CAST-IN-PLACE CONCRETE 03301-7 CAST-iN-PLACE CONCRETE 03301-8 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County methods. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. G. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber- bristle broom perpendicular to main traffic route. 3.8 TOLERANCES A. Comply with AC1117, "Specifications for Tolerances for Concrete Construction and Materials." 3.9 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold- weather protection, and follow recommendations in ACI 305R for hot- weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 Ib/sq. ft. x h before and quring finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure formed and unformed concrete for at least seven days by moisture curing, moisture-retaining-cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water-fog spray. c. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any I I I S&P Project No. G124 01 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County I holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. I I I I I :1 I I I 3.10 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. Perform tests according to ACI 301. B. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement. Tests will be performed according to AC1301. 1. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or fraction thereof of each concrete mix placed each day. 3.11 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION 03301 . . CAST-IN-PLACE CONCRETE 03301-9 I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 03310 - CONCRETE WORK PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 SUMMARY: Extent of concrete work is shown on drawings. Precast concrete is specified in Division-3 sections. 1.03 SUBMITTALS: A. Product Data: Submit data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, waterstops, joint systems, curing compounds, dry-shake finish materials, and others as requested by Engineer. B. Materials Certificates: Provide materials certificates in lieu of materials laboratory test reports when permitted by Engineer. Materials certificates shall be signed by manufacturer and Contractor, certifying that each material item complies with, or exceeds, specified requirements. Provide certification from admixture manufacturers that chloride content complies with specification requirements. 1.04 QUALITY ASSURANCE: A. Codes and Standards: Comply with provisions of following codes, specifications, and standards, except where more stringent requirements are shown or specified: · ACI 301 "Specifications for Structural Concrete for Buildings" . . · ACI 305 "Hot Weather Concreting-ACI 305R (Rev. 1982t · ACI 315 "Details and Detailing of Concrete Reinforcement" - - - CONCRETE WORK 03310-1 CONCRETE WORK 0331 0-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G 12401 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County · ACI 318 "Building Code Requirements for Reinforced Concrete" · ACI 347 "Recommended Practice for Concrete Formwork (ACI 347-78)" · ACI 350 "Concrete Sanitary Engineering Structures ACI 350R-77" . Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice" 1.05 PROJECT CONDITIONS: A. Protection of Footings Against Freezing: Cover completed work at footing level with sufficient temporary or per- manent cover as required to protect footings and adjacent subgrade against possibility of freezing; maintain cover for time period as necessary. B. Protection of Finish Materials: Protect adjacent finish materials against spatter during concrete placement. C. Concrete for Wastewater Structures: Concrete construction for all hydraulic structures, sanitary and liquids retaining structures shall be as recommended in ACI 350R and as specified in this section with the following additional requirements: The complete work shall be done so as to make the structures watertight, and any leakage which may occur during the guarantee period (see the General Conditions) shall be corrected to the satisfaction of the Engineer. Use waterstop in all expansion and construction joints. All concrete for tanks shall contain water reducing admixture which shall conform to ASTM C494 Type A, except that 28-day strength shall be 115 percent and Durability Factor shall be 110 percent. Bleeding increase shall not be permitted. Six months and one year tests required in ASTM C494 shall be waived, but other testing required by C494 shall be in accordance with the General Conditions and the manufacturer shall certify that the material supplied for use is identical in all essential, including concentration, to that tested. The testing shall include observation of bleeding of the reference and the test mixture. Testing for conformity to C494 as modified herein, shall be on the basis of use in air-entrained I I I I I I I I I I I I I I .- S&P Project No. G124 01 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County concrete. The water-reducing admixture, shall be used at the manufacturer1s recommended rate, and shall not entrain more than 5-1/2 percent air. The supplier shall furnish the Engineer copies of all testing reports applicable to this work. All concrete for tanks shall contain 5 percent j: 1/2 percent entrained air, and if the water reducing agent entrains less than this amount, also provide an air entraining admixture. Air entraining admixture shall conform to ASTM C260 except that bleeding increase shall not be allowed and Relative Durability Factor shall be not less than 90. Admixtures shall be certified to be compatible with each other. Admixtures shall contain no calcium chloride. All concrete shall be mixed with a water-cement ratio of 0.45 ...:t 0.02. The concrete shall be of the lowest slump as practicable. Special care shall be taken in placement and curing to obtain structures free from shrinkage cracks. PART 2 - PRODUCTS 2.01 FORM MATERIALS: A. Forms for Exposed Finish Concrete: Plywood, metal, metal-framed plywood faced, or other acceptable panel-type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings. B. Overlaid Plywood: Use overlaid plywood complying with U.S. Product Standard PS-1 "A-C or B-B High Density Overlaid Concrete Form", Class I. C. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or other acceptable material. Provide lumber dressed on at least 2 edges and one side for tight fit. D. Forms for Textured Finish Concrete: Units of face design, size, arrangement, and configuration to match Engineer1s control sample. Provide solid backing and form supports to ensure stability of textured form liners. E. Forms for Cylindrical Columns and Supports: CONCRETE WORK 0331 0-3 F. Welded Deformed Steel Wire Fabric: I I I I I I I I I I I I I I I I I I ;;;;;;; S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Metal, fiberglass reinforced plastic, or paper or fiber tubes. Construct paper or fiber tubes of laminated plies using water-resistant adhesive with wax-impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation. F. Form Coatinqs: Provide commercial formulation form-coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. G. Form Ties: Factory-fabricated, adjustable-length, removable or snapoff metal form ties, designed to prevent form deflection and to prevent spalling concrete upon removal. Provide units which will leave no metal closer than 1-1/2" to surface. Provide ties which, when removed, will leave holes not larger than 1" diameter in concrete surface. 2.02 REINFORCING MATERIALS: A. Reinforcing Bars: ASTM A615, Grade 60, deformed. B. Galvanized Reinforcing Bars: ASTM A767, Class II (2.0 oz. zinc pst) hot-dip galvanized, after fabrication and bending. C. Epoxy-Coated Reinforcing Bars: ASTM A775. D. Steel Wire: ASTM A82, plain, cold-drawn steel. E. Welded Wire Fabric: ASTM A 185, welded steel wire fabric. CONCRETE WORK 0331 0-4 - . ;;; I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County ASTM A497. G. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI specifications. 1. For slabs-on-grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 2. For exposed-to-view concrete surfaces, where legs of supports are in contact with forms, provide supports with legs which are plastic protected (CRSI, Class 1) or stainless steel protected (CRSI, Class 2). 2.03 CONCRETE MATERIALS: A. Portland Cement: ASTM C150, Type II. Use one brand of cement throughout project, unless otherwise acceptable to Engineer. B. Fly Ash: ASTM C618, Type C or Type F. C. Normal Weight Aggregates: ASTM C33, and as herein specified. Provide aggregates from a single source for exposed concrete. For exterior exposed surfaces, do not use fine or coarse aggregates containing spalling-causing deleterious substances. Aggregates size 467 (1-1/2 inches to No.4) shall be used for the heavier sections where reinforcement is not closely spaced or close to forms, and aggregates sizes 57 (1 inch to No.4) and 67 (3/4 inch to No.4) shall be used for thinner sections, heavily reinforced work, and all parts where the coarser aggregate might cause honeycombing, poor bond or exposed reinforcement. D. Liqhtweight Aqqregates: ASTM C330. CONCRETE WORK 0331 0-5 CONCRETE WORK 0331 0-6 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County E. Water: Potable and free of substances that may be deleterious to concrete or steel. F. Air-Entraining Admixture: ASTM C260, certified by manufacturer to be compatible with other required admixtures. 1. Products: Subject to compliance with requirements, provide one of the following: · "Air-Mixll; Euclid Chemical Co. · "Sika Aer"; Sika Corp. · "MB-VR or MB-AE"; Master Builders · "Darex AEA" or "Daravair"; W.R. Grace · "Edoco 2001 or 2002"; Edoco Technical Products · "Air-Tite"; Gifford-Hill/American Admixtures G. Water-Reducing Admixture: ASTM C494, Type A, and containing not more than 0.1 percent chloride ions. 1. Products: Subject to compliance with requirements, provide one of the following: · "WRDA Hycol"; W.R. Grace . "PSI Nil; Gifford-Hill/American Admixtures · "Eucon WR-75"; Euclid Chemical Co. · "pozzolith Normal"; Master Builders · "Plastocrete 160"; Sika Chemical Corp. · "Chemtard"; Chem-Masters Corp. · "Pro-Kete-N"; Protex Industries, Inc. H. High-Range Water-Reducinq Admixture (Super Plasticizer): ASTM C494, Type F or Type G and containing not more than 0.1 percent chloride ions. 1. Products: Subject to compliance with requirements, provide one of the following: · "WRDA 19" or "Daracem"; W.R. Grace. · "PSP"; Protex Industries Inc. I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County . IISuper plI; Anti-Hydro · IISikament"; Sika Chemical Corp. · IIMighty 150"; ICI Americas Corp. · IIEucon 37"; Euclid Chemical Co. · IIPSI Super"; Gifford-Hill · 'Hheobuild"; Master Builders I. Water-Reducing, Non-Chloride Accelerator Admixture: ASTM C494, Type E, and containing not more than 0.1 percent chloride ions. 1. Products: Subject to compliance with requirements, provide one of the following: · IIAccelguard 80"; Euclid Chemical Co. · IIpozzolith High Earlyll; Master Builders · "Gilco Accelerator"; Gifford-Hill/American Admixtures J. Water-Reducing, Retardinq Admixture: ASTM C494, Type D, and containing not more than 0.1 percent chloride ions. 1. Products: Subject to compliance with requirements, provide one of the following: · "Edoco 20006"; Edoco Technical Products · "Pozzolith Retarderll; Master Builders · "Eucon Retarder 75"; Euclid Chemical Co. · "Daratard"; W. R. Grace · "PSI R"; Gifford-Hill/American Admixtures · "Plastiment"; Sika Chemical Co. · "Protard"; Protex Industries, Inc. K. Prohibited Admixtures: Calcium chloride thyocyanates or admixtures containing more than 0.1 percent chloride ions are not permitted. L. Fibrous Reinforcement: - Collated, fibrillated, polypropylene fibers for secondary reinforcement of concrete slabs. CONCRETE WORK 03310-7 CONCRETE WORK 0331 0-8 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 1. Products: Subject to compliance with requirements, provide one of the following: · "Forta CR"; Forta Corp. · "Fibermesh"; Fibermesh, Inc. 2.04 RELATED MATERIALS: A. Reqlets: Where resilient or elastomeric sheet flashing or bituminous membranes are terminated in reglets, provide reg lets of not less than 26 gage galvanized sheet steel. Fill reglet or cover face opening to prevent intrusion of concrete or debris. B. Waterstops: Provide waterstops where shown. Also provide waterstops in all expansion joints and in construction joints as required to make structures watertight. Provide 6-inch high polyvinylchloride waterstops. Polyvinylchloride waterstops of expansion joints shall be centerbulb type equal to No. 7C by W.R. Grace and Company, or No. 9380LB by Sonneborn-Contech, or equal and as specified. Polyvinylchloride. waterstops for construction joints shall be No. 3 by W.R. Grace and Company, or No. 4316 by Sonneborn-Contech, or equal, and as specified herein. Polyvinylchloride waterstops have the following properties: · Tensile Strength (ASTM D412) 2000 psi min. · Ultimate Elongation (ASTM D412) 350 Percent min. · Low Temperature Brittleness (ASTM D746) -35 Degrees F. C. Granular Base: Evenly graded mixture of fine and coarse aggregates to provide, when compacted, a smooth and even surface below slabs on grade. D. Vapor Retarder: Provide vapor retarder cover over prepared base material where indicated below slabs on grade. Use only materials that are resistant to decay when tested in accordance with ASTM E154, as follows: E. Polyethylene Sheet: I :1 il II II :1 I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Polyethylene sheet not less than 6 mils thick. F. Water Resistant Barrier Paper: Water resistant barrier paper consisting of heavy Kraft papers laminated together with glass fiber reinforcement and over-coated with black polyethylene on each side. G. Non-Shrink Grout: CRD-C621, factory pre-mixed grout. 1. Products: Subject to compliance with requirements, provide one of the following:" a. Metallic · "Vibrofoil"; AC. Horn, Inc. · "Metallic Spec. Grout"; The Burke Co. · "Embeco 636"; Master Builders · "Ferrolith GDS"; Sonneborn-Rexnord · "Hi-Mod Grout"; Euclid Chemical Co. · "Kemox G"; Sika Chemical Co. ". "Ferrogrout"; L & M Const. Chemical Co. · "Supreme Plus"; Gifford-Hill/American Admixtures b. Non-metallic · "Set Grout"; Master Builders · "Sonogrout"; Sonneborn-Rexnord · "Euco-NS"; Euclid Chemical Co. · "Supreme"; Gifford-Hill/American Admixtures · "Crystex"; L & M Const. Chemical Co. · "Sure-Grip Grout"; Dayton Superior Corp. · "Horngrout"; AC. Horn, Inc. · "Five Star Grout"; U.S. Grout Corp. H. Chemical Hardener: Colorless aqueous solution containing a blend of magnesium fluosilicate and zinc fluosilicate combined with a wetting agent, containing not less than 2 Ibs. of fluosilicates per gal. 1. Products: Subject to compliance with requirements, provide one of the following: CONCRETE WORK 0331 0-9 · "Colorcron"; Master Builders · "Harcol Redi-Mixed"; Sonneborn-Contech · "Surflex"; Euclid Chemical Co. · "Colorundum"; AC. Horn, Inc. · "Quartz Plate"; L & M Const. Chemical Co. · II Lithochrome"; L.M. Scofield Co. · "Floorcron"; Gifford-Hill/American Admixtures I I I I I I I I I I I I I I I I I S&P Project No. G124 0101 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County · "Surfhard"; Euclid Chemical Co. · "Lapidolith"; Sonneborn-Rexnord · "Saniseal"; Master Builders · "Burk-O-Lith"; The Burke Co. I. Non-slip Aqgreqate Finish: Provide fused aluminum oxide grits, or crushed emery, as abrasive aggregate for non-slip finish with emery aggregate containing not less than 40 percent aluminum oxide and not less than 25 percent ferric oxide. Use material that is factory-graded, packaged, rust-proof, and non-glazing, and is unaffected by freezing, moisture, and cleaning materials. J. Colored Wear-Resistant Finish: Caked, dry, combination of materials, consisting of portland cement, graded quartz aggregate, coloring pigments, and plasticizing admixture. Use coloring pigments that are finely ground, non-fading mineral oxides, interground with cement. Color as selected by Engineer, unless otherwise indicated. 1. Products: Subject to compliance with requirements, provide one of the following: K. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per sq. yd., complying with AASHTO M182, Class 2. L. Moisture-Retaininq Cover: One of the following, complying with ASTM C171. Waterproof paper. Polyethylene film. . - CONCRETE WORK 03310-10 I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Polyethylene-coated burlap. M. Liquid Membrane-Forming Curinq Compound: Liquid type membrane-forming curing compound complying with ASTM C309, Type I, Class A Moisture loss not more than 0.055 gr./sq. cm. when applied at 200 sq ft./gal. 1. Products: Subject to compliance with requirements, provide one of the following: · "Masterseal"; Master Builders · "A-H 3 Way Sealer"; Anti-Hydro Waterproofing Co. · "Ecocure"; Euclid Chemical Co. · "Clear Seal"; AC. Horn, Inc. · "Sealco 309"; Gifford-Hill/American Admixtures · "J-20 Acrylic Cure"; Dayton Superior · "Spartan-Cote"; The Burke Co. · "Sealkure"; Toch Div. - Carboline · "Kure-N-Seal"; Sonneborn-Rexnord · "Polyclear"; Upco Chemical/USM Corp. · "L&M Cure"; L & M Construction Chemicals · "Klearseal"; Setcon Industries · "LR-152"; Protex Industries · "Hardtop"; Gifford-Hill N. Underlayment Compound: Free flowing, self-leveling, pumpable cementitious base compound. 1. Products: Subject to compliance with requirements, provide one of the following: · "Flo-Top"; Euclid Chemical Co. · "ACD Pourable Underlayment"; ACD International, Inc. · "Thoro Underlayment Self-Leveling"; Thoro System Products O. Bondinq Compound: Polyvinyl acetate or acrylic base. 1. Products: Subject to compliance with requirements, provide one of the following: 2. Polyvinyl Acetate (Interior Only): CONCRETE WORK 0331 0-11 . . CONCRETE WORK 03310-12 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County · "Euco Weld"; Euclid Chemical Co. · "Weldcrete"; Larsen Products Corp. 3. Acrylic or Styrene Butadiene: · "J-40 Bonding Agent"; Dayton Superior Corp. · "Everbond"; L & M Construction Chemicals · "Hornweld"; AC. Horn, Inc. · "Sonocrete"; Sonneborn-Rexnord · "Acrylic Bondcrete"; The Burke Co. · "SBR Latex"; Euclid Chemical Co. · "Daraweld C"; W.R. Grace P. Epoxy Adhesive: ASTM C881, two component material suitable for use on dry or damp surfaces. Provide material 'Type", "Grade", and "Class" to suit project requirements. 1. Products: Subject to compliance with requirements, provide one of the following: · "Thiopoxyll; W.R. Grace · "Epoxtite"; A.C. Horn, Inc. · "Edoco 2118 Epoxy Adhesive"; Edoco Technical Prod. · "Sikadur Hi-Mod"; Sika Chemical Corp. · "Euco Epoxy 452 or 620"; Euclid Chemical Co. · "Patch and Bond Epoxy"; The Burke Co. · "Concresive 1 001"; Adhesive Engineering Co. 2.05 PROPORTIONING AND DESIGN OF MIXES: A Design Mixes: Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. If trial batch method used, use an independent testing facility acceptable to Engineer for preparing and reporting proposed mix designs. The testing facility shall not be the same as used for field quality control testing. Limit use of fly ash to not exceed 25 percent of cement content by weight. B. Written Reports: II II S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County II Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by Engineer C. Design Mixes: !I II I Design mixes to provide normal weight concrete with the following properties, as indicated on drawings and schedules: · 4000 psi 28-day compressive strength; W/C ratio, 0.44 maximum (non-air-entrained), 0.35 maximum (air-entrained). II · 3000 psi 28-day compressive strength; W/C ratio, 0.58 maximum (non-air-entrained), 0.46 maximum (air-entrained). (I · 2500 psi 28-day compressive strength; W/C ratio, 0.67 maximum (non-air-entrained), 0.54 maximum (air-entrained). II II II II I I I .. D. Lightweight Concrete: Proportion mix as herein specified. Design mix to produce strength and modulus of elasticity as noted on drawings, with a split-cylinder strength factor (Fct) of not less than 5.5 for 3000 psi concrete and a dry weight of not less than 95 Ibs. or more than 110 Ibs. after 28 days. Limit shrinkage to 0.03 percent at 28 days. E. Adiustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to Owner and as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in work. F. Admixtures: . 1. Use water-reducing admixture or high range water-reducing admixture (super plasticizer) in concrete as required for placement and workability. . - 2. Use non-chloride accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F (10 deg C). = 3. Use high-ranqe water-reducing admixture in pumped concrete, concrete for industrial slabs, architectural concrete, parking structure slabs, concrete required to be watertight, and concrete with water/cement ratios below 0.50. CONCRETE WORK 03310-13 CONCRETE WORK 0331 0-14 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 4. Use air-entraining admixture in exterior exposed concrete, unless otherwise indicated. Add air-entraining admixture at manufacturer1s prescribed rate to result in concrete at point of placement having total air content with a tolerance of plus-or-minus 1-1/2 percent within following limits: Concrete structures and slabs exposed to freezing and thawing, deicer chemicals, or subjected to hydraulic pressure: . 4.5 percent (moderate exposure); 5.5 percent (severe exposure) 1-1/2" max. aggregate. 4.5 percent (moderate exposure); 6.0 percent (severe exposure) 1" max. aggregate. . 5.0 percent (moderate exposure); 6.0 percent (severe exposure) 3/4" max. aggregate. · 5.5 percent (moderate exposure); 7.0 percent (severe exposure) 1/2" max. aggregate. . Other Concrete (not exposed to freezing, thawing, or hydraulic pressure): 2 percent to 4 percent air. . 5. Use admixtures for water-reducing and set-control in strict compliance with manufacturer1s directions. G. Water-Cement Ratio: Provide concrete for following conditions with maximum water-cement (W/C) ratios as follows: · Subjected to freezing and thawing; W/C 0.50. · Subjected to deicers/watertight; W/C 0.45. · Subjected to brackish water, salt spray, or deicers; W/C 0.40. H. Slump Limits: Proportion and design mixes to result in concrete slump at point of placement as follows: · Ramps, slabs, and sloping surfaces: Not more than 3". · Reinforced foundation systems: Not less than 1" and not more than 3". II il II II il II II II tl II II II (I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County · Concrete containing HRWR admixture (super-plasticizer): Not more than 8" after addition of HRWR to site-verified 2"-3" slump concrete. · Other concrete: Not less than 1" nor more than 4". 2.06 CONCRETE MIXING: A. Job-Site Mixing: Mix materials for concrete in appropriate drum type batch machine mixer. For mixers of one cu. yd., or smaller capacity, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. For mixers of capacity larger than one cu. yd., increase minimum 1-1/2 minutes of mixing time by 15 seconds for each additional cu. yd., or fraction thereof. Provide batch ticket for each batch discharged and used in work, indicating project identification name and number, date, mix type, mix time, quantity, and amount of water introduced. B. Ready-Mix Concrete: Comply with requirements of ASTM C 94, and as herein specified. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C 94 may be required. PART 3 - EXECUTION 3.01 GENERAL: Coordinate the installation of joint materials and vapor retarders with placement of forms and reinforcing steel. - 3.02 FORMS: !!! A. Maintenance: . Design, erect, support, brace, and maintain formwork to support vertical and lateral, static, and dynamic loads that might be applied until such loads can be supported by concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances complying with ACI 347. - . . I I CONCRETE WORK 03310-15 . . CONCRETE WORK 03310-16 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County B. Design: Design formwork to be readily removable without impact, shock, or damage to cast-in-place concrete surfaces and adjacent materials. C. Construct: Construct forms to sizes, shapes, lines, and dimensions shown, and to obtain accurate alignment, location, grades, level and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in work. Use selected materials to obtain required finishes. Solidly butt joints and provide back-up at joints to prevent leakage of cement paste. D. Fabricate: Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and for easy removal. E. Temporary Openings: Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to forms to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous locations. F. Exposed Corners and Edoes: Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. G. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. H. Cleaning and Tightenino: II II I il II I :1 il il S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retightening forms and bracing after concrete placement is required to eliminate mortar leaks and maintain proper alignment. 3.03 VAPOR RETARDER INSTALLATION: A. Following leveling and tamping of granular base for slabs on grade, place vapor retarder sheeting with longest dimension parallel with direction of pour. B. Lap joints 6" and seal with appropriate tape. C. After placement of moisture barrier, cover with granular material and compact to depth as shown on drawings. 3.04 PLACING REINFORCEMENT: A. Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement placement and supports, and as herein specified. II i_ Avoiding cutting or puncturing vapor retarder during. reinforcement placement and concreting operations. il il B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. - C. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as required. - D. Place reinforcement to obtain at least minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. I I E. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. 3.05 JOINTS: A. Construction Joints: CONCRETE WORK 03310-17 Form contraction joints by inserting premolded plastic, hardboard or fiberboard strip into fresh concrete until top suriace of strip is flush with I I I I I I I I I I I I I I I I I I S&P Project No. G 124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Locate and install construction joints as indicated or, if not indicated, locate so as not to impair strength and appearance of the structure, as acceptable to Engineer. B. Keyways: Provide keyways at least 1-1/2" deep in construction joints in walls, slabs, and between walls and footings; accepted bulkheads designed for this purpose may be used for slabs. C. Construction Joints: Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints, except as otherwise indicated. D. Waterstops: Provide waterstops in construction joints and expansion joints as indicated. All joints in liquid holding concrete tanks, channels or troughs shall receive waterstop. Install waterstops to form continuous diaphragm in each joint. Make provisions to support and protect exposed waterstops during progress of work. Fabricate field joints in waterstops in accordance with manufacturer's printed instructions. E. Isolation Joints in Slabs-on-Ground: Construct isolation joints in slabs-on-ground at points of contact between slabs-on-ground and vertical suriaces, such as column pedestals, foundation walls, grade beams, and elsewhere as indicated. F. Joint Filler and Sealant: Joint filler and sealant materials are specified in Division-7 sections of these specifications. G. Contraction (Control) Joints in Slabs-on-Ground: Construct contraction joints in slabs-on-ground to form panels of patterns as shown. Use saw cuts 1/8" x 1/4 slab depth or inserts 1/4" wide x 1/4 of slab depth, unless otherwise indicated. H. Contraction Joints: CONCRETE WORK 0331 0-1 8 - - iiii !I !I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County slab surface. Tool slab edges round on each side of insert. After concrete has cured, remove inserts and clean groove of loose debris. 11 il 11 :1 :1 Contraction joints in unexposed floor slabs may be formed by saw cuts as soon as possible after slab finishing as may be safely done without dislodging aggregate. If joint pattern not shown, provide joints not exceeding 15' in either direction and located to conform to bay spacing wherever possible (at column centerlines, half bays, third-bays). I. Joint Sealant Material: Joint sealant material is specified in Division-7 sections of these specifications. 3.06 INSTALLATION OF EMBEDDED ITEMS: il il A. General: '. Set and build into work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast-in-place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached thereto. ,- B. Reglets: - Install reglets to receive top edge of foundation sheet waterproofing, and to receive thru-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, relieving angles, and other conditions. ,- C. Edge Forms and Screed Strips for Slabs: I - Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finished slab surface. Provide and secure units sufficiently strong to support types of screed strips by use of strike-off templates or accepted compacting type screeds. . - 3.07 PREPARATION OF FORM SURFACES: - Clean re-used forms of concrete matrix residue, repair and patch as required to return forms to acceptable surface condition. Coat contact surfaces of forms with a form-coating compound before reinforcement is placed. CONCRETE WORK 03310-19 Deposit concrete in forms in horizontal layers not deeper than 24" and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Thin form-coating compounds only with thinning agent of type, amount, and under conditions of form-coating compound manufacturer's directions. Do not allow excess form-coating material to accumulate in forms or to come into contact with in-place concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. Coat steel forms with a non-staining, rust-preventative form oil or otherwise protect against rusting. Rust-stained steel formwork is not acceptable. 3.08 CONCRETE PLACEMENT: A. Replacement Inspection: Before placing cOr:lcrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast-in. Notify other crafts to permit installation of their work; cooperate with other trades in setting such work. Moisten wood forms immediately before placing concrete where form coatings are not used. Apply temporary protective covering to lower 2' of finished walls adjacent to poured floor slabs and similar conditions, and guard against spattering during placement. B. General: Comply with ACI 304 "Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete", and as herein specified. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation. C. Placina Concrete in Forms: D. Placed Concrete: CONCRETE WORK 0331 0-20 II I I I I I .1 I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Consolidate placed concrete by mechanical vibrating equipment supplemented by hand-spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete in accordance with ACI 309. E. Vibrators: Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than visible effectiveness of machine. Place vibrators to rapidly penetrate placed layer and at least 6" into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing segregation of mix. F. Placinq Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until the placing of a panel or section is completed. G. Concrete: Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. H. Slab Surfaces: Bring slab surfaces to correct level with straightedge and strikeoff. Use bull floats or darbies to smooth surface, free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. . I. Reinforcing: Maintain reinforcing in operations. J. Cold Weather Placing: proper position during concrete placement - - Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in com- pliance with ACI 306 and as herein specified. - 1. When air temperature has fallen to or is expected to fall below 40 deg F (4 deg C), uniformly heat water and aggregates before mixing to obtain CONCRETE WORK 03310-21 CONCRETE WORK 03310-22 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 0101 Rehabilitation of 2'" Street Pump Station Augusta-Richmond County a concrete mixture temperature of not less than 50 deg F (10 deg C), and not more than 80 deg F (27 deg C) at point of placement. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in mix designs. K. Hot Weather Placing: When hot weather conditions exist that would seriously impair quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F (32 deg C). Mixing water may be chilled, or chopped ice may be used to control temperature provided water equivalent of ice is calculated to total amount of mixing water. Use of liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before concrete is placed. 4. Use water-reducing retarding admixture (Type D) when required by high temperatures, low humidity, or other adverse placing conditions. 3.09 FINISH OF FORMED SURFACES: A. Rough Form Fi':lish: For formed concrete surfaces not exposed-to-view in the finish work or by other construction, unless otherwise indicated. This is the concrete surface having texture imparted by form facing material used, with tie holes and defective areas repaired and patched and fins and other projections exceeding 1/411 in height rubbed down or chipped off. B. Smooth Form Finish: !I II !I il il il :1 !I !I S&P Project No. G124 01 01 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County For formed concrete surfaces exposed-to-view, or that are to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or other similar system. This is as-cast concrete surface obtained with selected form facing material, arranged orderly and symmetrically with a minimum of seams. Repair and patch defective areas with fins or other projections completely removed and smoothed. C. Grout Cleaned Finish: Provide grout cleaned finish to scheduled concrete surfaces which have received smooth form finish treatment. Combine one part portland cement to 1-1/2 parts fine sand by volume, and mix with water to consistency of thick paint. Blend standard portland cement and white portland cement, amounts determined by trial patches, so that final color of dry grout will match adjacent surfaces. Thoroughly wet concrete surfaces and apply grout to coat surfaces and fill small holes. Remove excess grout by scraping and rubbing with clean burlap. Keep damp by fog spray for at least 36 hours after rubbing. D. Related Unformed Surfaces: ,. :- .- At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike-off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. - 3.10 MONOLITHIC SLAB FINISHES: - A. Scratch Finish: - - I I Apply scratch finish to monolithic slab surfaces that are to receive concrete floor topping or mortar setting beds for tile, portland cement terrazzo, and other bonded applied cementitious finish flooring material, and as otherwise indicated. I After placing slabs, plane surface to tolerances for floor flatness (F ) of 15 and floor levelness (F ) of 13. Slope surfaces uniformly to drains where required. After leveling, roughen surface before final set, with stiff brushes, brooms, or rakes. - B. Float Finish: CONCRETE WORK 0331 0-23 CONCRETE WORK 0331 0-24 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump StatJon Augusta-Richmond County Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand-bed terrazzo, and as otherwise indicated. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power-driven floats, or both, Consolidate surface with power-driven floats, or by hand-floating if area is small or inaccessible to power units. Check and level surface plane to tolerances of F 18 - F 15. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. C. Trowel Finish: Apply trowel finish to monolithic slab surfaces to be exposed-to-view, and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or other thin film finish coating system. D. Troweling: After floating, begin first trowel finish operation using a power-driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand-troweling operation, free of trowel marks, uniform in texture and appearance, and with surface leveled to tolerances of F 20 - F 17. Grind smooth surface defects which would telegraph through applied floor covering system. E. Trowel and Fine Broom Finish: Where ceramic or quarry tile is to be installed with thin-set mortar, apply trowel finish as specified, then immediately follow with slightly scarifying surface by fine brooming. F. Non-Slip Broom Finish: Apply non-slip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3.11 CONCRETE CURING AND PROTECTION: A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 7 days. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 7 days in accordance with ACI 301 procedures. Avoid rapid drying at end of final curing period. B. Curinq Methods: Perform curing of concrete by curing and sealing compound, by moist curing, by moisture-retaining cover curing, and by combinations thereof, as herein specified. 1. Provide moisture curing by following methods. · Keep concrete surface continuously wet by covering with water. · Continuous water-fog spray. · Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. 2. Provide moisture-cover curing as follows: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Provide curing and sealing compound to exposed interior slabs and to exterior slabs, walks, and curbs, as follows: Apply specified curing and sealing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours). Apply uniformly in continuous operation by power-spray or roller in accordance with CONCRETE WORK 0331 0-25 Apply a second coat of specified curing and sealing compound only to surfaces given a first coat. I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County manufacturer1s directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. Do not use membrane curing compounds on surfaces which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring (such as ceramic or quarry tile, glue-down carpet), painting, and other coatings and finish materials, unless otherwise acceptable to Engineer. C. Curing Formed Surfaces: Cure formed concrete surfaces, including undersides of beams, supported slabs, and other similar surfaces by moist curing with forms in place for full curing period or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable. D. Curinq Unformed Surfaces: Cure unformed surfaces, such as slabs, floor topping,. and other flat surfaces by application of appropriate curing method. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of moisture-retaining cover, unless otherwise directed. E. Sealer and Dustproofer: 3.12 REMOVAL OF FORMS: A. Formwork not supporting weiqht of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F (10 deg C) for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. B. Formwork supporting weight of concrete, such as beam soffits, joists, slabs, and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28 days. Determine potential compressive strength of in-place concrete by testing field-cured specimens representative of concrete location or members. CONCRETE WORK 0331 0-26 . I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County C. Form facing material may be removed 4 days after placement, only if shores and other vertical supports have been arranged to permit removal of form facing. material without loosening or disturbing shores and supports. 3.13 RE-USE OF FORMS: Clean and repair surfaces of forms to be re-used in work. Split, frayed, delaminated, or otherwise damaged form facing material will not be acceptable for exposed surfaces. Apply new form coating compound as specified for new formwork. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to Engineer. 3.14 MISCELLANEOUS CONCRETE ITEMS: A. Filling-In: Fill-in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades .is in place. Mix, place, and cure concrete as herein specified, to blend with in-place construction. Provide other miscellaneous concrete filling shown or required to complete work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: . Provide machine and equipment bases and foundations, as shown on drawings. Set anchor bolts for machines and equipment to template at correct elevations, complying with certified diagrams or templates of manufacturer furnishing machines and equipment. 1. Grout base plates and foundations as indicated, using specified non-shrink grout. Use non-metallic grout for exposed conditions, unless otherwise indicated. D. Steel Pan Stairs: CONCRETE WORK 0331 0-27 1 . Repair concealed formed surfaces, where possible, that contain defects that affect the durability of concrete. If defects cannot be repaired, remove and replace concrete. I I I I I I I I I I I I I I I I I I S&P Project No. G 124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Provide concrete fill for steel pan stair treads and landings and associated items. Cast-in safety inserts and accessories as shown on drawings. Screed, tamp, and finish concrete surfaces as scheduled. E. Reinforced Masonry: Provide concrete grout for reinforced masonry lintels and bond beams where indicated on drawings and as scheduled. Maintain accurate location of reinforcing steel during concrete placement. 3.15 CONCRETE SURFACE REPAIRS: A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removal of forms, when acceptable to Engineer. Cut out honeycomb, rock pockets, voids over 1/411 in any dimension, and holes left by tie rods and bolts, down to solid concrete but, in no case to a depth of less than 111. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush-coat the area to be patched with specified bonding agent. Place patching mortar after bonding compound has dried. 1. For exposed-to-view surfaces, blend white portland cement and standard portland cement so that, when dry, patching mortar will match color surrounding. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike-off slightly higher than surrounding surface. B. Repair of Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets; fins and other projections on surface; and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes, fill with dry pack mortar, or precast cement cone plugs secured in place with bonding agent. C. Repair of Unformed Surfaces: CONCRETE WORK 0331 0-28 . ;;;;;;; I I I I I I I I I I I I I I I - S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness using a template having required slope. 1. Repair finished unformed surfaces that contain defects which affect durability of concrete. Surface defects, as such, include crazing, cracks in excess of 0.0111 wide or which penetrate to reinforcement or completely through non-reinforced sections regardless of width, spalling, pop-outs, honeycomb, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to Engineer. 4. Repair defective areas, except random cracks -and single holes not exceeding 111 diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3/411 clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding compound. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 5. Perform structural repairs with prior approval of Engineer or Structural Engineer for method and procedure, using specified epoxy adhesive and mortar. 6. Repair methods not specified above may be used, subject to acceptance of Engineer. D. Underlavment Application: i Leveling of floors for subsequent finishes may be achieved by use of specified underlayment material. CONCRETE WORK 0331 0-29 1. Advance tests of the concrete shall be made. Six standard 6-inch compression cylinders, 3 to be tested in 7 days and 3 at 28 days, shall be made with the proportioning and materials proposed to be used for each of the principal mixes required for the work. The slump shall not be less than the greatest slump expected to be used in the structure for each of the mixes. The tests made on the aggregates, as required above, may be made a part of these tests, if suitably referenced on the reports, which I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION: A. Testinq: The Owner will employ a testing laboratory to perform tests and to submit test reports. Sampling and testing for quality control during placement of concrete may include the following, as directed by Engineer. B. Samplinq Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. C. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed. D. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231 pressure method for normal weight concrete; one for each day's pour of each type of air-entrained concrete. E. Concrete Temperature: Test hourly when air temperature is 40 deg F (4 deg C) and below, and when 80 deQ F (27 deg C) and above; and each time a set of compression test specimens made. F. Compressive Strenqth Tests: Standard 6-inch diameter compression test cylinders shall be made in the field and tested in the laboratory in accordance with ASTM C31, C39 and C172. Test cylinders shall be made in forms provided by the testing laboratory . . ~ CONCRETE WORK 0331 0-30 - - I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County shall be issued for 7 and 28 day tests. These tests shall be repeated, if necessary, because of changes in material or unsatisfactory results. The advance testing may be waived at the request of the Contractor and with the Engineer's approval if the concrete is being produced by an established ready-mix plant with suitable records of mixes and testing and if the plant certifies that it will continue to use the same materials involved in the recorded testing. 2. During the progress of the work, and for each different mix of concrete, a set of three standard 6-inch concrete cylinders shall be made and tested for each and every day's operation (or 8-hour shift) where more than 5 cubic yards of concrete are placed. Make an additional set of three cylinders for each additional 50 cubic yards of concrete where more than 50 cubic yards are placed in one day (or 8-hour shift). The Contractor shall be responsible for seeing that these cylinders are made; cast the cylinders if testing laboratory personnel are not available. The cylinders of each set shall be molded from the same sample of concrete and tested, one at 7 days and one at 28 days. If high-early strength cement is used, then the tests shall be made at 3 and 7 days instead of at 7 and 28 days. 3. If any test cylinder shows a strength of less than that required at 28 days, then the concrete represented by such cylinder shall be further tested in accordance with Article 17.3 of ACI 301, except that Paragraph 17.3.2.3 shall not apply. If such further tests show a compressive strength less than required, then the concrete shall be rejected and shall be replaced with new work at the specified strength by the Contractor at his own expense. . 4. Test results will be reported in writing to Engineer, Structural Engineer and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength and type of break for both 7-day tests and 28-day tests. G. Nondestructive Testing: - - Impact hammer, sonoscope, or other nondestructive device may be permitted but shall not be used as the sole basis for acceptance or rejection. - . H. Additional Tests: - . ii - CONCRETE WORK 03310-31 CONCRETE WORK 0331 0-32 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County The testing service will make additional tests of in-place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. Testing service may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. Contractor shall pay for such tests when unacceptable concrete is verified. END OF SECTION 03310 I I I I I I I I I I I I I. I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 04201 - UNIT MASONRY PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. Extent of each type of masonry work is indicated on drawings. B. Types of masonry work required include: 1. Concrete unit masonry. 2. Brick masonry. 1.03 QUALITY ASSURANCE: A. Single Source Responsibility for Masonry Units: Obtain exposed masonry units of uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from one manufacturer for each different product required for each continuous surface or visually related surfaces. B. Sinqle Source Responsibility for Mortar Materials: Obtain mortar ingredients of uniform quality, including color for exposed masonry, from one manufacturer for each cementitious component and from one source and producer for each aggregate. 1.04 SUBMITTALS: A. Product Data: - . - Submit manufacturer's product data for each type of masonry unit, accessory, and other manufactured products, including certifications that each type complies with specified requirements. iiiiii - - - C. Samples for Initial Selection Purposes: Submit samples of the following materials: MASONRY 04201-1 MASONRY 04201-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 1. Unit masonry samples in small scale form showing full extent of colors and textures available for each type of exposed masonry unit required. 2. Colored masonry mortar samples showing full extent of colors available. D. Samples for Verification Purposes: Submit the following samples: 1. Unit masonry samples for each type of exposed masonry unit required; include in each set the full range of exposed color and texture to be expected in completed work. 2. Include size variation data verifying that actual range of sizes for brick falls within ASTM C 216 dimension tolerances for brick where modular dimensioning is indicated. 1.05 DELIVERY, STORAGE, AND HANDLING: A. Deliver masonry materials to project in undamaged condition. B. Store and handle masonry units to prevent their deterioration or damage due to moisture, temperature changes, contaminants, corrosion or other causes. C. Limit moisture absorption of concrete masonry units during delivery and until time of installation to the maximum percentage specified for Type I units for the average annual relative humidity as reported by the U.S. Weather Bureau Station nearest project site. D. Store cementitious materials off the ground, under cover and in dry location. E. Store aqgreqates where grading and other required characteristics can be maintained. F. Store masonry accessories including metal items to prevent deterioration by corrosion and accumulation of dirt. 1.06 PROJECT CONDITIONS: A. Protection of Work: During erection, cover top of walls with waterproof sheeting at end of each day1s work. Cover partially completed structures when work is not in progress. I I I I I I I I I I I I I I S&P Project No. G 124 01 01 Rehabilitation of z><l Street Pump Station Augusta-Richmond County B. Extend cover a minimum of 24 inches down both sides and hold cover securely in place. C. Do not apply uniform floor or roof loading for at least 12 hours after building masonry walls or columns. D. Do not apply concentrated loads for at least 3 days after building masonry walls or columns. E. Staining: Prevent grout or mortar or soil from staining the face of masonry to be left exposed or painted. Remove immediately grout or mortar in contact with such masonry. F. Protect base of walls from rain-splashed mud and mortar splatter by means of coverings spread on ground and over wall surface. G. Protect sills, ledges and projections from droppings of mortar. H. Cold Weather Protection: 1. Do not lay masonry units which are wet or frozen. 2. Remove any ice or snow formed on masonry bed by carefully applying heat until top surface is dry to the touch. 3. Remove masonry damaged by freezing conditions. 4. Perform the following construction procedures while masonry work is progressing. Temperature ranges indicated below apply to air temperatures existing at time of installation except for grout. For grout, temperature ranges apply to anticipated minimum night temperatures. In heating mortar and grout materials, maintain mixing temperature selected within 10 deg. F (6 deg. C). a. 40 deg. F (4 deg. C) to 32 deg. F (0 dea. C): 1) Mortar: Heat mixing water to produce mortar temperature between 40 deg. F (4 deg. C) and 120 deg. F (49 deg. C). - - 2) Grout: Follow normal masonry procedures. - b. 32 deg. F (0 deg. C) to 25 deg. F (-4 deg. C): . 1) Mortar: Heat mixing water and sand to produce mortar temperatures between 40 deg. F (4 deg. C) and 120 deg. F (49 deg. C); maintain temperature of mortar on boards above freezing. MASONRY 04201-3 MASONRY 04201-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 2) Grout: Heat grout materials to 90 deg. F (32 deg. C) to produce in-place grout temperature of 70 deg. F (21 deg. C) at end of work day. c. 25 deg. F (-4 deq. C) to 20 deg. F (-7 deg. C): 1) Mortar: Heat mixing water and sand to produce mortar temperatures between 40 deg. F (4 deg. C) and 120 deg. F (49 deg. C); maintain temperature of mortar on boards above freezing. 2) Grout: Heat grout materials to 90 deg. F (32 deg. C) to produce in-place grout temperature of 70 deg. F (21 deg. C) at end of work day. 3) Heat both sides of walls under construction using salamanders or other heat sources. 4) Use windbreaks or enclosures when wind is in excess of 15 mph. d. 20 deg. F (-7 deq. C) and below: 1) Mortar: Heat mixing water and sand to produce mortar temperatures between 40 deg. F (4 deg. C) and 120 deg. F (49 deg. C). 2) Grout: Heat grout materials to 90 deg. F (32 deg. C) to produce in-place grout temperature of 70 deg. F (21 deg. C) at end of work day. 5. Masonry Units: Heat masonry units so that they are above 20 deg. F (-7 deg. C) at time of laying. 6. Provide enclosure and auxiliary heat to maintain an air temperature of at least 40 deg. F (4 deg. C) for 24 hours after laying units. 7. Do not h~at water for mortar and grout to above 160 deg. F (71 deg. C). 8. Protect completed masonry and masonry not being worked on in the following manner. Temperature ranges indicated apply to mean daily air temperatures except for grouted masonry. For grouted masonry, temperature ranges apply to anticipated minimum night temperatures. II II II II II I il il II S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County a. 40 deg. F (4 deg. C) to 32 deq. F (0 deg. C): Protect masonry from rain or snow for at least 24 hours by covering with weather-resistive membrane. b. 32 deg. F (0 deg. C) to 25 deg. F (-4 deq. C): Completely cover masonry with weather-resistive membrane for at least 24 hours. c. 25 deg. F (-4 deg. C) to 20 deg. F (-7 deg. C): Completely cover masonry with weather-resistive insulating blankets or similar protection for at least 24 hours, 48 hours for grouted masonry. d. 20 deg. F (-7 deg. C) and below: Except as otherwise indicated, maintain masonry temperature above 32 deg. F (0 deg. C) for 24 hours using enclosures and supplementary heat, electric heating blankets, infrared lamps or other methods proven to be satisfactory. For grouted masonry maintain heated enclosure to 40 deg. F (4 deg. C) for 48 hours. 1.07 ALLOWANCES: A. Furnish face brick under allowances specified in Division-1 section IIAllowancesll. i_ PART 2 - PRODUCTS 2.01 BRICK MADE FROM CLAY OR SHALE: 1- i_ A. General: . . Comply with referenced standards and other requirements indicated below applicable to each form of brick required. - - . B. Size: Provide bricks manufactured to the following actual dimensions: - . 1. Non-Modular Standard: 2-1/411 x 3-3/411 X 811. 11II 2. Oversize: 2-3/411 x 3-3/411 X 811. 3. Standard Modular: 2-1/411 x 3-5/811 X 7-5/811. C. Molded Shapes: Provide special molded shapes where indicated and for application requiring brick of form, size and finish on exposed surfaces which cannot be produced from standard brick sizes by sawing. MASONRY 04201 -5 MASONRY 04201-6 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County D. Sills and Caps: For sills, caps and similar applications resulting in exposure of brick surfaces which otherwise would be concealed from view, provide uncored or unfrogged units with all exposed surfaces finished. E. Facing Brick: ASTM C 216, and as follows. '1. Grade MW except Grade SW where indicated by ASTM C 216 grade requirements for applicable weathering index and exposure. 2. Type FBS (normal size and color variations). 3. Compressive Strength: 8,000 psi, average, per ASTM C 67. 4. Application: Use where brick is exposed, unless otherwise indicated. 5. Texture and Color: Match Architect's sample. 6. Wherever shown to "match existing", provide face brick of matching color, texture and size as existing adjacent brickwork. F. Building (Common) Brick: ASTM C 62, and as follows: 1. Grade MW except Grade SW where indicated by ASTM C 62 grade requirements for applicable weathering index and exposure. 2. Application: Use where brick is indicated for concealed locations. 2.02 CONCRETE MASONRY UNITS: A. General: Comply with referenced standards and other requirements indicated below applicable to each form of concrete masonry unit required. B. Special Shapes: Provide special shapes where required for lintels, corners, jambs, sash, control joints, headers, bonding and other special conditions. C. Bullnose Units: I I I I ~I I ,I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Provide bullnose units for outside corners unless otherwise indicated, D. Square-Edged Units: Provide square-edged units for outside corners, except where indicated as bullnose. E. Concrete Block: Provide units complying with characteristics indicated below for Grade, Type, face size, exposed face and, under each form of block included, for weight classification. 1. Grade N. 2. Size: Manufacturer's standard units with nominal face dimensions of 16" long x 8" high (15-5/8" x 7-5/8" actual) x thicknesses indicated. 3. Type I, moisture-controlled units. 4. Exposed Faces: Manufacturer's standard color and texture, unless otherwise indicated. 5. Where special finishes are indicated, provide units with exposed faces of the following general description matching color and texture of Engineer's sample. iiiii' a. b. - c. d. e. - Standard aggregate, ground finish. Special aggregate, ground finish. Standard aggregate, exposed aggregate finish. Special aggregate, exposed aggregate finish. Slump block finish. 6. Where special patterns are indicated, provide units with exposed faces matching color, texture and pattern of Engineer's sample. . . 7. Hollow Loadbearino Block: ASTM C 90 and as follows: a. Weioht Classification: Normal weight. 8. Solid Loadbearing Block: ASTM C 145 and as follows: a. Weight Classification: Normal weight. 9. Concrete Buildino Brick: Provide units complying with ASTM C 55 and characteristics indicated below for grade, type, size and weight classification. MASONRY 04201-7 MASONRY 04201-8 I I I I I I I I I I I I I I I I I I i - S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County a. Grade: Same as indicated for concrete block. b. ~: Same as indicated for concrete block. c. Size: As indicated. 1) Non-Modular Standard: 2-1/4" x 3-3/4" x 8". d. Weiqht Classification: Normal weight. 10. Prefaced Concrete Block: Provide lightweight concrete units indicated below with manufacturer's standard smooth resinous tile facing complying with ASTM C 744: a. For units on which prefaced surfaces are molded, comply with the following requirements: 1) Hollow Loadbearing Block: ASTM C 90, Grade N, Type I. 2) Solid Loadbearing Block: ASTM C 145, Grade N, Type I. b. Size: Manufacturer's standard with nominal face dimensions of 16" long x 8 " high (15-5/8" x 7-5/8" actual) x thicknesses indicated for units on which prefaced surfaces are molded; with 1/16" thick returns . of facing to create 1/4" wide mortar joints with modular coursing. c. Color and Pattern: Provide color and pattern selected by Engineer from manufacturer's full range of standard colors and patterns. F. Products: Subject to compliance with requirements, provide one of the following: 1. "Astra-Glaze"; Nabco Glazed Products. 2. "Spectra-Glaze II"; manufacturer approved by the Burns & Russell Co. 2.03 MORTAR AND GROUT MATERIALS: A. Portland Cement: ASTM C 150, Type I, except Type III may be used for cold weather construction. Provide natural color or white cement as required to produce required mortar color. B. Masonry Cement ASTM C 91. I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of z>d Street Pump Station Augusta-Richmond County 1. For colored piomented mortars use premixed colored masonry cements of formulation required to produce color indicated, or if not indicated, as selected from manufacturer's standard formulations. a. Products: Subject to compliance with requirements, provide one of the following: 1) lIAtlas Custom Color Masonry Cement"; Lehigh Portland Cement Co. 2) lIFlamingo Color Masonry Cementll; The Riverton Corporation. 2. For colored aggregate mortars use masonry cement of natural color or white as required to produce mortar color indicated. a. Hydrated Lime: ASTM C 207, Type S. b. Aggregate for Mortar: ASTM C 144, except for joints less than 1/411 use aggregate graded with 100% passing the No. 16 sieve. 1) White Mortar Agoregates: Natural white sand or ground white stone. 2) Colored Mortar Aogreoates: Ground marble, granite or other sound stone, as required to match Architect's sample. c. Aqgregate for Grout: ASTM C 404. d. Colored Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes. Use only pigments with record of satisfactory performance in masonry mortars. 1) Products: Subject to compliance with requirements, provide one of the following: · IISGS Mortar Colorsll; Solomon Grind-Chem Services, Inc. · IITrue Tone Mortar Colorsll; Davis Colors, A Subsidiary of Rockwood Industries, Inc. 3. Water: Clean and potable. . . 2.04 JOINT REINFORCEMENT. TIES AND ANCHORING DEVICES: A. Materials: MASONRY 04201-9 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Comply with requirements indicated below for basic materials and with requirements indicated under each form of joint reinforcement, tie and anchor for size and other characteristics: 1. Zinc-Coated (galvanized) Steel Wire: ASTM A 82 for uncoated wire and with ASTM C 641 for zinc coating of class indicated below: a. Class 1 (0.40 oz. per sq. ft. of wire surface). b. Application: Use for masonry not exposed to exterior or earth. 2. Hot-Dip Galvanized Steel Wire: ASTM A 82 for uncoated wire and with ASTM A 123, Class B-2 (1.5 oz. per sq. ft. of wire surface) for zinc coating applied after prefabrication into units. 3. Austenitic Stainless Steel Wire: ASTM A 580, AISI Type 304 (UNS S30400) alloy. a. Application: Use for masonry exposed to exterior and in contact with earth. 4. Zinc-Coated (Galvanized) Steel Sheet: Carbon steel with zinc coating complying with ASTM A 525, Coating Designation G90. a. Application: Use for dovetail slots and where indicated. 5. Hot-Dip Galvanized Carbon Steel Sheet: ASTM A 366, Class 2 or ASTM A 635; hot-dip galvanized after fabrication to comply with ASTM A 153, Class B. a. Application: Use for anchors. 6. Joint Reinforcement: Provide welded-wire units prefabricated with deformed continuous side rods and plain cross rods into straight lengths of not less than 10', with prefabricated corner and tee units, and complying with requirements indicated below: a. Width: Fabricate joint reinforcement in units with widths of approximately 2" less than nominal width of walls and partitions as required to provide mortar coverage of not less than 5/8" on joint faces exposed to exterior and 1/2" elsewhere. b. Wire Size for Side Rods: 0.1875" diameter. c. Wire Size for Cross Rods: 0.1875" diameter. d. For single-wythe masonry provide type as follows with single pair of side rods: MASONRY 04201-10 I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 1) Ladder design with perpendicular cross rods spaced not more than 16" o.C. e. For multi-wythe masonry provide type as follows: 1) Ladder desiqn with perpendicular cross spaced not more than 16" o.c. and number of side rods as follows: f. Number of Side Rods for Composite Construction: One side rod for each face shell of concrete masonry back-up and one rod for brick wythe. g. Number of Side Rods for Multiple-Wythe Concrete Masonry: One side rod for each face shell of concrete masonry back-up and of concrete masonry facing wythe. h. Number of Side Rods for Multiple-Wythe Brick Masonry: One side rod for each wythe. 7. Tab design with single pair of side rods and rectangular box-type cross ties spaced not more than 16" o.C.; with side rods spaced for embedment within each face shell of back-up wythe and ties extended to within 1" of exterior face of facing wythe. Use units with adjustable 2-piece rectangular ties where horizontal joints of facing wythe do not align with those of back-up. 8. Bent-Wire Ties: Provide individual prefabricated bent-wire units complying with requirements indicated below: a. Wire Size: 0.1875" diameter. b. Lenqth: Provide units of length indicated but not less than that required for embedment into each wythe of 1.5" for solid units and for . embedment of tie end into face shells of hollow units, with not less than 5/8" mortar cover on exterior face joints, 1/2" elsewhere. c. Tie Shape for Hollow Masonry Units Laid with Cells Vertical: Rectangular with ends welded close and not less than 2" wide. d. Tie Shape for Solid Masonry Unit Construction: Z-shaped ties with ends bent 90 deg. to provide hooks not less than 2" long. e. Type for Masonry Where Coursinq Between Wythes Aliqn: Unit ties bent from one piece of wire. MASONRY 04201-11 MASONRY 04201-12 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County f. Type for Masonry Where Coursing Between Wythes Does Not Aliqn: Adjustable ties composed of two parts, one with a pintle, the other with an eye. 9. Flexible Anchors: Where flexible anchors are indicated for connecting masonry to structural framework, provide 2-piece anchors as described below which permit vertical or horizontal differential movement between wall and framework parallel to, but resist tension and compression forces perpendicular to, plane of wall. a. For anchoraqe to concrete framework, provide manufacturer's standard anchors with dovetail anchor section formed from 0.1046" (12 gage) thick sheet metal and triangular-shaped wire tie section sized to extend within 1" of masonry face. b. For anchorage to steel framework provide manufacturer's standard anchors with crimped 1/4" diameter wire anchor section for welding to steel and triangular-shaped wire tie section sized to extend within 1" of masonry face. C. Wire Size: 0.25" diameter. 10. Masonry Veneer Anchors: Two-piece assemblies which permit vertical or horizontal differential movement between wall and framework parallel to, but resist tension and compression forces perpendicular to, plane of wall; consisting of wire tie section and metal anchor section for attachment over sheathing to metal studs and complying with the following requirements: a. Wire Size: 0.1875" diameter. b. Wire Tie Shape: Triangular. c. Wire Tie Length: As required to extend within 1" of masonry veneer face. d. Anchor Section: Sheet metal plate, with screw holes top and bottom and with raised, rib-stiffened strap stamped into center to provide slot between strap and plate for connection of wire tie; of overall size and thickness indicated below: 1) Size: Plate and strap size: 1-1/4" wide for plate, 5/8" for strap x lengths indicated below; slot clearance formed between face of plate and back of strap at maximum rib projection: 1/32" + diameter of wire tie. I I :1 \1 il :1 il I (I II II S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 2) Plate and Strap Lenqths: 511 and 3-1/211; with both sides of plate stiffened by ribs. 3) Thickness: 0.074T' (14 gage). e. Metal Fasteners for Steel Studs: Steel drill screws, #10 diameter x length required to penetrate steel stud flange by not less than 3 exposed threads, complying with ASTM C 954 except with hex washer head and neoprene washer, cadmium-plated. f. Products: Subject to compliance with requirements, provide the following: 1) 'D/A 213; Dur-O-Wal, Inc. 2) II DW-1 011; Hohmann & Barnard, Inc. 3) II DW-1 OHS; Hohmann & Barnard, Inc. 11. Riqid Anchors: Provide straps of form and length indicated, fabricated from sheet metal strips of following width and thickness, unless otherwise indicated. a. Width: 111. b. Thickness: 3/1611. 12. Unit Type Masonry Inserts in Concrete: Furnish cast iron or malleable iron inserts of type and size indicated. . I 13. Dovetail Slots: Furnish dovetail slots, with filler strips, of slot size indicated, fabricated from 0.033611 (22 gage) sheet metal. I 14. Anchor Bolts: Provide steel bolts with hex nuts and flat washers complying with ASTM A 307, Grade A, hot-dip galvanized to comply with ASTM C 153, Class C, in sizes and configurations indicated. . B. Manufacturers: - . - - Subject to compliance with requirements, provide products of one of the following: . 1. AA Wire Products Co. 2. Dur-O-Wall, Inc. 3. Heckman Building Products, Inc. 4. Hohmann & Barnard, Inc. 5. Masonry Reinforcing Corp. of America. 6. National Wire Products Corp. - MASONRY 04201-13 MASONRY 04201-14 I I I I I I I I I I I I I I I I I I i S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 2.06 CONCEALED FLASHING MATERIALS: A. Sheet Metal Flashinq: Fabricate from the following metal complying with requirements specified in Division-7 section "Flashing and Sheet Metal" and below: 1. Stainless Steel: 0.015" thick. 2. Fabricate through-wall metal flashinqs with deformation in both directions for integral mechanical mortar bond. 3. Fabricate metal expansion ioint strips from sheet metal indicated above, formed to shape indicated. B. Asphalt-Coated Copper Flashinq: Manufacturer's standard product consisting of sheet copper of weight per sq. ft. indicated below coated with flexible fibrated asphalt. 2. Weiqht: 5 oz. C. Vinyl Sheet Flashing: Flexible sheet flashings especially formulated from virgin polyvinyl chloride with plasticizers and other modifiers to remain flexible and waterproof in concealed masonry applications, black in color and of thickness indicated below: 2. Thickness: 30 mils. D. Laminated Flashinq: Manufacturer's standard laminated flashing of type indicated below: 1. Copper-Fabric Laminate: Copper sheet of weight per sq. ft. indicated below, bonded with asphalt between 2 layers of glass fiber cloth. 2. Weight: 5 oz. E. Adhesive for Flashings: Of type recommended by manufacturer of flashing material for use indicated. F. Available Products: I \ ~&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 00140 - PERFORMANCE BOND THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS: That R. O. Rrnwn r[)ntrAC'.tnr~, Tnc.. ,as Principal, hereinafter called Contractor, and St. Paul Fire & Marine Insurance ComPFlny, a corporation organized and existing under the laws of the State of Minnesota , with its principal office in the City of St. Paul , State of Minnesota , as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, as Obligee hereinafter called Owner, in the penal amount FClJt" lirrlrerl Sixt:Eal 'lli:usarrl~ty FClJt" ($ 416,074.00) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, succe~sors and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated 2-12-03 entered into a contract with the Owner for Rehabilitation of the 2nd Street Lift Station , in accordance with the drawings and specifications issued by Stevenson & Palmer Engineering, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall promptly faithfully perform the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever the Contractor shall be, and declared by the Owner to be in default under the Contract, the Owner having performed the Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Contract in accordance with the terms and conditions, or 2. Obtain a bid or bids for completing the Contract in accordance with the terms and conditions, and upon determination by Surety of the lowest responsible bidder; or, if the Owner elects, upon determination by the Owner and Surety jointly of the lowest responsible bidder, arrange for a contract between 'such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the Contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price" as used in this PERFORMANCE-BOND 00140-1 S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by tne Owner to the Contractor. . Any suit under this bond must be instituted before the expiration of two (2) years from the date on which the final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any persons or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed "this day of February AD. 2003_.. Witness , 0 ~ -- Witness R.D. BrownC:it~;esident Fl e & Marine Ins. ~eal) -Inc(Seal) _ _ _ - '; ,., .: ~ :. - ',.- - - ~ "'.~ ~ :- - .~:,~ ,? ~j~ (S~alr~ -. .. /' ./ Attest ~tl. . Note: Date of Bond must be prior to date of Contract. If Contractor is partnership~~aJI partners should execute bond. Witness PERFORMANCE BOND 00140-2 I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 00145 - LABOR AND MATERIAL PAYMENT BOND THIS BOND ]S EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS: That R. D. Brown Con trac tors, Inc. as Principal, hereinafter called Contractor and St. Paul Fire & Marine Insurance Company , a corporation organized and existing under the laws of the State of Minnesota, with its principal office in the City of St. Paul , State of Minnesota, as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of Fnl1r Hllnnrpn Si xtppn Thow~;mn Seventy FOllr--- Dollars ($ 416,074.00 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and as~igns, jointly and severally, firmly by these presents. WHEREAS, the Contractor has by said written agreement dated 2-12-03 entered into a contract with Owner for construction of Rehabilitation of the 2nd Street Lift Station, in accordance with drawings and specifications issued by Stevenson & Palmer Engineering. Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and materials used or as reasonably required to use in the performance of the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Contractor or with a subcontractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. 2. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety days after the day on which the last of such claimant's work or labor was done or performed, or materials was furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. LABOR AND MATERIAL PAYMENT BOND 00145-1 S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3. No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having direct contact with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor ceased work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. (Continued Next Page) LABOR AND MATERIAL PAYMENT BOND 00145-2 S.&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Signed and sealed this Witness Attest Witness Witness 14th day of February Inc. AD. 2003 . (Seal), I~- "!:".. -- :.. ~ -_.: St. / . < ....: ......: ~,~ ~ :- -:<-:J' .-" (Seal)-.- - - - Co. (Seal) /" - / ./ / .' - (Se_al) , t torney-in';'-F~~~"'.:._-:___ Note: Date of Bond must be prior to date of Contract. If Contractor is partnership, all partners should execute bond. LABOR AND MATERIAL PAYMENT BOND 00145-3 . ";' TheStRlul POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Power of Attorney No. 21010 Certificate No. 948936 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York. and that SI. Paul Fire and Marine Insurance Company, SI. Paul Guardian Insurance Company and SI. Paul Mercury Insurance Company are corporal ions duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of Ihe State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the Stale of Wisconsin (herein collectively called the "Colllpanies"), and that Ihe Companies do hereby make, constitute and appoint Roy Scarborough, Jr., Eugene A. Cronic and Alicia 1. Rhoades Augusta Georgia of the City of , Slale , Iheir true and lawful Attomey(s)-in-FacL each in their separate capacily if more than one is named above, to sign its name as surety to, and 10 execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the tidelity of persons. guaranteeing Ihe performance of contracts and executing or guaranteeing bonds and undertakings recjiiirecl orpen)lilled ill,any actions or proceedings allowed by law. .:.,\\.'" ,,:.. ," ^ ',. IN WITNESS WHEREOF, the Companies have caused this instrument'l~\~beiign~d~;ind'Se,;ledktl;ls~~ 1st day of December ~.>,..", ._,:\~,.,~~. ,:..;J '~:~ ,. ''''''_;\';- 1999 Seaboard Suret). Company '" ",oj St. Paul Fire and Marine Insurari'ce:C<;~pan~' St. Paul Guardian InsurancfC~m~anv\\>" , ." .' "'~. ... St. Paul Mercur)' Insurance Compa~y" ""....., ' ,.",' , , . \' .,'. United States Fidelity and Guaranty Compan)' Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. (lJ;~r;~ @ ~-P I l~e.rI~ Slate of Maryland City of Baltimore THOMAS E. HUIBREGTSE. Assistant Secretary On this 1st day of December 1999 ,before me, Ihe undersigned ollicer, personally appearcd John F. Phinney and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company. Sl. Paul Fire and Marine Insurance Company, SI. Paul Guardian Insurance Company, Sl. Paul Mcrcury Insurance Company, United Slates Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Comp~my, and Fidelity and Guaranty Insurance Underwriters, Inc.; and Ihat the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposcs therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. ~~~.~ My Commission expires the 13th day of July, 2002. REBECCA EASLEY.ONOKALA, Notary Public ',. 86203 Rev. 7-2000 Printed in U.S.A. This Power of Allorney is gnUlted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or cntities appointed as Allorncy(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairnlan, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Allorncy(s)-in-Fact for purposes only of cxecuting and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Allomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so exc- cuted and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER. that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the tcrms and limitations of the Power of Attomey issued them, to executc and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and othcr writings obligatory in the nature thereof, and any such instrument executed by such Allorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company. St, Paul Fire and Marine Insurance Company, St, Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies. which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this 14th day of F'pnrll.<lry 7003 (i> .<..~;~\ '\ ~~. .~. ~ - To I'erify the authenticity of this Power of Attorney, call1-800-421'388(Piindask!or the Power ofAttomey clak. --:. '(,-I t ;,' /. <" '. \ " " the above-named individuals and the details of the bond to which\the pOH;eris'attached.' ' '.' ; . ,-" \ ~erl~ Thomas E. Huibregtse. Assistant Sccrct<if)' Please refer to the Power of Attorney nllmber, ,...,--:--- " <' ALRH RDBROWN-02 ACORDTII CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDIYY) 2/14/2003 PRODUCER (706) 722-8338 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Roy Scarborough and Associates, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Agency Record ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 822 Reynolds street Augusta GA 30901 INSURERS AFFORDING COVERAGE INSURED INSURER A: Bi tuminous Casualty INSURER B: Cincinnati Ins. Co R. D. Brown Contractors, Inc. INSURER c: Post Office Box 6535 INSURER 0: I North Augusta SC 29861 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I~~: TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE ~~!f: EXPIRATION LIMITS ...!!E.NERAL LIABILITY CLP3166402 1/1/2003 1/1/2004 EACH OCCURRENCE $ 1000000 A X COMMEROAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $ 100000 I CLAIMS MADE [!] OCCUR MED EXP (Anyone person) $ 5000 PERSONAL & ADV INJURY $ 1000000 GENERAL AGGREGATE $ 2000000 - 2000000 ~L AGGREril LIMIT APnS PER: PRODUCTS - COM PlOP AGG $ POLICY X p'~g. LOC ~OMOBILE LIABILITY CAP3166404 1/1/2003 1/1/2004 COMBINED SINGLE LIMIT $ 1000000 A X ANY AUTO (Ea accident) - X ALL OWNED AUTOS - BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS - BODILY INJURY $ X NON-OWNED AUTOS (per accident) - - PROPERTY DAMAGE $ (Per accident) ~GE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ 5000000 B t[] OCCUR D ClAIMS MADE CCC4447003 1/1/2002 1/1/2005 AGGREGATE $ 5000000 $ R DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION ANO X I WC STATU- I IO~- A EMPLOYERS' LIABILITY WC3166400 1/1/2003 1/1/2004 500000 E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ 500000 E.L. DISEASE - POLICY LIMIT $ 500000 OTHER DESCRIPTION OF OPERATIONSIlOCATlONSlVEHICLESlEXCLUSIONS AODEO BY ENDORSEMENT/SPECIAL PROVISIONS Rehabilitation of 2nd street Lift Station, Augusta utilities Department CERTIFICATE HOLDER I I ADDITIONAL INSURED' INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WIL~MAIL....JL DAYS WRITTEN NOTIC';..TOTHE CER{IFICATE HOLDER NAMED TO THE LEFT, ~ Augusta-Richmond County Cormnission I .1. 530 Greene Street ~/ , A Augusta GA 30901- AUTHO~"ES~MVE YL /i ~ I lOt" A #'.. ::;:t-/ ACORD 25-8 (7/97) ~ "I;:; @ ACORD CORPORATION 1988 il tl :1 (I fl il :1 il il S&P Project No. G124 01 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: 1. Asphalt-Coated Copper Flashing: a. "Cop-A-Cote"; Afco Products Inc. b. Coated Copper Flashing; Sandell Manufacturing Co., Inc. c. "Coppersealll; York Manufacturing, Inc. 2. Vinyl Sheet Flashing: a. "Vi-Seal Plastic Flashing"; Afco Products Inc. b. "BFG" Vinyl Water Barrier; B.F. Goodrich Co. c. "Nuflex"; Sandell Manufacturing Co., Inc. d. "Wascoseal"; York Manufacturing, Inc. 3. Copper Fabric Laminate Flashing: a. Copper Fabric; Afco Products Inc. b. Copper Fabric Flashing; Sandell Manufacturing Co., Inc. c. Copper Fabric Flashing; York Manufacturing, Inc. 2.07 MISCELLANEOUS MASONRY ACCESSORIES: ,- ~. I. A. Reinforcing Bars: :. Deformed steel, ASTM A 615, Grade 60 for bars NO.3 to No. 18. i. B. Non-Metallic Expansion Joint Strips: ,'. - !. Premolded, flexible cellular neoprene rubber filler strips complying with ASTM D 1056, Grade RE41 E1, capable of compression up to 35%, of width and thickness indicated. II - C. Premolded Control Joint Strips: .... !!!! Material as indicated below, designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. - I - - 1. Styrene-butadiene rubber compound complying with ASTM D 2000, Designation 2M-805. D. Bond Breaker Strips: Asphalt-saturated organic roofing felt complying with ASTM D 226, Type I (No. 15 asphalt felt). MASONRY 04201-15 MASONRY 04201-16 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County E. Weepholes: Provide the following for weepholes: 1. Plastic Tubing: Medium density polyethylene, outside diameter and length as indicated below: a. 1/4" x4". 2. Cotton Cord: Sash cord of length required to produce 2" exposure on exterior and 18" in cavity between wythes. 3. Aluminum WeepholeNentilators: One-piece L-shaped units made to fit in a vertical mortar joint from sheet aluminum and consisting of a vertical channel with louvers stamped in web and a flat horizontal; painted to comply with Division-9 section "Painting", prior to installation, in color approved by Engineer to match that of mortar. 4. Vinyl WeepholeNentilators: One-piece offset T-shaped units formed to fit in a vertical mortar joint by injection molding of flexible polyvinyl chloride and consisting of a louvered vertical leg, flexible wings to seal against ends of masonry units, and top flap; in color approved by Architect to match that of mortar. a. Products: Subject to compliance with requirements, provide one of the following weephole/ventilators: 1) "Wilko" (Aluminum) Weephole Ventilators"; AA Wire Products Co. 2) "Williams-Goodco" (Vinyl) Brick Vent; Williams Products, Inc. 2.08 INSULATION: A. Loose Granular Perlite Insulation: Expanded perlite complying with ASTM C 549, Type II (surface-treated for water repellency and limited moisture absorption) or IV (surface-treated for water repellency and to limit dust generation); r-value of 3.3 - 2.8 Btu/(hr x sf x deg. F) for densities of 4.1 - 7.4 Ibs. per cu. ft. at 75 deg. F (24 deg. C). B. Loose Granular Vermiculite Insulation: Expanded vermiculite complying with ASTM C 516, Type II (surface-treated for water repellency and limited moisture absorption), Grade 3 (Fine); r-value of 2.3 Btu/(hr x sf x deg. F) at 75 deg. F (24 deg. C). II !I 11 11 (I il S&P Project No. G124 01 01 RehabllltatJon of 2nd Street Pump Station Augusta-Richmond County C. Extruded Polvstyrene Board Insulation: Rigid cellular polystyrene thermal insulation with closed cells and integral high density skin, formed by the expansion of polystyrene base resin in an extrusion process to comply with ASTM C 578, Type IV; 5-year aged r-value of 5 Btu/(hr x sf x deg. F) at 75 deg. F (24 deg. C); in manufacturer's standard lengths and widths; thicknesses as indicated. D. Products: Subject to compliance with requirements, provide one of the following: ;1 1. "Styrofoam SM/SB"; Dow Chemical USA. 2. "Foamular 250"; UC Industries. 3. II Certifoam ", Minnesota Diversified Products, Inc. E. Adhesive: [I Type recommended by insulation board manufacturer for application indicated. il 2.09 MASONRY CLEANERS: :. I. A. Job-Mixed Detergent Solution: ,. Solution of trisodium phosphate (1/2 cup dry measure) and laundry detergent (1/2 cup dry measure) dissolved in one gallon of water. B. Acidic Cleaner: I. I. Manufacturer's standard strength general purpose cleaner designed for new masonry surfaces of type indicated; composed of blended organic and inorganic acids combined with special wetting systems and inhibitors; expressly approved for intended use by manufacturer of masonry units being cleaned. ,. I I C. Products: Subject to compliance with requirements, provide the following: 1. "Sure K1ean" No. 600 Detergent; ProSoCo, Inc. 2.10 MORTAR AND GROUT MIXES: A. General: MASONRY 04201-17 MASONRY 04201-18 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 RehabilitatJon of 2nd Street Pump Station Augusta-Richmond County Do not add admixtures including coloring pigments, air-entraining agents, accelerators, retarders, water repellent agents, anti-freeze compounds or other admixtures, unless otherwise indicated. Do not use calcium chloride in mortar or grout. B. Mixing: Combine and thoroughly mix cementitious, water and aggregates in a mechanical batch mixer; comply with referenced ASTM standards for mixing time and water content. C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specification, for types of mortar required, unless otherwise indicated. 1. Limit cementitious materials in mortar to portland cement-lime. 2. Use Type M mortar for masonry below grade and in contact with earth, and where indicated. 3. Use Type S mortar for reinforced masonry and where indicated. 4. Use Tvpe N mortar for exterior, above-grade load bearing and non-Ioadbearing walls; for interior loadbearing walls; and for other applications where another type is not indicated. 5. Colored Pigmented Mortar: Select and proportion pigments with other ingredients to produce color required. Do not exceed pigment-to-cement ratio of 1-to-1 0, by weight. 6. Colored Agaregate Mortar: Produce mortar of color required by use of colored aggregates in combination with selected cementitious materials. a. Mix to match Engineer's sample. D. Grout for Unit Masonry: Comply with ASTM C 476 for grout for use in construction of reinforced and nonreinforced unit masonry. Use grout of consistency indicated or if not otherwise indicated, of consistency (fine or coarse) at time of placement which will completely fill all spaces intended to receive grout. 1. Use fine grout in grout spaces less than 211 in horizontal direction, unless otherwise indicated. I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 2. Use coarse grout in grout spaces 211 or more in least horizontal dimension, unless otherwise indicated. PART 3 - EXECUTION 3.01 INSTALLATION, GENERAL: A. Concrete Masonry Units: Do not wet concrete masonry units. B. Cleaning Reinforcing: Before placing, remove loose rust, ice and other coatings from reinforcing. C. Thickness: Build cavity and composite walls, floors and other masonry construction to the full thickness shown. Build single-wythe walls (if any) to the actual thickness of the masonry units, using units of nominal thickness indicated. D. Chases and Recesses: Build chases and recesses as shown or required for the work of other trades. Provide not less than 8" of masonry between chase or recess and jamb of openings, and between adjacent chases and recesses. E. Openings: Leave openings for equipment to be installed before completion of masonry work. After installation of equipment, complete masonry work to match work immediately adjacent to the opening. F. Cut Masonry Units: Cut masonry units using motor-driven saws to provide clean, sharp, unchipped edges. 1. Cut units as required to provide continuous pattern and to fit adjoining work. Use full-size units without cutting where possible. 2. Use dry cutting saws to cut concrete masonry units. G. Matching Existing Masonry Work: Match coursing, bonding, color and texture of new masonry work with existing work. MASONRY 04201-19 - I - MASONRY 04201-20 I I I I I I I I I I I I I I I I I I I sap Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3.02 CONSTRUCTION TOLERANCES: A. Variation from Plumb: For vertical lines and surfaces of columns, walls and arises do not exceed 1/4" in 10', or 3/8" in a story height not to exceed 20', nor 1/2" in 40' or more. For external corners, expansion joints, control joints and other conspicuous lines, do not exceed 1/4" in any story or 20' maximum, nor 1/2" in 40' or more. For vertical alignment of head joints do not exceed plus or minus 1/4" in 10',1/2" maximum. B. Variation from Level: For bed joints and lines of exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines, do not exceed 1/4" in any bay or 20' maximum, nor 1/2" in 40' or more. For top surface of bearing walls do not exceed 1/8" between adjacent floor elements in 1 0' or 1/16" within width of a single unit. C. Variation of Linear Building Line: For position shown in plan and related portion of columns, walls and partitions, do not exceed 1/2" in any bay or 20' maximum, nor 3/4" in 40' or more. D. Variation in Cross-Sectional Dimensions: For columns and thickness of walls, from dimensions shown, do not exceed minus 1/4" nor plus 1/2". E. Variation in Mortar Joint Thickness: Do not exceed bed joint thickness indicated by more than plus or minus 1/8", with a maximum thickness limited to 1/2". Do not exceed head joint thickness indicated by more than plus or minus 1/8". 3.03 LAYING MASONRY WALLS: A. General: Layout walls in advance for accurate spacing of surface bond patterns with uniform joint widths and to accurately locate openings, movement-type joints, returns and offsets. Avoid the use of less-than-half-size units at corners, jambs and wherever possible at other locations. I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Lay-up walls to comply with specified construction tolerances, with courses accurately spaced and coordinated with other work. B. Pattern Bond: Lay exposed masonry in the bond pattern shown or, if not shown, lay in running bond with vertical joint in each course centered on units in courses above and below. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 2". Bond and interlock each course of each wythe at corners. Do not use units with less that nominal 4" horizontal face dimensions at corners or jambs. C. Stopping and Resuminq Work: Rack back 1/2-unit length in each course; do not tooth. Clean exposed surfaces of set masonry, wet units lightly (if required) and remove loose masonry units and mortar prior to laying fresh masonry. D. Built-in Work: As the work progresses, build-in items specified under this and other sections of these specifications. Fill in solidly with masonry around built-in items. Fill space between hollow metal frames and masonry solidly with mortar, unless otherwise indicated. At exterior frames insert extruded polystyrene board insulation around perimeter of frame in thickness indicated but not less than 3/4" to act as a thermal break between frame and masonry. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath in the joint below and rod mortar or grout into core. Fill cores in hollow concrete masonry units with grout 3 courses (24") under bearing plates, beams, lintels, posts and similar items, unless otherwise indicated. 3.04 MORTAR BEDDING AND JOINTING: A. Lay solid brick size masonry units with completely filled bed and head joint; butter ends with sufficient mortar to fill head joints and shove into place. Do not slush head joints. - B. Lay hollow concrete masonry units with full mortar coverage on horizontal and vertical face shells. Bed webs in mortar in starting course on footings - - MASONRY 04201-21 MASONRY 04201-22 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-RJchmond County and in all courses of piers, columns and pilasters, and where adjacent to cells or cavities to be reinforced or filled with concrete or grout. For starting course on footings where cells are not grouted, spread out full mortar bed including areas under cells. C. Maintain ioint widths shown, except for minor variations required to maintain bond alignment. If not shown, lay walls with 3/8" joints. D. Cut ioints flush for masonry walls which are to be concealed or to be covered by other materials, unless otherwise indicated. E. Tool exposed ioints slightly concave using a jointer larger than joint thickness, unless otherwise indicated. F. Remove masonry units disturbed after laying; clean and reset in fresh mortar. Do not pound corners or jambs to shift adjacent stretcher units which have been set in position. If adjustments are required, remove units, clean off mortar and reset in fresh mortar. G. Collar Joints: After each course is laid, fill the vertical longitudinal joint between wythes solidly and with mortar for the following masonry work: 1. Exterior walls, except cavity walls. 2. Non-Ioadbearing interior walls or partitions where metal ties or horizontal reinforcing are indicated for structural bonding and nominal thickness of wall or partition is required to meet code requirements for height-to-thickness ratio. 3.05 STRUCTURAL BONDING OF MULTI-WYTHE MASONRY: A. Use individual metal ties installed in horizontal joints to bond wythes together. Provide ties as shown, but not less than one metal tie for 4 sq. ft. of wall area spaced not to exceed 2411 o.c. horizontally and vertically. Stagger ties in alternate courses. Provide additional ties within 11-0" of all openings and space not more than 31-0" apart around perimeter of openings. At intersecting and abutting walls, provide ties at no more than 24" o.c. vertically. B. Use continuous horizontal ioint reinforcement installed in horizontal mortar joints for bond tie between wythes. Install at not more than 16" o.c. vertically. C. Use either of the structural bonding systems specified above. D. Corners: Provide interlocking masonry unit bond in each course at corners, unless otherwise shown. I :1 I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County E. For horizontally reinforced masonry, provide continuity at corners with prefabricated "L" units, in addition to masonry bonding. F. Intersectinq and Abutting Walls: Unless vertical expansion or control joints are shown at juncture, provide same type of bonding specified for structural bonding between wythes and space as follows: 1. Provide individual metal ties at not more than 2411 o.c. vertically. 2. Provide continuity with horizontal joint reinforcement using prefabricated 'T' units. G. Intersecting Load-bearing Walls: If carried up separately, block or tooth vertical joint with 811 maximum offsets and provide rigid steel anchors spaced not more than 4'-0" o.c. vertically, or omit blocking and provide rigid steel anchors at not more than 2'-0" o.c. vertically. Form anchors of galvanized steel not less than 1-1/2" x 1/411 X 2'-0" long with ends turned up not less than 211 or with cross-pins. If used with hollow masonry units, embed ends in mortar-filled cores. 3.06 CAVITY WALLS: A. Keep cavity clean of mortar droppings and other materials during construction. Strike joints facing cavity flush. B. Tie exterior wythe to back-up with individual metal ties spaced not more than 18" o.c. vertically and 24" o.c. horizontally. Stagger alternate courses. C. Provide weep holes in exterior wythe of cavity wall located immediately above ledges and flashing, spaced 2'-0" o.c., unless otherwise indicated. 3.07 HORIZONTAL JOINT REINFORCEMENT: A. General: Provide continuous horizontal joint reinforcement as indicated. Install longitudinal side rods in mortar for their entire length with a minimum cover of 5/8" on exterior side of walls, 1/2" elsewhere. Lap reinforcing a minimum of 6". B. Cut or interrupt joint reinforcement at control and expansion joints, unless otherwise indicated. C. Reinforce the followinq walls with continuous horizontal joint reinforcement: 1. Single wythe walls. 2. Multi-wythe walls with one or more stack bond wythes. MASONRY 04201-23 . MASONRY 04201-24 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3. Hollow concrete masonry walls. D. Provide continuity at corners and wall intersections by use of prefabricated "L" and "T" sections. Cut and bend reinforcement units as directed by manufacturer for continuity at returns, offsets, column fireproofing, pipe enclosures and other special conditions. E. Space continuous horizontal reinforcement as follows: 1. For multi-wythe walls (solid or cavity) where continuous horizontal reinforcement acts as structural bond or tie between wythes, space reinforcement as required by code but not more than 16" o.c. vertically. 2. For single-WYthe walls, space reinforcement at 16" o.c. vertically, unless otherwise indicated. F. Reinforce masonry openings greater than 11-0" wide, with horizontal joint reinforcement placed in 2 horizontal joints approximately 8" apart, immediately above the lintel and immediately below the sill. Extend reinforcement a minimum of 2'-0" beyond jambs of the opening except at control joints. G. In addition to wall reinforcement, provide additional reinforcement at openings as required to comply with the above. 3.08 ANCHORING MASONRY WORK: A. General: Provide anchor devices of type indicated. B. Anchor masonry to structural members where masonry abuts or faces structural members to comply with the following: 1. Provide an open space not less than 1" in width between masonry and structural member, unless otherwise indicated. Keep open space free of mortar or other rigid materials. 2. Anchor masonry to structural members with flexible anchors embedded in masonry joints and attached to structure. C. Space anchors as indicated, but not more than 24" o.c. vertically and 36" o.c. horizontally. D. Anchor single wythe masonry veneer to metal studs with masonry veneer anchors to comply with the following requirements: E. Fasten each anchor section through sheathing to metal studs with 2 metal fasteners of type indicated. II II il II S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County F. Embed tie section in masonry joints. Provide not less than 111 air space between back of masonry veneer wythe and face of sheathing. G. Locate anchor section relative to course in which tie section is embedded to allow maximum vertical differential movement of tie up and down. il H. Space anchors as indicated but not more than 1611 o.c. vertically and 2411 o.c. horizontally. Install additional anchors within 1'-011 of openings and at inteNals around perimeter not exceeding 3'-011. 3.09 CONTROL AND EXPANSION JOINTS: II A. General: Provide vertical and horizontal expansion, control and isolation joints in masonry where shown. Build-in related items as the masonry work progresses. II il 11 B. Build flanges of metal expansion strips into masonry. Lap each joint 411 in direction of water flow. Seal joints below grade and at junctures with horizontal expansion joints, if any. C. Build-in non-metallic ioint fillers where indicated. 11 D. Build in horizontal pressure relieving ioints where indicated; construct joints by either leaving an air space or inserting non-metallic compressible joint filler of width required to permit installation of sealant and backer rod. I. E. Locate horizontal pressure relieving ioints beneath shelf angles supporting masonry veneer and attached to structure behind masonry veneer. ;!! '. i- I- 3.10 LINTELS: A. Install steel lintels where indicated. - - B. Provide masonry lintels where shown and wherever openings of more than 1'-011 for brick size units and 2'-011 for block size units are shown without structural steel or other supporting lintels. Provide precast or formed-in-place masonry lintels. Cure precast lintels before handling and installation. Temporarily support formed-in-place lintels. - I I I C. For hollow concrete masonry unit walls, use specially formed U-shaped lintel units with reinforcement bars placed as shown filled with coarse grout. D. Provide minimum bearing of 811 at each jamb, unless otherwise indicated. . 3.11 FLASHING OF MASONRY WORK: - . MASONRY 04201-25 MASONRY 04201-26 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County A. General: Provide concealed flashing in masonry work at, or above, shelf angles, lintels, ledges and other obstructions to the downward flow of water in the wall so as to divert such water to the exterior. Prepare masonry surfaces smooth and free from projections which could puncture flashing. Place through-wall flashing on sloping bed of mortar and cover with mortar. Seal penetrations in flashing with mastic before covering with mortar. Extend flashings through exterior face of masonry and turn down to form drip. B. Extend flashinq the full length of lintels and shelf angles and minimum of 4" into masonry each end. Extend flashing from exterior face of outer wythe of masonry, through the outer wythe, turned up a minimum of 4", and through the inner wythe to within 1/2" of the interior face of the wall in exposed work. Where interior surface of inner wythe is concealed by furring, carry flashing completely through the inner wythe and turn up approximately 2". At heads and sills turn up ends not less than 2" to form a pan. C. Interlock end ioints of deformed metal flashings by over-lapping deformations not less than 1-1/2" and seal lap with elastic sealant. D. Install flashinq to comply with manufacturer's instructions. E. Provide weep holes in the head joints of the first course of masonry immediately above concealed flashings. Space 24" o.c., unless otherwise indicated. F. Install reqlets and nailers for flashing and other related work where shown to be built into masonry work. 3.12 FIELD QUALITY CONTROL: A. Owner will employ separate testing laboratory to perform field quality control testing. B. Evaluation of Quality Control Tests: Masonry work, in absence of other indications of noncompliance with requirements, will be considered satisfactory if results from construction quality control tests comply with minimum requirements indicated. END OF SECTION 04201 I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 05120 - STRUCTURAL STEEL PART 1 - GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provIsions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of th is section. 1.02 SUMMARY: A. Extent of structural steel work is shown on drawings, including schedules, notes and details to show size and location of members,' typical . connections, and type of steel required. B. Structural steel is that work defined in American Institute of Steel Construction (AISC) "Code of Standard Practice" and as otherwise shown on drawings. C. Anchor bolt installation in concrete is referenced in Division 3; Masonry is referenced in Division 4. D. Source Quality Control: 1. Materials and fabrication procedures are subject to inspection and tests in mill, shop, and field, conducted by a qualified inspection agency. 2. Such inspections and tests will not relieve Contractor of responsibility for providing materials and fabrication procedures in compliance with specified requirements. 3. Promptly remove and replace materials or fabricated components which do not comply. E. Design of Members and Connections: 1. Details shown are typical; similar details apply to similar conditions, unless otherwise indicated. Verify dimensions at site whenever possible without causing delay in the work. 2. Promptly notify Engineer whenever design of members and connections for any portion of structure are not clearly indicated. STRUCTURAL STEEL 05120-1 STRUCTURAL STEEL 05120-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 1.03 SUBMITTALS: A. Product Data: Submit producer's or manufacturer's specifications' and installation instructions for following products. Include laboratory test reports and other data to show compliance with specifications (including specified standards). 1. Structural steel (each type), including certified copies of mill reports covering chemical and physical properties. 2. High-strength bolts (each type), including nuts and washers. 3. Structural steel primer paint. 4. Shrinkage-resistant grout. B. Shop Drawings: 1. Submit shop drawings prepared under supervision of a registered professional engineer, including complete details and schedules for fabrication and assembly of structural steel members, procedures and diagrams. 2. Include details of cuts, connections, camber, holes, and other pertinent data. Indicate welds by standard AWS A2.1 and A2.4 symbols, and show size, length, and type of each weld. 3. Provide setting drawings, templates, and directions for installation of anchor bolts and other anchorages to be installed as work of others sections. C. Test Reports: Submit copies of reports of tests conducted on shop and field bolted and welded connections. Include data on type(s) of tests conducted and test results. 1.04 QUALITY ASSURANCE: A. Codes and Standards: Comply with provisions of following, except as otherwise indicated: 1. AISC "Code of Standard Practice for Steel Buildings and Bridges". a. Paragraph 4.2.1 of the above code is hereby modified by deletion of the following sentence: "This approval constitutes the owner's acceptance of all responsibility for the design adequacy of any connections designed by the fabricator as a part of his preparation of these shop drawings". I I I I I .1 I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 2. AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildingsll, including IICommentaryll and Supplements thereto as issued. 3. AISC IISpecifications for Architecturally Exposed Structural Steelll. 4. AISC IISpecifications for Structural Joints using ASTM A 325 or A 490 Boltsll approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation. 5. American Welding Society (AWS) D1.1 IIStructural Welding Code - Steelll. 6. ASTM A 6 "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Usell. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver materials to site at such intervals to insure uninterrupted progress of work. B. Deliver anchor bolts and anchorage devices, which are to be embedded in cast-in-place concrete or masonry, in ample time to not to delay work. C. Store materials to permit easy access for inspection and identification. Keep steel members off ground, using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. D. Do not store materials on structure in a manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. PART 2 - PRODUCTS 2.01 MATERIALS: A. Metal Surfaces. General: For fabrication of work which will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, rust and scale seam marks, roller marks, rolled trade names and roughness. Remove such blemishes by grinding, or by welding and grinding, prior to cleaning, treating and application of surface finishes. I B. Structural Steel Shapes, Plates and Bars: ASTM A 36. C. Cold-Formed Steel Tubing: ASTM A 500, Grade B. r- . r- STRUCTURAL STEEL 051 20-3 ,- STRUCTURAL STEEL 05120-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County D. Hot-Formed Steel Tubinq: ASTM A 501. E. Steel Pipe: ASTM A 53, Type E or S, Grade B; or ASTM A 501. F. Finish: Black, except where indicated to be galvanized. G. Steel Castinqs: ASTM A 27, Grade 65-35, medium-strength carbon steel. H. Headed Stud-Type Shear Connectors: ASTM A 108, Grade 1015 or 1020, cold finished carbon steel; with dimensions complying with AISC Specifications. I. Anchor Bolts: ASTM A 307, nonheaded type unless otherwise indicated. J. Unfinished Threaded Fasteners: ASTM A 307, Grade A, regular low-carbon steel bolts and nuts. 1. Provide either hexagonal or square, heads and nuts, except use only hexagonal units for exposed connections. K. Hiqh-Strength Threaded Fasteners: Heavy hexagon structural bolts, heavy hexagon nuts, and hardened washers, as follows: 1. Quenched and tempered medium-carbon steel bolts, nuts and washers, complying with ASTM A 325. L. Direct tension indicator washers may be used at Contractor's option. M. Electrodes for Welding: Comply with AWS Code. N. Structural Steel Primer Paint: Red lead-iron oxide, oil alkyd; TT-P-86, Type II. O. Cement Grout: Portland cement (ASTM C 150, Type I or Type III) and clean, uniformly graded, natural sand (ASTM C 404, Size No.2). Mix at a ratio of 1.0 part cement to 3.0 parts sand, by volume, with minimum water required for placement and hydration. P. Metallic Shrinkage-Resistant Grout: Pre-mixed factory-packaged ferrous aggregate grouting compound. 1. Available Products: Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: a. Firmix; Euclid Chemical Co. b. . Embeco 153; Master Builders. I I ) I I .1 I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County c. Ferrolith G; Sonneborn/Contech. d. lrontox; Toch Brothers. e. Kemox C; Sika Chemical. f. Vibra-Foil; W. R. Grace. a. Non-metallic Shrinkage-Resistant Grout: Pre-mixed, non-metallic, non-corrosive, non-staining product containing selected silica sands, portland cement, shrinkage compensating agents, plasticizing and water reducing agents, complying with CE-CRD-C621. 1. Available Products: Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: a. Euco N.S.; Euclid Chemical Co. b. Crystex; L&M Construction Chemicals c. Masterflow 713; Master Builders d. Five Star Grout; U.S. Grout Corp. e. Upcon; Upco Chem. Div., USM Corp. f. Propak; Protex Industries, Inc. g. Set Non-Shrink; Set Products, Inc. 2.02 FABRICATION: A. Shop Fabrication and Assembly: 1. Fabricate and assemble structural assemblies in shop to greatest extent possible. Fabricate items of structural steel. in accordance with AISC Specifications and as indicated on final shop drawings. Provide camber in structural members where indicated. 2. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials. i - r- 3. Where finishing is required, complete assembly, including welding of units, before start of finishing operations. Provide finish surfaces of members exposed in final structure free of markings, burrs, and other defects. B. Connections: 1. Weld or bolt shop connections, as indicated. 2. Bolt field connections, except where welded connections or other connections are indicated. ,- STRUCTURAL STEEL 05120-5 STRUCTURAL STEEL 05120-6 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3. Provide high-strength threaded fasteners for principal bolted connections, except where unfinished bolts are indicated. 4. Provide unfinished threaded fasteners for only bolted connections of secondary framing members to primary members (including purlins, girts, and other framing members taking only nominal stresses) and for temporary bracing to facilitate erection. C. Hiqh-Strength Bolted Construction: Install high-strength threaded fasteners in accordance with AISC IISpecifications for Structural Joints using ASTM A 325 or A 490 Boltsll (RCRBSJ). D. Welded Construction: 1. Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correcting welding work. 2. Assemble and weld built-up sections by methods which will produce true alignment of axes without warp. E. Shear Connectors: Prepare steel surfaces as recommended by manufacturer of shear connectors. Shop weld shear connectors, spaced as shown, to beams. and girders in composite construction. Use automatic end welding of headed stud shear connectors in accordance with manufacturer1s printed instructions. F. Steel Wall Framinq: 1. Select members which are true and straight for fabrication of steel wall framing. Straighten as required to provide uniform, square and true members in completed wall framing. 2. Build up welded door frames attached to structural steel framing. Weld exposed joints continuously and grind smooth. Plug weld steel bar stops to frames, except where shown removable. Secure removable stops to frames with countersunk, cross-recessed head machine screws, uniformly spaced not more than 1011 o.c., unless otherwise indicated. G. Holes for Other Work: 1. Provide holes required for securing other work to structural steel framing, and for passage of other work through steel framing members, as shown on final shop drawings. 2. Provide threaded nuts welded to framing, and other specialty items as indicated to reGeive other work. II II il II II II il II II II I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame cut holes or enlarge holes by burning. Drill holes in bearing plates. 2.03 SHOP PAINTING: A. General: 1. Shop paint structural steel, except those members or portions of members to be embedded in concrete or mortar. Paint embedded steel which is partially exposed on exposed portions and initial 2" of embedded areas only. 2. Do not paint surfaces which are to be welded or high-strength bolted with friction-type connections. 3. Do not paint surfaces which are scheduled to receive sprayed-on fireproofing. 4. Apply 2 coats of paint to surfaces which are inaccessible after assembly or erection. Change color of second coat to distinguish it from fi rst. B. Surface Preparation: After inspection and before shipping, clean steel work to be painted. Remove loose rust, loose mill scale, and spatter, slag or flux deposits. Clean steel in accordance with Steel Structures Painting Council (SSPC) as follows: . . 1. SP-1 "Solvent Cleaning". 2. SP-2 "Hand Tool Cleaning". 3. SP-3 "Power Tool Cleaning". 4. SP-5 "White Metal Blast Cleaning". 5. SP-6 "Commercial Blast Cleaning". 6. SP-7 "Brush-Off Blast Cleaning". 7. SP-10 liNear-White Blast Cleaning". C. Painting: Immediately after surface preparation, apply structural steel primer paint in accordance with manufacturer's instructions and at a rate to provide dry film thickness of not less than 1.5 mils. Use painting methods which result in full coverage of joints, corners, edges and exposed surfaces. STRUCTURAL STEEL 05120-7 r- STRUCTURAL STEEL 05120-8 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County PART 3 - EXECUTION 3.01 ERECTION: A. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide temporary guy lines to achieve proper alignment of structures as erection proceeds. C. Temporary Planking: Provide temporary planking and working platforms as necessary to effectively complete work. D. Setting Bases and Bearing Plates: 1. Clean concrete and masonry bearing surfaces of bond-reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates. 2. Set loose and attached base plates and bearing plates for structural members on wedges or other adjusting devices. 3. Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims, but if protruding, cut off flush with edge of base or bearing plate priorto packing with grout.. 4. Pack grout solidly between bearing surfaces and bases or plates to ensure that no voids remain. Finish exposed surfaces, protect installed materials, and allow to cure. 5. For proprietary grout materials, comply with manufacturer's instructions. E. Field Assembly: 1. Set structural frames accurately to lines and elevations indicated. Align and adjust various members forming part of complete frame or structure before permanently fastening. Clean bearing surfaces and other surfaces which will be in permanent contact before assembly. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 2. Level and plumb individual members of structure within specified AISC tolerances. 3. Establish required leveling and plumbing measurements on mean operating temperature of structure. Make allowances for difference I I I II !I il II I II I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County between temperature at time of erection and mean temperature at which structure will be when completed and in service. 4. Splice members only where indicated and accepted on shop drawings. 5. Erection Bolts: On exposed welded construction, remove erection bolts, fill holes with plug welds and grind smooth at exposed surfaces. 6. Comply with AISC Specifications for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. 7. Do not enlarge unfair holes in members by burning or by use of drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts. 8. Gas Cutting: Do not use gas cutting torches in field for correcting fabrication errors in primary structural framing. Cutting will be permitted only on secondary members which are not under stress, as acceptable to Engineer. Finish gas-cut sections equal to a sheared appearance when permitted. F. Touch-Up Painting: 1. Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint. Apply paint to exposed areas using same material as used for shop painting. 2. Apply by brush or spray to provide minimum dry film thickness of 1.5 mils. 3.02 QUALITY CONTROL: A. Owner will engage an independent testing and inspection agency to inspect high-strength bolted connections and welded connections and to perform tests and prepare test reports. 1. Testing agency shall conduct and interpret tests and state in each report whether test specimens comply with requirements, and specifically state any deviations therefrom. 2. Provide access for testing agency to places where structural steel work is being fabricated or produced so that required inspection and testing can be accomplished. STRUCTURAL STEEL 05120-9 STRUCTU RAL STEEL 05120-10 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 3. Testing agency may inspect structural steel at plant before shipment; however, Architect reserves right, at any time before final acceptance, to reject material not complying with specified requirements. B. Correct deficiencies in structural steel work which inspections and laboratory test reports have indicated to be not in compliance with requirements. Perform additional tests,. at Contractor1s expense, as may be necessary to reconfirm any non-compliance of original work, and as may be necessary to show compliance of corrected work. END OF SECTION 05120 I I 'I 'I S&P Project No, G124 01 01 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County SECTION 07900 - JOINT SEALERS PART 1 - GENERAL 1.01 RELATED DOCUMENTS: il t Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY: :1 I A. Extent of each form and type of joint sealer is indicated on drawings and schedules. II I B. Sealants for Aluminum Curtain Wall System shall be furnished and installed under Section 08912. - C. Sealants for qlazinq purposes are specified in Division-8 Section "Glass and Glazing." - 1.03 SYSTEM PERFORMANCES: . Provide joint sealers that have been produced and installed to establish and maintain watertight and airtight continuous seals. . - - 1.04 REFERENCES: !!!!! - A. ASTM C 920 - Standard Specification for Elastomeric Joint Sealants; 1998. - B. ASTM C 1193 - Standard Guide for Use of Joint Sealants; 1991 (Reapproved 1995). - - I I I I C. ASTM D 1056 - Standard Specification for Flexible Cellular Materials-- Sponge or Expanded Rubber; 1998. D. ASTM D 1667 - Standard Specification for Flexible Cellular Materials-- Vinyl Chloride Polymers and Copolymers (Closed-Cell Foam); 1997. E. ASTM D 2628 - Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for concrete Pavements; 1991 (Reapproved 1998) . 1.05 SUBMITTALS; .- . JOINT SEALERS 07900-1 I JOINT SEALERS 07900-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Product Data from manufacturers for each joint sealer product required, including instructions for joint preparation and joint sealer application. 1.06 DELIVERY, STORAGE, AND HANDLING: A. Delivery: Deliver materials to Project site in original unopened containers or bundles with labels informing about manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials. B. Storaqe and Handling: Store and handle materials in compliance with manufacturers' recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.07 PROJECT CONDITIONS: A. Environmental Conditions: Do not proceed with installation of joint sealers under the following conditions: 1. When ambient and substrate temperature conditions are outside the limits permitted by joint sealer manufacturers. 2. When joint substrates are wet due to rain, frost, condensation, or other causes. B. Joint Width Conditions: Do not proceed with installation of joint sealers where joint widths are less than allowed by joint sealer manufacturer for application indicated. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: Providing caulking and sealant from the following manufacturers: Sika Corporation for polyurethane; Dow Corning and G.E. for Silicone; Pecora Corp. and Sonneborn for polysylfide. I I I I :1 II S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Equivalent materials from other manufacturers may be provided, if approved. Materials shall be from one source for each type specified. 2.02 CAULKING AND SEALANT MATERIAL: A. Exterior Sealant System: Dow Corning 790 Building Sealant or G.E. Silicone "Silpruf'. B. Interior Caulkinq System: Two component polysulfide sealant, selected from one of the following: "Synthacalk GC-5" or "Sonolastic Sealant". il C. Sealants subiect to immersion: II II II II II il II Two component polyurethane sealant, Sikaflex-2C NS/NL. D. Primer: As recommended by the caulking or sealant manufacture. E. Backup Materials, Where Required: "Ethafoam" as manufactured by Dow Chemical Company or approved equivalent material. Size of backup material shall be such that minimum of 25% compression and a maximum of 50% is obtained in all joints. Braided rods are not acceptable. F. Bondbreaker: Polyethylene bondbreaker tape recommended by sealant manufacturer. G. Solvents and Cleaning Agents: ,. - I- Solvents and cleaning agents as recommended by the manufacturer for use with the particular caulking of sealant being applied. H. Color: I- ,. As selected by,Engineer. PART 3 - EXECUTION ,. i. '.- 3.01 EXAMINATION: !I JOINT SEALERS 07900-3 ,. JOINT SEALERS 07900-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County A. Examine ioints indicated to receive ioint sealers, with Installer present, for compliance with requirements for compliance with requirements for joint configuration, installation tolerances and other conditions affecting joint sealer performance. Do not proceed with installation of joint sealers until unsatisfactory conditions have been corrected. 3.02 AREAS OF APPLICATION A. The required typical applications of sealants and caulking include, but are not necessarily limited to the following general locations: 1. Exterior wall joints, including exterior and interior perimeter of metal doors and windows frames and louvers. 2. Other interior and exterior joints noted on Drawings. 3. Joints at penetrations of walls, decks and floors by piping and other services and equipment. 4. Other exterior and interior joints between different building materials where voids are created by construction joints and where indicated on Drawings. 3.03 PREPARATION: A. Surface Cleaninq of Joints: Clean out joints immediately before installing joint sealers to comply with recommendations of joint sealer manufacturers and the following requirements: 1. Remove all foreign material from joint substrates which could interfere with adhesion of joint sealer, including dust; paints, except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer; old joint sealers; oil; grease; waterproofing; water repellents; water; surface dirt; and frost. 2. Clean concrete, masonry, unglazed surfaces of ceramic tile and similar' porous joint substrate surfaces, by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealers. Remove loose particles remaining from above cleaning operations by vacuuming or blowing out joints with oil-free compressed air. 3. Remove laitance and form release agents from concrete. il \1 :1 I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-RIchmond County 4. Clean metal, glass, porcelain enamel, glazed surfaces of ceramic tile; and other nonporous surfaces by chemical cleaners or other means which are not harmful to substrates or leave residues capable of interfering with adhesion of joint sealers. B. Joint Priminq: Prime joint substrates where indicated or where recommended by joint sealer manufacturer based on preconstruction joint sealer-substr8:te tests or prior experience. Apply primer to comply with joint sealer manufacturer's recommendations. Confine primers to areas of joint sealer bond, do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces which otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.04 INSTALLATION OF JOINT SEALERS: A General: Comply with joint sealer manufacturers' p'rinted installation instructions applicable to products and applications indicated, except where' more stringent requirements apply. B. Installation of Fire-Stoppinq Sealant: Install sealant, including forming, packing, and other accessory materials to fill openings around mechanical and electrical services penetrating floors and walls to provide fire-stops with fire resistance ratings indicated for floor or wall assembly in which' penetration occurs. Comply with installation requirements established by testing and inspecting agency. 3.05 CLEANING: Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealers and of products in which joints occur. 3.06 PROTECTION: . Protect ioint sealers during and after curing period from contact with contaminating substances or from damage resulting from construction JOINT SEALERS 07900-5 - JOINT SEALERS 07900-6 I I I I I I I I I I I I I I I I I I I sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County operations or other causes so that they are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealers immediately and reseal joints with new materials to produce joint sealer installations with repaired areas indistinguishable from original work. END OF SECTION 07900 il II il il II (I fl il II I :1 I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County SECTION 08150 - FIBERGLASS REINFORCED PLASTIC (FRP) DOORS AND FRAMES PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provIsions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: Extent of standard fiberglass reinforced plastic doors and frames is indicated and scheduled on drawings. Finish hardware is specified elsewhere in Division-B. Building in of anchors and grouting of frames in masonry construction is specified in Division 4. 1.03 QUALITY ASSURANCE: All reinforcing resins shall contain a halogenated additive or co-reactant plus Antimony Trioxide to achieve a flame spread of 25 of less per ASTM E-84 and shall be self-extinguishing per ASTM D-635. 1.04 PRODUCT HANDLING: All materials shall be delivered to the site in sealed, undamaged containers fully identified with the manufacturer's name, project number, the tag location, the door type, color and weight. The doors and frames must be shipped in wood crates with wood perimeters. Store materials in original cartons, on edge in such a way to prevent falling or damage to face, corners and edges. 1.05 SUBMITTALS: A. Product Data: Submit manufacturer's technical product data substantiating that products comply with requirements. B. Shop Drawings: Submit for fabrication and installation of fiberglass reinforced plastic doors and frames. Include details of each frame type, elevations of door design types, FIBERGLASS REINFORCED PLASTIC (FRP) DOORS AND FRAME 08150-1 FIBERGLASS REINFORCED PLASTIC (FRP) DOORS AND FRAME OB1 50-2 I I I I I I I I I I I I I I I I I I I sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County conditions at openings, details of construction, location and installation requirements of finish hardware and reinforcements, and details of joints and connections. Show anchorage and accessory items. C. Schedule of Doors and Frames: Provide schedule of doors and frames using same reference numbers for details and openings as those on contract drawings. D. Coordination: Indicate coordinate of glazing frames and stops with glass and glazing requirements. 1.06 DELIVERY, STORAGE. AND HANDLING: Deliver fiberglass reinforced plastic doors crated to provide protection during transit and job storage. Provide additional sealed plastic wrapping for door protection. Inspect doors upon delivery for damage. Remove and replace damaged items as directed. Store doors and frames at building site under cover. Place units on minimum 4" high wood blocking. 1.07 ACCEPTABLE MANUFACTURERS: A. Manufacturer: Subject to compliance with requirements, provide fiberglass reinforced plastic doors and frames by one of the following: 1. Chem-Pruf Door Company, Brownsville, Texas. 2. Warminster Fiberglass. 3. Composite Structures, Inc. (Tiger Door)- Omaha, NB. 4. Approved Equal. PART 2 - PRODUCTS 2.01 DOORS: Door shall be made of fiberglass reinforced plastic (FRP) using resins tailored to a corrosive environment, ultraviolet resistant and have a fiberglass content of 25% by weight over an end grain balsa wood, expanded polyurethane or phenolic coated kraft honeycomb core. I !I :1 !I .1 il I I I I :1 I I I I I I I I sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County The doors shall be flush construction, having no seams or cracks. All mortises shall be prepared at the factory. The doors shall be 1-3/4" thick with a 15 mil (plus or minus 3 mils) color gelcoat and have an R-factor of 12. Secondary painting over pultrusions to achieve color is not acceptable. 2.02 STILES AND RAILS: Shall be constructed starting from the outside toward the inside, of a 15-20 mil gel coat of the color specified followed by a matrix of at least two layers of 1.5 ounce per square foot of fiberglass mat, plus one layer of fiberglass cloth. The stile and rail shall be the exact dimensions of the door. Pultrusions will be acceptable for stiles and rails. 2.03 DOOR PLATES: Shall be molded in one continuous piece, starting with a 15-20 mil gel coat of the color specified, integrally molded with at least two layers of 1.5 ounce per square foot fiberglass mat and layer of 16 ounce per. square yard unidirectional glass roving. 2.04 REINFORCEMENT: Adequate reinforcing and compression members shall be used to accommodate surface hinges, closers, locksets, kickplates, push or pull plates. When engineering considerations dictate, mild steel is buried in the fiberglass matrix to provide enhanced screw holding power. When thrubolting is to occur, a compression member is to be located which will provide memory and resistance to the torquing of thrubolts. 2.05 WINDOW LITES: All window openings and louver openings in the door schedule shall be molded integrally with both door plates so that no moisture may penetrate the door cavity through the window lite structure. Factory glazed window lites shall be either fiberglass pins or stops attached with stainless steel screws. Cutting a window opening in the door and the use of either pultruded shapes for window ledges or the use of externally applied picture frames appliqued to retain the glass is also acceptable. FIBERGLASS REINFORCED PLASTIC (FRP) DOORS AND FRAME 08150-3 FIBERGLASS REINFORCED PLASTIC (FRP) DOORS AND FRAME OB1 50-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 2.06 COATING: The color of the door or frame shall be integrally molded as the part is made. 2.07 FRAMES: Frames shall be similar to the doors in construction and materials except the frames shall be solid fiberglass. The stop and frame will be molded all in one piece. The frame shall be integrally gelcoated to the customer's color when molded or pultruded and finished with a polyurethane coating. Mortises shall be factory prepared. Reinforcement for mounting hinges, closers, etc., shaH be either of mild steel plates or fiberglass. Steel plates shall be encapsulated in the resin-glass matrix. The jamb shall conform dimensionally to standard hollow metal jambs but may be flat on the backside. 2.0B LOUVERS: Louvers shaH be identical to the doors in construction and materials or 304 stainless steel. The fins shall be solid fiberglass or 304 stainless steel. 2.09 TRANSOMS: All transoms shall be identical to the doors in construction, materials, thickness, and reinforcement. 2.10 HARDWARE: All hardware (Iocksets, hinges, closers, etc.) shall be installed at the door manufacturing plant. The hardware manufacturer's warranty shall be included with the hardware installation. Hardware is specified elsewhere in Division B. PART 3 - EXECUTION 3.01 INSTALLATION: I tl il I II il \1 I ; I ;1 I I I I I I I I I ~ I - . S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County A. General: Install standard fiberglass reinforced plastic doors, frames, and accessories in accordance with final shop drawings, manufacturer's data, and as herein specified. B. Installing Frames: Comply with the manufacturer's recommendations for installation of frames. END OF SECTION OB150 FIBERGLASS REINFORCED PLASTIC (FRP) DOORS AND FRAME 081 50-5 il II fl II !I (I :1 :1 II :1 II :1 :1 ,. _. :- - ;iiii . S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County SECTION OB71 0 - FINISH HARDWARE PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. Definition: "Finish Hardware" includes items known commer~ia"y as finish hardware which are required for swing, sliding and folding doors, except special types of unique and non-matching hardware specified in the same section as the door and door frame. B. Finish Hardware: Extent of finish hardware required is indicated on drawings and in schedules. C. Types: Types of finish hardware required include the following: 1. Hinges 2. Lock cylinders and keys 3. Lock and latch sets 4. Exit devices 5. Bi-fold door hardware 6. Closers 7. Door trim units 8. Protection plates 9. Weatherstripping for exterior doors 10. Thresholds D. Silencers: Silencers included integral with hollow metal frames are specified with door frames elsewhere in Division B. . 1.03 QUALITY ASSURANCE: .1 . . . iiiO; A. REFERENCES: - FINISH HARDWARE OB710-1 . - .... sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. NFPA BO 2. NFPA 101 (Georgia State Amended) 3. ANSI A-117 4. Americans with Disabilities Act (ADA) 5. Standard Building Code B. Manufacturer: Obtain each type of hardware (latch and lock sets, hinges, closers, etc.) from a single manufacturer, although several may be indicated as offering products complying with requirements. C. Supplier: A recognized architectural finish hardware supplier, with warehousing facilities, who has been furnishing hardware in the project's vicinity for a period of not less than 2 years, and who is, or who employs an experienced architectural hardware consultant who is available, at reasonable times during the course of the work, for consultation about project's hardware requirements, to Owner, Architect and Contractor. D. Fire-Rated Openings: Provide hardware for fire-rated openings in compliance with NFPA Standard No. 80 and local building code requirements. Provide only hardware which has been tested and listed by UL or FM for types and sizes of doors required and complies with requirements of door and door frame labels. Where emergency exit devices are required on fire-rated doors (with supplementary marking on doors' UL or FM labels indicating "Fire Door to be Equipped with Fire Exit Hardware") provide UL or FM label on exit devices indicating "Fire Exit Hardware". 1.04 SUBMITTALS: A. Product Data: Submit manufacturers technical product data for each item of hardware in accordance with Division-1 section "Submittals". Include whatever information may be necessary to show compliance with requirements, and include instructions for installation and for maintenance of operating parts and finish. B. Hardware Schedule: FINISH HARDWARE OB71 0-2 I I I I I I I I I I I I I I I I I I I ,I 'I , !I I II il il , 'I I - I :1 I I I I - I i r- . r- sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County Submit final hardware schedule in manner indicated below. Coordinate hardware with doors, frames and related work to ensure proper size, thickness, hand, function and finish of hardware. C. Final Hardware Schedule Content: Based on finish hardware indicated, organize hardware schedule into "hardware sets" indicating complete designations of every item required for each door or opening. Include the following information: 1. Type, style, function, size and finish of each hardware item. 2. Name and manufacturer of each item. 3. Fastenings and other pertinent information. 4. Location of hardware set cross-referenced to indications on Drawings both on floor plans and in door and frame schedule. 5. Explanation of all abbreviations, symbols, codes, etc. contained in schedule. 6. Mounting locations for hardware. 7. Door and frame sizes and materials. B. Keying information. D. Submittal Sequence: Submit schedule at earliest possible date particularly where acceptance of hardware schedule must precede fabrication of other work (e.g., hollow metal frames) which is critical in the project construction schedule. Include with schedule the product data, samples, shop drawings of other work affected by finish hardware, and other information essential to the coordinated review of hardware schedule. E. Keying Schedule: Submit separate detailed schedule indicating clearly how the Owner's final instructions on keying of locks has been fulfilled. F. Templates: Furnish hardware templates to each fabricator of doors, frames and other work to be factory-prepared for the installation of hardware. Upon request, check shop drawings of such other work, to confirm that adequate provisions are made for proper location and installation of hardware. . ~ FINISH HARDWARE - .- OB71 0-3 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 1.05 PRODUCT HANDLING: Tag each item or package separat.ely, with identification related to final hardware schedule, and include basic installation instructions with each item or package. Packaging of hardware, is responsibility of supplier. As material is received by hardware supplier from various manufacturers, sort and repackage in containers clearly marked with appropriate hardware set number to match set numbers of approved hardware schedule. Two or more identical sets may be packed in same container. Inventory hardware jointly with representatives of hardware supplier and hardware installer until each is satisfied that count is correct. Deliver individually packaged hardware items at the proper times to the proper locations (shop or project site) for installation. Provide secure lock-up for hardware delivered to the project, but not yet installed. Control handling and installation of hardware items which are not immediately replaceable, so that completion of the work will not be delayed by hardware losses, both before and after installation. PART 2 - PRODUCTS 2.01 SCHEDULED HARDWARE: A. Manufacturer's Product Designations: The product designation and name of one manufacturer are listed for each hardware item required for the purpose of establishing minimum requirements. Provide either the product designated, or, where more than one manufacturer is listed, the comparable product of one of the other manufacturers which comply with requirements including those specified elsewhere in this section. B. Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the work include, but are not limited to the following: 1. Butts and Hinges:' Stanley Hardware Div., Stanley Works1 2. Locks & Lock Trim: Sargent Manufacturing Company Schlage Lock Div., Ingersoll-Rand Door Hardware GroUP1 3. Exit Devices: ANSI A 156.3 (BHMA 701) 4. Door - Closers: LCN Div., Ingersoll-Rand Door Hardware GroUP1 Sargent Manufacturing Company FINISH HARDWARE OB71 0-4 I I I I I I I I I I I I I I I I I I I :1 :1 , sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 5. Door Control Devices: Architectural Buiolders Hardware1 II II 6. Architectural Door Trim: Rockwood Manufacturing1 7. Weather stripping and Thresholds: National Guard1 7. Slidinq & Folding Door Hardware: ANSI A 156.14 (BHMA 401) il il I il I B. Auxiliary Hardware: ANSI A156.16 (BHMA 1201) 9. Materials & Finishes: ANSI A 156.1B (BHMA 1301) 2.02 MATERIALS AND FABRICATION: A. General: 1. Hand of door: Drawings show direction of slide, swing or hand of each door leaf. Furnish each item of hardware for proper installation and operation of door movement as shown. I J I I :1 I I I 2. Manufacturer's Name Plate: Do not use manufacturer's products which have manufacturer's name or trade name displayed in a visible location (omit removable nameplates), except in conjunction with required UL labels and as otherwise acceptable to Architect. 3. Manufacturer's Identification: Will be permitted on rim of lock cylinders only. 4. Base Metals: Produce hardware units of basic metal and forming method indicated, using manufacturer's standard metal alloy, composition, temper and hardness, but in no case of lesser (commercially recognized) quality than specified for applicable hardware units by applicable ANSI A 156 series standard for each type hardware item and with ANSI A 156.18 for finish designations indicated. Do not furnish lIoptionalll materials or forming methods for those indicated, except as otherwise specified. B. Fasteners: Provide hardware manufactured to conform to published templates, generally prepared for machine screw installation. Do not provide hardware which has been prepared for self-tapping sheet metal screws, except as specifically indicated. - . 1. Furnish screws for installation, with each hardware item. Provide Phillips flat-head screws except as otherwise indicated. Finish exposed (exposed under any condition) screws to match hardware finish or, if exposed in surfaces of other work, to match finish of such other work as closely as possible, including IIprepared for paintll in surfaces to receive painted finish. iii . FINISH HARDWARE OB71 0-5 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 2. Provide concealed fasteners for hardware units which are exposed when door is closed, except to extent no standard units of type specified are available with concealed fasteners. Do not use thru-bolts for installation where bolt head or nut on opposite face is exposed in other work, except where it is not feasible to adequately reinforce the work. In such cases, provide sleeves for each thru-bolt or use sex screw fasteners. C. Tools and Maintenance Instructions for Maintenance: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of finish hardware. 2.02 HINGES. BUTTS AND PIVOTS: A. Templates: Except for hinges and pivots to be installed entirely (both leaves) into wood doors and frames, provide only template-produced units. B. Screws: Furnish Phillips flat-head or machine screws for installation of units, except furnish Phillips flat-head or wood screws for installation of units into wood. Finish screw heads to match surface of hinges or pivots. C. Hinge Pins: Except as otherwise indicated, provide hinge pins as follows: 1. Steel Hinges: Steel pins. 2. Non-ferrous Hinges: Stainless steel pins. 3. Exterior Doors: Non-removable pins. 4. Out-swing Corridor Doors: Non-removable pins. 5. Interior Doors: Non-rising pins. D. Tips: Flat button and matching plug, finished to match leaves, except where hospital tip (HT) indicated. E. Number of hinges: FINISH HARDWARE 08710-6 I I I I I I I I I I I I I I I I I I I I I I I I ,I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Provide number of hinges indicated but not less than 3 hinges for door leaf for doors 90" or less in height and one additional hinge for each 30" of additional height. 2.03 LOCK CYLINDERS AND KEYING: A. General; Supplier will meet with Owner to finalize keying requirements, and obtain final instructions in writing. B. Locks: Equip locks with manufacturer's standard 6-pin tumbler cylinders. C. Metals: Construct lock cylinder parts from brass/bronze, stainless steel or nickel silver. D. Owner's Instructions: Comply with Owner's instructions for masterkeying and, except as otherwise indicated, provide individual change key for each lock which is not designated to be keyed alike with a group of related locks. E. Inscribe Keys: Permanently inscribe each key with number or lock that identifies cylinder manufacturer key symbol, and notation liDO NOT DUPLICATE". F. Key Material: Provide keys of nickel silver only. G. Key Quantity: Furnish 3 change keys for each lock; 5 master keys for each master system; and 5 grandmaster keys for each grandlTiaster system. H. Delivery of Keys: Deliver keys to Owner's representative. F. Key Control System: Provide a key control system including envelopes, labels, tags with self-locking key clips, receipt forms, 3-way visible card index, temporary markers, permanent markers, FINISH HARDWARE OB71 0-7 sap Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County and standard metal cabinet, all as recommended by system manufacturer, with capacity for 150% of the number of locks required for the project. G. Wall Mounted Cabinet: Provide hinged-panel type cabinet, for wall mounting. 2.04 LOCKS. LATCHES AND BOLTS: A. Strikes: Provide manufacturer1s standard wrought box strike for each latch or lock bolt, with curved lip extended to protect frame, finished to match hardware set. B. Lock Throw: Comply with UL requirements for throw of bolts and latch bolts on rated fire openings. Provide 1/2" minimum throw on other latch and deadlock bolts. 2.05 CLOSERS AND DOOR CONTROL DEVICES: A. Size of Units: Except as otherwise specifically indicated, comply with the manufacturer's recommendations for size of door control unit, depending upon size of door, exposure to weather and anticipated frequency of use. B. Access-Free Manual Closers: Where manual closers are indicated for doors required to be accessible to the physically handicapped, provide adjustable units complying with ANSI A 117.1 provisions for door opening force and delayed action closing. C. Location: Door No. 01 only. D. Provide grey resilient parts for exposed bumpers. 2.06 DOOR TRIM UNITS: A. Fasteners: Provide manufacturets standard exposed fasteners for door trim units (kick plates, edge trim, viewers, knockers, mail drops and similar units); either machine screws of self-tapping screw. FINISH HARDWARE OB71 0-8 I I I I I I I I I I I I I I I I I I I I ,I !I I il I S&P Project No. G 124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County B. Protection Plates: Fabricate protection plates (armor, kick or mop) not more than 1-1/2" less than door width on stop side and not more than 1/2" less than door width on pull side, x the height indicated. C. Metal Plates: il I :1 I . :1 ;1 I II il ;1 ;- Stainless steel, .050" (U.S.. 18 ga.). 2.07 WEATHERSTRIPPING: A. General: Except as otherwise indicated, provide continuous weatherstripping at each edge of every exterior door leaf. Provide type, sizes and profiles shown or scheduled. Provide non-corrosive fasteners as recommended by manufacturer for application indicated. B. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strip is easily replaceable and readily available from stocks maintained by manufacturer. C. Weather stripping at Jambs and Heads: 1. Provide bumper-type resilient insert and metal retainer strips, surface-applied unless shown as mortised or semi-mortised, of following metal, finish and resilient bumper material: !I I . 2. Extruded aluminum with natural anodized finish; 0.062" minimum thickness of main walls and flanges. I. ,- 3. Flexible, hollow neoprene bulb or loop insert, conforming to MIL R 6055, Class II, Grade 40. - D. Weather stripping at Door Bottoms: . - - 1. Provide threshold consisting of contact type resilient insert and metal housing of design and size shown; of following metal, finish, and resilient seal strip: I 2. Extruded aluminum with natural anodized finish; 0.062" minimum thickness of main walls and flanges. 3. Solid neoprene wiper or sweep seal complying with MIL R 6055, Class II, Grade 40. . - 2.0B THRESHOLDS: I FINISH HARDWARE OB71 0-9 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County A. General: Except as otherwise indicated provide standard metal threshold unit of type, size and profile as shown or scheduled. B. Exterior Hinged/Pivoted Doors: Provide units not less than 4" wide, formed to accommodate change in floor elevation where indicated, fabricated to accommodate door hardware and to fit door frames, and as follows: 1. For out-swinging doors provide rabbeted type units with replaceable weather strip insert in stop. 2.10 HARDWARE FINISHES: Provide matching finishes for hardware units at each door or opening, to the greatest extent possible, and except as otherwise indicated. Reduce differences in color and textures as much as commercially possible where the base metal or metal forming process is different for individual units of hardware exposed at the same door or opening. In general, match items to the manufacturer's standard finish for the latch and lock set (or push-pull units if no latch-lock sets) for color and texture. Provide finishes which match those established by BHMA or, if none established, match the Engineer's sample. Finish shall be US32D (BHMA 630), Satin Stainless Steel. Provide quality of finish, including thickness of plating or coating (if any), composition, hardness and other qualities complying with manufacturer's standards, but in no case less than specified for the applicable units of hardware by referenced standards. The designations used in schedules and elsewhere to indicate hardware finishes are those listed in ANSI A 156.1B "Materials & Finishes Standard", induding coordination with the traditional U.S. finishes shown by certain manufacturers for their products. PART 3 - EXECUTION 3.01 INSTALLATION: Mount hardware units at heights indicated in "Recommended Locations for Builders Hardware for Standard Steel Doors and Frames" by the Door and Hardware Institute, except as specifically indicated or required to comply with governing regulations, and except as may be otherwise directed by Architect. Install each hardware item in compliance with the manufacturer's instructions and recommendations. Wherever cutting and fitting is required to install hardware onto or into FINISH HARDWARE OB71 0-1 0 I I I I I I I I I I I I I I I I I I I I I ,I ;1 , II - .1 I I , I I I I I I , I I I , I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County surfaces which are later to be painted or finished in another way, coordinate removal, storage and reinstallation or application of surface protections with finishing work specified in the Division-9 sections. Do not install surface-mounted items until finishes have been completed on the substrate. Set units level, plumb and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. Drill and countersink units which are not factory-prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards. Set thresholds for exterior doors in full bed of butyl-rubber or polyisobutylene mastic sealant. 3.02 ADJUST AND CLEAN: Adiust and check each operating item of hardware and each door, to ensure proper operation or function of every unit. Replace units which cannot be adjusted to operate freely and smoothly as intended for the application made. Clean adiacent surfaces soiled by hardware instaBation. Instruct Owner's Personnel in proper adjustment and maintenance of hardware and hardware finishes, during the final adjustment of hardware. Continued Maintenance Service, approximately six months after the acceptance of hardware in each area, the Installer, accompanied by the representative of the latch and lock manufacturer, shall return to the project and re-adjust every item of hardware to restore proper function of doors and hardware. Consult with and instruct Owner's personnel in recommended additions to the maintenance procedures. Replace hardware items which have deteriorated or failed due to faulty design, materials or installation of hardware units. Prepare a written report of current and predictable problems (of substantial nature) in the performance of the hardware. ' END OF SECTION OB71 0 FINISH HARDWARE 08710-11 I I I I I I I I I I I I I I I I - S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County SECTION 09900 - PAINTING PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to this section. 1.02 DESCRIPTION OF WORK: A. Extent of painting work is indicated on drawings and schedules, and as herein specified. B. Work includes painting and finishing of interior and exterior exposed items and surfaces throughout project, except as otherwise indicated. C. Surface preparation, priming and coats of paint specified are in addition to shop-priming and surface treatment specified under other sections of work. D. Work includes field painting of exposed bare and covered pipes and ducts (including color coding), and of hangers, exposed steel and iron work, and primed metal surfaces of equipment installed under mechanical and electrical work, except as otherwise indicated. E. "Paint" as used herein means all. coating systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats. F. Surfaces to be Painted: Except where natural finish of material is specifically noted as a surface not be painted, paint exposed surfaces whether or not colors are designated in "schedules". Where items or surfaces are not specifically mentioned, paint the same as similar adjacent materials or areas. If color or finish is not designated, Engineer will select these from standard colors or finishes available. G. Following categories of work are not included as part of field-applied finish . work. - 1. Pre-Finished Items: Unless otherwise indicated, do not include painting when factory-finishing or installer-finishing is specified for such items as (but not limited to) metal toilet enclosures, prefinished partition systems, acoustic materials, architectural woodwork and casework, elevator entrance doors and frames, elevator equipment, and finished - . PAINTING 09900-1 - PAINTING 09900-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County mechanical and electrical equipment, including light fixtures, switchgear and distribution cabinets. 2. Concealed Surfaces: Unless otherwise indicated, painting is not required on surfaces such as walls or ceilings in concealed areas and generally inaccessible areas, foundation spaces, furred areas, utility . tunnels, pipe spaces, duct shafts and elevator shafts. 3. Finished Metal Surfaces: Unless otherwise indicated, metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze and similar finished materials will not require finish painting. 4. Operating Parts: Unless otherwise indicated, moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sinkages, sensing devices, motor and fan shafts will not require finish painting. H. Following categories of work are included under other sections of these specifications. 1. Shop PriminQ: Unless otherwise specified, shop pnmlng of ferrous metal items is included under various sections for structural steel, metal fabrications, hollow metal work and similar items. 2. Unless otherwise specified, shop priming of fabricated components such as architectural woodwork, wood casework and shop-fabricated or factory-built mechanical and electrical equipment or accessories is included under other sections of these specifications. 3. Mechanical and Electrical Work: Painting of mechanical and electrical work is specified in Divisions 15 and 16, respectively. 4. Do not paint over any code-required labels, such as Underwriters' Laboratories and Factory Mutual, or any equipment identification, performance rating, name, or nomenclature plates. 1.03 QUALITY ASSURANCE: A. Single Source Responsibility: Provide primers and other undercoat paint produced by same manufacturer as finish coats. Use only thinners approved by paint manufacturer, and use only within recommended limits. B. Coordination of Work: I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Review other sections of these specifications in which prime paints are to be provided to ensure compatibility of total coatings system for various substrates. Upon request from other trades, furnish information or characteristics of finish materials provided for use, to ensure compatible prime coats are used. 1.04 SUBMITTALS: A. Product Data: Submit manufacturer's technical information including paint label analysis and application instructions for each material proposed for use. B. Samples: Prior to beginning work, Engineer will furnish color chips for surfaces to be painted. Use representative colors when preparing samples for review. Submit samples for Engineer's review of color and texture only. Provide a . listing of material and application for each coat of each finish sample. 1. On 12" x 12" hardboard, provide two samples of each color and material, with texture to simulate actual conditions. Resubmit samples as requested by Engineer until acceptable sheen, color, and. texture is achieved. 2. On actual wood surfaces, provide two 4" xB" samples of natural and stained wood finish. Label and identify each as to location and application. 3. On concrete masonry, provide two 4" square samples of masonry for each type of finish and color, defining filler, prime and finish coat. 4. On actual wall surfaces and other exterior and interior building components, duplicate painted finishes of prepared samples. Provide full-coat finish samples on at least 100 sq. ft. of surface, as directed, until required sheen, color and texture is obtained; simulate finished lighting conditions for review of in-place work. 5. Final acceptance of colors will be from samples applied on the job. 1.05 DELIVERY AND STORAGE: I . A. Deliver materials to job site in original, new and unopened packages and containers bearing manufacturer's name and label, and following information: I PAINTING 09900.3 - . PAINTING 09900-4 I I I I I I I I I I I I I I I I I I I sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County · Name or title of material · Fed. Spec. number, if applicable · Manufacturer's stock number and date of manufacturer · Manufacturer's name · Contents by volume, for major pigment and vehicle constituents · Thinning instructions · Application instructions · Color name and number B. Store materials not in actual use in tightly covered containers. Maintain containers used in storage of paint in a clean condition, free of foreign materials and residue. Protect from freezing where necessary. Keep storage are a neat and orderly. Remove oily rags and waste daily. Take all precautions to ensure that workmen and work areas are adequately protected from fire hazards and health hazards resulting from handling, mixing and application of paints. 1.06 JOB CONDITIONS: A. Apply water-base paints only when temperature of surfaces to be painted and surrouncjing air temperatures are between 50 deg."F (10 deg. C) and 90 deg. F (32 "deg. C), unless otherwise permitted by paint manufacturer's printed instructions. B. Apply solvent-thinned paints only when temperature of surfaces to be painted and surrounding air temperatures are between 45 deg. F (7 deg. C) and 95 deg. F (35 deg. C), unless otherwise permitted by paint manufacturer's printed instructions. C. Do not apply paint in snow, rain, fog or mist, or when relative humidity exceeds B5%, or to damp or wet surfaces, unless otherwise permitted by paint manufacturer's printed instructions. D. Painting may be continued during inclement weather if areas and surfaces to be painted are enclosed and heated within temperature limits specified by paint manufacturer during application and drying periods. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Available Manufacturers: I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include; but are not limited to, the following: -Devoe and Reynolds Co. (Devoe) -Glidden Coatings and Resins -Benjamin Moore and Co. (Moore) -PPG Industries, Pittsburgh Paints (Pittsburgh) -Pratt and Lambert (P & L) -The Sherwin-Williams Company (S-W) 2.02 MATERIALS: A. Material Quality: Provide best quality grade of various types of coatings as regularly manufactured by acceptable paint materials manufacturers. Materials not displaying manufacturer's identification as a standard, best-grade product will not be acceptable. B. Proprietary Names: Proprietary names used to designate colors or materials are not intended to imply that products of named manufacturers are required to exclusion' . of equivalent products of other manufacturers. C. Federal Specifications: Establish minimum acceptable quality for paint materials. Provide written certification from paint manufacturer that materials provided meet or exceed these minimums. D. Manufacturer's Products: Which comply with coating qualitative requirements of applicable Federal Specifications, yet differ in quantitative requirements, may be considered for use when acceptable to Engineer. Furnish material data and manufacturer1s certificate of performance to Engineer for any proposed substitutions. E. Color Pigments: - Pure, non-fading, applicable types to suit substrates and service indicated. F. Lead Content: PAINTING 09900-5 PAINTING 09900-6 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 0101 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County Lead content in pigment, if any, is limited to contain not more than 0.06% lead, as lead metal based on the total non-volatile (dry-film) of paint by weight. PART 3 - EXECUTION 3.01 INSPECTION: Applicator must examine areas and conditions under which painting work is to be applied and notify Contractor in writing of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to Applicator. Starting of painting work will be construed as Applicator's acceptance of surfaces and conditions within any particular area. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to formation of a durable paint film. 3.02 SURFACE PREPARATION: A. General: Perform preparation and cleaning procedures in accordance with paint manufacturer's instructions and as herein specified, for each particular substrate condition. 1. Provide barrier coats over incompatible primers or remove and reprime as required. Notify Engineer in writing of any anticipated problems in using the specified coating systems with substrates primed by others. 2. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place and not to be finish-painted, or provide surface-applied protection prior to surface preparation and painting operations. Remove, if necessary, for complete painting of items and adjacent surfaces. Following completion of painting of each space or area, reinstall removed items. 3. Clean surfaces to be painted before applying paint or surface treatments. Remove oil and grease prior to mechanical cleaning. Program cleaning and painting so that contaminants from cleaning process will not fall onto wet, newly-painted surfaces. B. Cementitious Materials: 11 il il :1 :1 I I II II S&P Project No. G124 01 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County Prepare cementitious surfaces of concrete, concrete block, cement plaster and cement-asbestos board to be painted by removing efflorescence, chalk, dust, dirt, grease, oils, and by roughening as required to remove glaze. 1. Determine alkalinity and moisture content of surfaces to be painted by performing appropriate tests. If surfaces are. found to be sufficiently alkaline to cause blistering and burning of finish paint, correct this condition before application of paint. Do not paint over surfaces where moisture content exceeds that permitted in manufacturer's printed directions. 2. Clean concrete floor surfaces scheduled to be painted with a commercial solution of muriatic acid, or other etching cleaner. Flush floor with clean water to neutralize acid, and allow to dry before painting. C. Wood: II Clean wood surfaces to be painted of dirt, oil, or other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sandpaper smooth those finished surfaces exposed to view, and dust off. Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac or other recommended knot sealer, before application of priming coat. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood-filler. Sandpaper smooth when dried. il il il 1. Prime, stain, or seal wood required to be job-painted immediately upon delivery to job. Prime edges, ends, faces, undersides, and backsides of such wood, including cabinets, counters, cases, paneling. 2. When transparent finish is required, use spar varnish for backpriming. 3. Backprime paneling on interior partitions only where masonry, plaster, or other wet wall construction occurs on backside. . ,- ii 4. Seal tops, bottoms, and cut-outs of unprimed wood doors with a heavy coat of varnish or equivalent sealer immediately upon delivery to job. D. Ferrous Metals: I - I I I Clean ferrous surfaces, which are not galvanized or shop-coated, of oil, grease, dirt, loose mill scale and other foreign substances by solvent or mechanical cleaning. E. Prime Coats: PAINTING 09900-7 PAINTING 09900-8 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Touch-up shop-applied prime coats wherever damaged or bare, where required by other sections of these specifications. Clean and touch-up with same type shop primer. F. Galvanized Surfaces: Clean free of oil and surface contaminants with non-petroleum based solvent. 3.03 MATERIALS PREPARATION: A. Mix and prepare painting materials in accordance with manufacturer's directions. B. Maintain containers used in mixing and application of paint in a clean condition, free of foreign materials and residue. C. Stir materials before application to produce a mixture of uniform density, and stir as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using. 3.04 APPLICATION: A. General: Apply paint in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. 1. Paint colors, surface treatments, and finishes, are indicated in . IIschedulesll of the contract documents. 2. Provide finish coats which are compatible with prime paints used. 3. Apply additional coats when undercoats, stains or other conditions show through final coat of paint, until paint film is of uniform finish, color and appearance. Give special attention to insure that surfaces, including edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 4. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Paint surfaces behind permanently-fixed equipment or furniture with prime coat only before final installation of equipment. 5. Paint interior surfaces of ducts, where visible through registers or grilles, with a flat, non-specular black paint. II II il :1 :1 :1 il )1 II ;1 il !I il il II II il il il S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 6. Paint back sides of access panels, and removable or hinged covers to match exposed surfaces. 7. Finish exterior doors on tops, bottoms and side edges same as exterior faces, unless otherwise indicated. . B. Sand lightly between each succeeding enamel or varnish coat. 9. Omit first coat (primer) on metal surfaces which have been shop-primed and touch-up painted, unless otherwise indicated. B. Scheduling Painting: Apply first-coat material to surfaces that have been cleaned, pretreated or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. 1. Allow sufficient time between successive coatings to permit proper drying. Do not recoat until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and application of another coat of paint does not cause lifting or loss of adhesion of the' undercoat. C. Minimum Coatinq Thickness: Apply materials at not less than manufacturer's recommended spreading rate, to establish a total dry film thickness as indicated or, if not indicated, as recommended by coating manufacturer. D. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to those items exposed in mechanical equipment rooms and in occupied spaces. E. Mechanical Items: Mechanical items to be painted include, but are not limited to, the following: · Piping, pipe hangers, and supports · Heat exchangers · Tanks · Ductwork, insulation · Motor, mechanical equipment, and supports · Accessory items PAINTING 09900-9 PAINTING 09900-1 0 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County F. Electrical Items: Electrical items to be painted include, but are not limited to, the following: · Conduit and fittings · Switchgear G. Prime Coats: Apply prime coat of material which is required to be painted or finished, and which has not been prime coated by others. 1. Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn-through or other defects due to insufficient sealing. H. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling such as laps, irregularity in texture, skid marks, or other surface imperfection"s. I. Piqmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness or other surface imperfections will not be acceptable. J. Transparent (Clear) Finishes: Use multiple coats to produce glass-smooth surface film of even luster. Provide a finish free of laps, cloudiness, color irregularity, runs, brush marks, orange peel, nail holes, or other surface imperfections. Provide satin finish for final coats, unless otherwise indicated. K. Completed Work: Match approved samples for color, texture and coverage. Remove, refinish or repaint work not in compliance with specified requirements. 3.05 FIELD QUALITY CONTROL: I ;1 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County :1 A. The right is reserved by Owner to invoke the following material testing procedure at any time, and any number of times during period of field painting: :1 il II :1 !I !I I il I II 1. Engage services of an independent testing laboratory to sample paint being used. Samples of materials delivered to project site will be taken, identified and sealed, and certified in presence of Contractor. 2. Testing laboratory will perform appropriate tests for any or all of following characteristics: Abrasion resistance, apparent reflectivity, flexibility, washability, absorption, accelerated weathering, dry opacity, accelerated yellowness, recoating, skinning, color retention, alkali resistance and quantitative materials analysis. 3. If test results show that material being used does not comply with specified requirements, Contractor may be directed to stop painting work, and remove non-complying paint; pay for testing; repaint surfaces coated with rejected paint; remove rejected paint from previously painted surfaces if, upon repainting with specified paint, the two coatings are non-compatible. 3.06 CLEAN-UP AND PROTECTION: A. Clean-Up: During progress of the work, remove from the site discarded paint materials, rubbish, cans and rags at the end of each work day. 11 il Upon completion of painting work, clean window glass and other paint spattered surfaces. Remove spattered paint by proper methods of washing and scraping, using care not to scratch or otherwise damage finished surfaces. B. Protection: :1 ,- i- - Protect work of other trades, whether to be painted or not, against damage by painting and finishing work. Correct any damage by cleaning, repairing or replacing, and repainting, as acceptable to Engineer. - ;- 1. Provide "Wet Paint" signs as required to protect newly-painted finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of painting operations. - . 2. At completion of work of other trades, touch-up and restore all damaged or defaced painted surfaces. . - . 3.07 EXTERIOR PAINT SCHEDULE: PAINTING 09900-11 I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County A. General: 15XX Wonder-Shield Exterior Acrylic Latex Flat House Paint Y3525 Spred Glide-On Moorglo House and Trim Paint 6-610 Speed hide Acrylic Latex House Paint Pro-Hide Plus Latex House Paint Weather Perfect Acrylic Latex Flat Exterior Finish I I I I I I I I I I I I I I I I I I I Provide the following paint systems for the various substrates, as indicated. B. Concrete. Stucco and Masonrv: (Other than concrete masonry units). 1. Lusterless (Flat) Acrylic Finish: 2 coats with total dry film thickness not less than 2.5 mils. a. First and Second Coats: Acrylic Emulsion (FS TT-P-19). Devoe: Glidden: Moore: Pittsburgh: P&L: S-W: 2. Lusterless (Flat) POlvvinyl Acetate Finish: 2 coats with total dry film thickness not less than 2.5 mils. a. First and Second Coats: Polyvinyl Acetate Copolymer Emulsion (FS TT-P-55, Type II). Devoe: Glidden: Moore: Pittsburgh: P&L: S-W: 504XX De-Vo-Ko Exterior Latex Flat Masonry Paint Y3525 Spred Glide-On Moorgard Latex House Paint 6-30 Speedhide Masonry Paint Pro-Hide Plus Interior/Exterior Vinyl-Acrylic Flat Paint Weather Perfect Acrylic Latex Flat Exterior Finish 3. Heavy-Duty Textured Coating: One coat with total dry film thickness not less than 15.0 mils. a. First Coat: Heavy-duty, Textured Coating (FS TT-C-555, Type II). Devoe: Glidden: P &L: 4B1XX Re-New Coat Interior/Exterior Modified Epoxy Masonry Texture Coating Y-5392 Glid-Tex High Profile Spray Texture Pro-Hide Texture Masonry Coating C. Concrete Masonry Units: PAINTING 09900-12 II sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County II 1. Lusterless (Flat) Acrylic Finish: 2 coats over filler coat with total dry film thickness not less than 2.5 mils, excluding filler coat. [I ;1 :1 ~I I il il II II :1 ;1 I I I i I . . a. Filler Coat: Solvent Thinned Block Filler for Porous Surfaces (FS TT-F-1 09B). Devoe: Glidden: Moore: S-W: 52901 Bloxfil Interior/Exterior Acrylic Latex Block Filler Y-5317 Ultra-Hide Acrylic Latex Block Filler Moore's Waterproofing Masonry Paint . Pro-Mar Block Filler b. First and Second Finish Coats: Acrylic Emulsion (FS TT-P-19). Devoe: Glidden: Moore: S-W: 15XX Wonder Shield Exterior Acrylic Latex Flat House Paint. Y3525 Spred Glide-On Moorgard Latex House Paint Weather Perfect Acrylic Latex Flat Exterior Finish 2. Heavy-Duty Textured Coatinq: 2 coats with total dry film thickness not less than 25.0 mils. a. First and Second Coats: Heavy-duty, Textured Coating (FS TT-C-555, Type II). Devoe: Glidden: P & L: D. General Painted Wood: 481 XX Re-New Coat Interior/Exterior Modified Epoxy Masonry Texture Coating Y5392 Glid-Tex High Profile Spray Texture Pro-Hide Texture Masonry Coating 1. Alkvd Gloss Finish: 2 finish coats over primer with total dry film thickness not less than 3.5 mils. a. Prime Coat: Exterior Primer Coating (FS TT-P-25). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: - PAINTING . 1102 All-Weather Exterior Alkyd House Paint Primer. Y-1951 Spred Gel-Flo Base Coat. Moore's Moorwhite Primer. 6-Line Speedhide Exterior Wood Primer. Permalize Exterior Primer. Exterior Wood Primer. 09900-1 3 sap Project No. G124 01 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County 70XX Mirrolac Interior/Exterior Alkyd Gloss Enamel. Y-4500-Line Glid-Guard Industrial Enamel. Impervo High Gloss Enamel Exterior/Interior. 6-Line Speedhide Quick-Dry Alkyd Enamel. Effecto Enamel. S-W Industries Enamel. I I I I I I I I I I I I I I I I I I I b. First and Second Finish Coats: Exterior Alkyd Gloss Enamel (TT-E-4B9). Devoe: Glidden: Moore: Pittsburgh: 2. Silicone Alkyd Semi-Gloss Finish: 2-Finish coats over primer with total dry film thickness not less than 3.5 mils. a. Prime Coat: Exterior Primer Coating (FS TT -P-25). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: 1102 All-Weather Alkyd House Paint Primer. Y1951 Spred Gel-Flo Base Coat. Moore's Moorewhite Primer. 6-9 Exterior Wood Primer. b. First and Second Finish Coats: Exterior Silicone Alkyd Enamel (FS TT-E-490). Devoe: Glidden: Moore: Pittsburgh: Bar-Ox Silicone Alkyd Gloss. . Y-5540 Silicone Alkyd Enamel. (Gloss). Moore's Polysilicone Enamel. Silicone Alkyd Enamel, Semi-Gloss. 3.' Low Luster Finish: 2 Finish coats over primer. PAINTING a. Prime Coat: Exterior Primer Coating (FS TT-P-25). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: 1102 All-Weather Alkyd House Paint Primer. Y -1951 Spred Gel-Flo Base Coat. Moore's Moorwhite Primer. 6-9 Speedhide Exterior Wood Primer. Permalize Exterior Primer. S-W Exterior Wood Primer. b. First and Second Finish Coats: Acrylic Emulsion (FS TT-P-19). Devoe: Glidden: Moore: Pittsburgh: P &L: 15XX Wonder-Shield Exterior Acrylic Latex Flat House Paint. Y-3600 Spred House Paint. Moore's Moorglo Latex House and Trim Paint. 6-610 Line Speedhide Acrylic Latex House Paint. Pro-Hide Plus Latex House Paint. 09900-14 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County S-W: S-W Weather-Perfect Acrylic Latex Flat Exterior Finish. E. Painted Wood Trim: 1. Full Gloss Alkyd for Deep Colors: 2 Finish coats over primer. a. Prime Coat: Exterior Primer Coating (FS TT-P-25). Devoe: Pittsburgh: S-W: 1102 All-Weather Alkyd House Paint Primer. 6-9 Speedhide Exterior Wood Primer. Exterior Wood Primer. b. First and Second Finish Coats: Alkyd Resin Paint Exterior Trim, Deep Colors (FS TT-P-37). Devoe: 155 All-Weather Exterior Alkyd Gloss House and Trim Paint Ultra Deep Base. Pittsburgh: 6-B36 Speedhide Exterior Wood Finish Deeptone Base. S-W: SWP Exterior Gloss Finish. 2. Full Gloss Alkyd for Medium Shades: 2 Finish coats over primer. a. Prime Coat: Exterior Primer Coating (FS TT-P-25). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: 1102 All-Weather Alkyd House Paint Primer.. Y-1951 Spred Gel-Flo Base Coat. Moore's Moorwhite Primer. 6-9 Speedhide Exterior Wood Primer. Permalize Exterior Primer. S-W Exterior Wood Primer. b. First and Second Finish Coats: Ready-Mixed Exterior Alkyd Oil Paint, Medium Shades (FS TT-P-B1). Devoe: . Glidden: Moore: Pittsburgh: P &L: S-W: F. Ferrous Metal: PAINTING 1 XX All-Weather Alkyd Gloss House and Trim Paint. Y-1901 Spred Gel-Flo. Moore's House Paint. 6-B35 Speedhide Exterior Finish-Midtone Bases. Permalize House and Trim Finish. SWP Exterior Gloss Paint. 09900-1 5 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Universal Primer S-W Kromik Universal Metal Primer. I I I I I I I I I I I I I I I I I I I 1. Full Gloss Alkyd Enamel: 2 Finish coats over primer. a. Prime Coat: Universal Alkyd Primer. Primer is not required on items delivered shop primed. Glidden: S-W: b. First and Second Finish Coats: High Gloss Alkyd Enamel (FS TT-E-4B9). Glidden: S-W: Y-4500-Line Glid-Guard Industrial Enamel. S-W Metalistic II Enamel. 2. Semi-Gloss Alkyd Enamel: 2 Finish coats over primer. a. Prime Coat: Universal Alkyd Primer. Primer is not required on items delivered shop primed. Glidden: S-W: Universal Primer S-W Kromik Universal Metal Primer. b. First and Second Finish Coats: Semi-Gloss Alkyd Enamel (FS TT-E-529, Class A). Devoe: Glidden: Pittsburgh: P &L: 1 XX All-Weather Exterior Alkyd Gloss House and .. Trim Paint. Y-4600-Line Spred Lustre. 6-90 Speedhide Lo-Sheen Enamel. Vitralite Eggshell Enamel. 3. Lusterless (Flat) Alkyd Enamel: 2 Finish coats over primer. Primer is not required on items delivered shop primed. a. Prime Coat: Universal Alkyd Primer. Primer is not required on items delivered shop primed. Glidden: S-W: Universal Primer S-W Kromik Universal Metal Primer. b. First and Second Finish Coats: Lusterless Alkyd Enamel (FS TT-E-527). Devoe: P & L: S-W: PAINTING 56400 De-Vo-Ko Lo-Lustre Alkyd H.P. Vitralite Enamel Eggshell. Pro-Mar Alkyd Flat Exterior Finish. 09900-16 !I I :1 ;1 :1 I II .1 I I I , I I - I I I J I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 4. Full Gloss Alkvd Trim Enamel Deep Colors: Two Coats over Primer. Primer is not required on items delivered shop primed. a. Prime Coat: Zinc Chromate Primer. Devoe: Pittsburgh: 41B39 Bar-Ox Zinc Chromate Primer, Grey. 6-204 PPG Zinc Chromate Primer. b. First and Second Finish Coats: Alkyd Gloss Enamel (FS TT-P-37). Devoe: 155 All-Weather Exterior Alkyd Gloss House and Trim Paint, Ultra Deep Base. Pittsburgh: 6-Line Speedhide Exterior Wood Finish, Deeptone Base 6-836. 5. Silicone Alkyd Gloss Finish: 2 Finish coats over primer. Primer is not required on items delivered shop primed. a. Prime Coat: Zinc Chromate Alkyd Primer (FS TT-P-645). Devoe: Glidden: Moore: Pittsburgh: S-W: 41B39 Bar-Ox Zinc Chromate Primer, Grey. Y-5533 Glid-Guard Zinc Chromate Metal Primer. Ironclad Zinc Chromate Primer. 6-204 PPG Zinc Chromate Primer. S-W Zinc Chromate Primer. b. First and Second Finish Coats: Semi-Gloss Silicone Alkyd Enamel (FS TT-E-490). Devoe: Glidden: Moore: Pittsburgh: S-W: G. Zinc-Coated Metal: 610XX Bar-Ox Silicone Alkyd Gloss. Y-5540 Line - Silicone Alkyd Enamel (Gloss). Moore's Polysilicone Enamel. UC 127BO. S-W New Silicone - Alkyd Gloss Enamel. 1. High Gloss Alkyd Enamel: 2 Finish coats over primer. a. Prime Coat: Zinc Dust-Zinc Oxide Primer (FS TT-P-641). Devoe: Glidden: Pittsburgh: S-W: PAINTING 14100 Zinc Dust Primer and Finish. Y-5229 Glid-Guard All-Purpose Metal Primer. 6-215 Speedhide Galvanized Steel Primer. S-W Galvanized Iron Primer. 09900-1 7 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 70XX Mirrolac Interior/Exterior Alkyd Gloss Enamel. Y-4500-Line - Glid-Guard Alkyd Industrial Enamel. 6-252 Speedhide Quick-Dry Alkyd Gloss Enamel. S-W Metalistic II Enamel. I I I' I I I I I I I I I I I I I I I I b. First and Second Finish Coats: High Gloss Alkyd Enamel (FS TT-E-4B9). Devoe: Glidden: Pittsburgh: S-W: H. Aluminum: 1. Hiqh Gloss Alkyd Enamel: 2 Finish coats over primer. a. Prime Coat: Zinc Chromate Primer (FS TT-P-645). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: 13201 Mirrolac Galvanized Metal Primer. Y-5229 - Glid-Guard All-Purpose Metal Primer. Iron-Clad Zinc Chromate Primer. 6-204 PPG Zinc Chromate Primer. Noxide Zinc Chromate Primer. S-W Zinc Chromate Primer. b. First and Second Finish Coats: High Gloss Alkyd Enamel (FS TT -E-4B9, Class A). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: 70XX Mirrolac Interior/Exterior Alkyd Gloss Enamel. Y-4500-Line - Glid-Guard Alkyd Industrial Enamel. Moore's Impervo High-Gloss Enamel Interior/Exterior. 6-252 PPG Alkyd Gloss Enamel. Effecto Enamel. S-W Metalistic II Enamel. 3.0B INTERIOR PAINT SCHEDULE: A. General: Provide the following paint systems for the various substrates, as indicated. B. Concrete and Masonry: (Other than concrete masonry units). 1. Lusterless (Flat) Latex Finish: 2 coats. a. First and Second Coats: Interior Flat Latex Base Paint (FS TT -P-29). PAINTING 09900-1 B II II il I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: ;1 il il ~I il II 36XX Wonder-Tones Interior Latex Flat Wall Paint. Y-3400-Line Spred Satin Latex Wall Paint. Moore's Regal Wall Satin. 6-70 Speedhide Latex Wall Paint. Pro-Hide Plus Latex Flat. S-W Pro-Mar 400 Latex Flat Wall Paint. b. Second Coat: Interior Flat Odorless Alkyd Paint (FS TT-P-30). Devoe: Glidden: Moore: Pittsburgh: P & L: 21 XX Velour Alkyd Flat Wall Paint. Y-5700-Line Ultra-Hide Alkyd Flat Wall Enamel. Moore's Alkyd Sani-Flat. 6-50 Speedhide Alkyd Flat Wall Paint. Lyt-AII Flowing Flat. 2. Semi-Gloss Enamel Finish: 3 Coats with total dry film thickness not less than 3.5 mils. a. First Coat: Interior Flat Latex Base Paint (FS TT-P-29). Devoe: Glidden: Moore: Pittsburgh: . P & L: S-W: II II 36XX Wonder-Tones Latex Flat Wall Paint. Y-5019 Ultra-Hide PVA Primer Sealer. Moore's Latex Quick-Dry Prime Seal. 6-70 Speedhide Latex Flat Wall Paint. Pro-Hide Plus Latex Flat. S-W Wall and Wood Primer. b. Second Coat: Interior Enamel Undercoat (FS TT-E-543). I I I I I I 1 I I I Devoe: Glidden: Moore: Pittsburgh: P &L: BB01 Velour Alkyd Enamel Undercoat. Moore's Alkyd Enamel Underbody. 6-6 Speedhide Quick-Drying Enamel Undercoater. Pro-Hide Plus Latex Flat. S-W Wall and Wood Primer. c. Third Coat: Odorless Interior Semi-Gloss Alkyd Enamel (FS TT-E-509). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: C. Concrete: PAINTING 26XX Velour Alkyd Semi-Gloss Enamel. Y-4600 Line Spred Lustre Semi-Gloss Enamel. Moore's Satin Impervo Enamel. 27 -109 Wall-Hide Semi-Gloss Enamel. Pro-Hide Plus Alkyd Semi-Gloss. S-W Pro-Mar Alkyd Semi-Gloss Enamel. 09900-19 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 36XX Wonder-Tones Interior Latex Flat Wall Paint. Moore's Regal Wall Satin. 6-70 Speed hide Latex Flat Wall Paint. I I I I I I I I I I I I I I I I I I I 1. Interior Polyester Epoxy in Gloss or Semi-Gloss Finish: 3 Coats with total dry film thickness not less than 4.0 mils. a. First Coat: Interior Latex Emulsion (FS TT-P-29). Devoe: Moore: Pittsburgh: b. Second and Third Coats: Polyester Epoxy (FS TT-C-545). Devoe: Moore: Pittsburgh: D. Concrete Masonry Units: 124XX Tru-Glaze 4 Epoxy Gloss. Tile-Like Catalyzed Architectural Coatings. 16-610/16-630 Pitt-Glaze High Solids Polyester Epoxy Finish Coatings. 1. Lusterless (Flat) Emulsion Finish: 2 Finish coats over filled surface. a. Filler Coat: Solvent-Thinned Block Filler (FS TT -F-1 098). Apply filler coat at a rate to ensure complete coverage with pores filled. Devoe: Glidden: Moore: S-W: 52901 Bloxfil Acrylic Flat Latex Block Filler. Y-5317 Line Ultra-Hide Acrylic Block Filler. Moore's Waterproofing Masonry Paint. S-W Pro-Mar Block Filler. b. First and Second Finish Coats: Interior Latex Emulsion (FS TT-P-29). Devoe: Glidden: Moore: S-W: 36XX Wonder-Tones Latex Flat Wall Paint. Y-3400-Line - Spred Satin Latex Wall Paint. Moore's Regal Wall Satin. S-W Pro-Mar 400 Latex Flat Wall Paint. 2. Semi-Gloss Alkvd Enamel Finish: 2 Coats over filled surface with total dry film thickness not less than 3.5 mils, excluding filler coat. a. Filler Coat: Solvent-Thinned Block Filler (FS TT-F-109B). Apply filler coat at a rate to ensure complete coverage with pores filled. Devoe: . Glidden: Moore: S-W: PAINTING 52901 Bloxfil Acrylic Flat Latex Block Filler. Y-5317 Line Ultra-Hide Acrylic Block Filler. Moore's Waterproofing Masonry Paint. S-W Pro-Mar Block Filler. 09900-20 II S&P Project No. G124 01 01 I Rehabilitation of 200 Street Pump Station Augusta-Richmond County tl ;1 Iii I I ,I I I I I I I I I b. First Coat: Enamel Undercoater (FS TT-E-543). Devoe: Glidden: Moore: S-W: 8B01 Velour Alkyd Enamel Undercoat. Y-5019 - PVA Primer. Moore's Alkyd Enamel Underbody. S-W Pro-Mar Alkyd Semi-Gloss Enamel. c. Second Coat: Odorless Interior Alkyd Semi-Gloss Enamel (FS TT-E-509). Devoe: Glidden: Moore: S-W: 26XX Velour Alkyd Semi-Gloss Enamel. Y -4600-Line - Spred Lustre. Moore's Satin Impervo Enamel. S-W Pro-Mar Alkyd Semi-Gloss Enamel. E. Gypsum Drywall Systems: 1. Lusterless (Flat) Emulsion Finish: 2 Coats. a. First Coat: Interior Latex Base Primer Coat (FS TT-P-650). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: 50B01 Wonder-Tones Latex Flat Wall Paint. Y -3416 Spred Primer Sealer. Moore's Latex Quick-Dry Prime Seal. 6-2 PPG Quick-Drying Interior Latex Primer Sealer. Pro-Hide Plus Latex Primer. S-W Pro-Mar Latex Wall Primer. b. Second Coat: Interior Flat Latex Base Paint (FS TT -P-29). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: 36XX Wonder-Tones Interior Latex Flat Wall Paint. Y -3400-Line - Spred Satin Latex Wall Paint. Moore's Regal Wall Satin. 6-70 Speedhide Latex Flat Wall Paint. Pro-Hide Plus Latex Flat. S-W Pro-Mar 400 Latex Flat Wall Paint. 2. Odorless Semi-Gloss Alkyd Enamel Finish: 3 coats with total dry film thickness not less than 2.5 mils. a. First Coat: Interior Latex Base Primer Coat (FS TT-P-650). . . Devoe: Glidden: Moore: Pittsburgh: P &L: I I - PAINTING 50801 Wonder-Tones Latex Primer and Sealer. Y-3416 Spred Primer Sealer. Moore's Latex Quick-Dry Prime Seal. 6-2 PPG Quick-Drying Interior Latex Primer Sealer. Pro-Hide Plus Latex Primer. 09900-21 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 26XX Velour Alkyd Semi-Gloss Enamel. Y-4600-Line - Spred Lustre Semi-Gloss. Moore's Satin Impervo Enamel. 27 -109 Wall-Hide Semi-Gloss Enamel. Pro-Hide Plus Alkyd Semi-Gloss. S-W Pro-Mar Alkyd Semi-Gloss Enamel. I I I I I I I I I I I I I I I I I I I S-W: S-W Pro-Mar Latex Wall Primer. b. Second and Third Coats: Odorless Interior Semi-Gloss Alkyd Enamel (FS TT-E-509). Devoe: Glidden: Moore: Pittsburgh: P&L: S-W: F. Ferrous Metal: 1. Semi-Gloss Alkyd Enamel: 2 Fini.sh coats over primer. a. Prime Coat: Universal Alkyd Primer. Primer is not required on items delivered shop primed. Glidden: S-W: Universal Primer S-W Kromik Universal Metal Primer. b. First and Second Finish Coats: Semi-Gloss Alkyd Enamel (FS TT-E-529, Class A). Devoe: Glidden: Pittsburgh: P&L: 1 XX All-Weather Exterior Alkyd Gloss House and Trim Paint. . Y -4600-Line Spred Lustre. 6-90 Speedhide Lo-Sheen Enamel. Vitralite Eggshell Enamel. 2. Lusterless (Flat) Alkyd Enamel: 2 Finish coats over primer. Primer is not required on items delivered shop primed. a. Prime Coat: Universal Alkyd Primer. Primer is not required on items delivered shop primed. Glidden: S-W: Universal Primer S-W Kromik Universal Metal Primer. b. First and Second Finish Coats: Lusterless Alkyd Enamel (FS TT -E-527). Devoe: P &L: S-W: PAINTING 56400 De-Vo-Ko Lo-Lustre Alkyd H.P. Vitralite Enamel Eggshell. Pro-Mar Alkyd Flat Exterior Finish. 09900-22 - I , I ,I .1 I I I I I I I J I I I I I , sap Project No. G124 0101 Rehabilitation of 200 Street Pump Station Augusta-Richmond County G. Zinc-Coated Metal: 1. Lusterless (Flat) Finish: 2 Finish coats over primer with total dry film thickness not less than 2.5 mils. a. Prime Coat: Zinc Dust - Zinc Oxide Primer Coating (FS TT-P-641 ). Devoe: Glidden: Moore: Pittsburgh: 14100 Zinc Dust Primer. Y-5229 - Glid-Guard All-Purpose Metal Primer. Iron-Clad Galvanized Metal Primer. 6-215/6-216 Speedhide Galvanized Steel Paint. Zinc Dust. Q. First and Second Finish Coats: Interior Flat Latex Base Paint (FS TT-P-29). Devoe: Glidden: Moore: Pittsburgh: S-W: 36XX Wonder-Tones Interior Latex Flat Wall Paint. Y-3400-Line - Spred Satin. Moore's Regal Wall Satin. 6-70 Speedhide Latex Flat Wall Paint. S-W Pro-Mar 400 Latex Wall Paint. 2. Semi-Gloss Finish: 2 Coats over primer, with total dry film thickness not less than 2.5 mils. a. Prime Coat: Zinc Dust - Zinc Oxide Primer Coating (FS TT-P-641). Devoe: Glidden: Moore: Pittsburgh: S-W: 141 00 Zinc Dust Primer. Y-5229 - Glid-Guard All-Purpose Metal Primer. Iron-Clad Galvanized Metal Primer. 6-215/6-216 Speedhide Galvanized Steel Paint Zinc Dust. S-W Galvanized Iron Primer. b. Second Coat: Interior Enamel Undercoat (FS TT-E-543). Devoe: Glidden: Moore: Pittsburgh: S-W: BB01 Velour Alkyd Enamel Undercoat. Y -4600 Series Spred Lustre Semi-Gloss Enamel. Moore1s Alkyd Enamel Underbody. 6-6 Spesdhide Quick-Drying Enamel Undercoater. S-W Pro-Mar Alkyd Semi-Gloss. c. Third Coat: Odorless Interior Alkyd Semi-Gloss Enamel (FS TT-P-509). PAINTING I , 09900-23 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Devoe: Glidden: Moore: Pittsburgh: S-W: 26XX Velour Alkyd Semi-Gloss Enamel. Y-4600-Line - Spred Lustre Semi-Gloss. Moore's Satin Impervo Enamel. 27 -109 Wall-Hide Semi-Gloss Enamel. S-W Pro-Mar Alkyd Semi-Gloss Enamel. I I I I I I I I I I I I I I I I I I I 3. Full Gloss Enamel Finish: 2 Coats over primer with total dry film thickness not less than 2.5 mils. a. Prime Coat: Zinc Dust - Zinc Oxide Primer Coating (FS TT-P-641 ). Devoe: Glidden: Moore: Pittsburgh: S-W: 14100 Zinc Dust Primer. Y5229 - Glid-Guard All-Purpose Metal Primer. Iron-Clad Galvanized Metal Primer. 6-215/6-216 Speedhide Galvanized Steel Paint Zinc Dust. S-W Galvanized Iron Primer. b. Second Coat: Interior Enamel Undercoat (FS TT-E-543). Devoe: Glidden: Moore: Pittsburgh: S-W: 70XX Mirrolac Alkyd Gloss Enamel. Y-4500-Line - Glid-Guard Alkyd Enamel. Moore's Alkyd Enamel Underbody. 6-6 Speedhide Quick-Drying Enamel Undercoater. S-W Industrial Enamel. c. Third Coat: Alkyd Gloss Enamel (FS TT -P-506). Devoe: Glidden: Moore: Pittsburgh: S-W: 70XX Velour Alkyd Gloss Enamel. Y -4500-Line - Glid-Guard Alkyd Enamel. Moore's Impervo High Gloss Enamel. 6-274 Speedhide Alkyd Gloss Enamel. S-W Industrial Enamel. H. Painted Woodwork and Hardboard: 1. Semi-Gloss Enamel Finish: 3 Coats. a. First Coat: Interior Enamel Undercoat (FS TT-E-543). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: PAINTING BB01 Velour Alkyd Enamel Undercoat. Y-555-Line - Spred Undercoater. Moore's Alkyd Enamel Underbody. 6-6 Speedhide Quick-Drying Enamel Undercoater. Interior Trim Primer. S-W Wall and Wood Primer. 09900-24 I I I I I I I I I I I I I I I I - I - S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County b. Second and Third Coats: Odorless Interior Semi-Gloss Enamel (FS Tf-E-509). Devoe: Glidden: Moore: Pittsburgh: P & L: S-W: 26XX Velour Alkyd Semi-Gloss Enamel. Y-460Q-Line - Spred Lustre Semi-Gloss. Moore's Satin ImpeNo Enamel. 27-109 Wall-Hide Semi-Gloss Enamel. Pro-Hide Plus Alkyd Semi-Gloss Enamel. S-W Pro-Mar Alkyd Semi-Gloss Enamel. 2. Full Gloss Enamel: Finish: 3 Coats. a. First Coat: Interior Enamel Undercoat (FS TT-E-543). Devoe: Glidden: Moore: Pittsburgh: P & L: S-W: 8B01 Velour Alkyd Enamel Undercoat. Y-555 - Spred Enamel Undercoat. Moore's Alkyd Enamel Underbody. 6-6 Speed hide Quick-Drying Enamel Undercoater. Interior Trim Primer. S-W Wall and Wood Primer. b. Second and Third Coats: Alkyd Gloss Enamel (FS TT-E-506). Devoe: Glidden: Moore: Pittsburgh: P &L: S-W: END OF SECTION 09900 PAINTING 70XX Mirrolac Alkyd Gloss Enamel. Y-4500-Line - Glid-Guard Alkyd Enamel. Moore's ImpeNo Enamel. 6-274 Speedhide Alkyd Gloss Enamel. Effecto Enamel. . S-W Industrial Enamel. 09900-25 I I I I I I I I I I I I I I I I S&p. Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County SECTION 11000 - GENERAL REQUIREMENTS FOR EQUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION: A. SCOPE: This section specifies general requirements which are applicable to all mechanical equipment in these specifications. The Contractor is responsible for ensuring that all mechanical equipment meets the requirements of this section in addition to the specific requirements of the individual equipment specification section. B. EQUIPMENT LISTS: Equipment lists, presented in these specifications and as specified on the drawings, are included for the convenience of the Engineer and Contractor and are not complete listings of all equipment, devices and material to be provided under this contract. The Contractor agrees to prepare his own material and equipment takeoff lists as necessary to meet the requirements of this project manual. 1.02 QUALITY ASSURANCE: A. ARRANGEMENT: The arrangement of equipment shown on. the drawings is based upon information available to the Owner at the time of design and is not intended to Show exact dimensions peculiar to a specific manufacturer. The drawings, are in part, diagrammatic, and some features of the illustrated equipment installation may require revision to meet actual equipm~nt installation requirements. Structural supports, foundations, connected piping, valves, and electrical conduit specified may have to be altered to accommodate the equipment provided. No additional payment will be made for such revisions and alterations. B. REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. . .. I GENERAL REQUIREMENTS FOR EQUIPMENT 11000-1 . . - S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County Reference Title AFBMA Std. 9-7B Load Ratings and Fatigue Life for Ball Bearings Load and Fatigue Life for Roller Bearings AFBMA Std. 11-7B ANSI B1.1-B2 Unified Screw Threads ANSI B1.20.1-B3 Pipe Threads, General Purpose (Inch) Cast Iron Pipe Flanges and Flanged Fittings, Class 125 ANSI B16.1-75 ANSI B18.2.1-B1 Square and Hex Bolts and Screws, Including Askew Head Bolts, Hex Cap Screws, and Log Screws ANSI B18.2.2-B7 Square and Hex Nuts C. UNIT RESPONSIBILITY: Equipment systems made up of two or more components shall be provided as a unit by the responsible manufacturer. Unless otherwise specified, the Contractor shall . obtain each system from the supplier of the driven equipment, which supplier shall: provide all components of the system to enhance compatibility, ease of construction and efficient maintenance. Contractor is responsible to the Owner for performance of all systems as provided in Division 1. Components of systems specified in the following section shall be supplied as a unit by the designated responsible manufacturer to. ensure compatibility, ease of construction, and ease of maintenance. Contractor agrees to be responsible to the Owner for performance of such systems. The responsible manufacturer shall be responsible for modifications to the design of the equipment to ensure compatibility. Section Responsible Manufacturer 11066 Dry Pit Submersible Pumps 11070 Grinder Pump Supplier Grinder Supplier The Contractor shall assign responsibility, including any contractural obligations, to the responsible manufacturer listed above. GENERAL REQUIREMENTS FOR EQUIPMENT 11 000-2 I I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 . Rehabilitation of 200 Street Pump Station Augusta-Richmond County :1 I :1 ~I ,I I I I I I I I I . ~ I - . I - PART 2 - PRODUCTS 2.01 FLANGES AND PIPE THREADS: Flanges on equipment and appurtenances provided under this section shall conform in dimensions and drilling to ANSI B16.1, Class 125. Pipe threads shall conform in dimension and limits of size to ANSI B1.1, coarse thread series, Class 2 fit. Threaded flanges shall have a standard taper pipe thread conforming to ANSI B1.20.1. Unless otherwise specified, flanges shall be flat faced. Flat assembly bolts shall be heavy pattern, hexagonal head, carbon steel machine bolts with heavy pattern, hot pressed, hexagonal nuts conforming to ANSI B18.2.1 and B1B.2.2. Threads shall be Unified Screw Threads, Standard Coarse Thread Series, Class 2A and 2B, ANSI B1.1. 2.02 BEARINGS: Unless otherwise specified, equipment bearings shall be oil or grease lubricated, ball or roller type, designed to withstand the stresses of the seNice specified. Each bearing shall be rated in accordance with the latest revisions of AFBMA Methods of Evaluating Load Ratings of Ball and Roller Bearings. Unless otherwise specified, equipment bearings shall . have a minimum L-10 rating life of 50,000 hours. The rating life shall be determined using the maximum equipment operating speed. Grease lubricated bearings, except those specified to be factory sealed and lubricated, shall be fitted with easily accessible grease supply, flush, drain and relief fittings. Extension tubes shall be used when necessary. Grease supply fittings shall be standard hydraulic alemite type. Oil lubricated bearings shall be equipped with either a pressure lubricating system or a separate oil reservoir type system. Each oil lubrication system shall be of sufficient size to safely absorb the heat energy normally generated in the bearing under a maximum ambient temperature of 60 degrees C. and shall be equipped with a filler pipe and an external level indicator gauge. . 2.03 V-BELT ASSEMBLIES: Unless otherwise specified, V-belt assemblies shall be Dodge Dyna-V belts with matching Dyna-V sheaves and Dodge Taper-lock bushings, Wood's Ultra V-belts with matching Ultra-V sheaves and Wood's Sure-Grip bushing, or equal. Sheaves and bushings shall be statically balanced. Additionally, sheaves and bushings, which operate at a peripheral speed of more than 5,500 feet per minute, shall be dynamically balanced. Sheaves shall be separately mounted on their bushings by means of three pull-up grub or cap tightening screws. Bushings shall be key seated to the drive shaft. GENERAL REQUIREMENTS FOR EQUIPMENT 11000-3 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Belts shall be selected for not less than 150 percent of rated driver horsepower and, where two sheaves sized are specified, shall be capable of operating with either set of sheaves. Belts shall be of the anti-static type where explosion-roof equipment is specified. 2.04 SEALS: A. MECHANICAL: Unless otherwise specified, rotating shafts shall be provided with mechanical seals and stuffing boxes tapped for flushing seal faces. Seals shall be factory installed. Seals shall be internal, single or double as specified, and unbalanced except balanced seals shall be provided when shaft speed is greater than 3,600 rpm for variable speed pumps, or when pressures are greater than shown in the following. Mechanical seals for variable speed pump applications shall be specifically designed to accommodate shaft deflection incurred under specified operating conditions. Seal inside Sealing diameter, inches Shaft speed. rpm pressure, psig 1 /2 to 2 Up to 1,BOO 100 1,B01 to 3,600 50 Over 2 to 4 Up to 1,BOO 50 1,B01 to 3,600 25 Single unbalanced seals shall be Crane B-1, Durametallic RO, or equal. Single balanced seals shall be Chesteron BBO, Crane BB-1, or equal. Double seals shall be Chesteron 241, Durametallic RO/RD, or equal. To maintain the necessary minimum or maximum pressure across the seal faces, spring pressure shall be uniformly distributed to the sealing faces by a coil spring or multiple springs. The rotating seal element shall be clamped to the shaft and provided with an O-ring seal. The stationary seal element shall be sealed with O-ring or gasket material. Seal faces shall be either tungsten carbide, carbon, silicon carbide or ceramic. Elastomeric materials shall be Viton. Metal parts shall be type 316 stainless steel. B. SHAFT PACKING: Where shaft packing is specified, stuffing boxes shall be tapped to permit introduction of seal liquid and shall hold a minimum of five rows of packing. Unless otherwise specified, lautern rings shall be bronze, packing shall be die-molded packing rings of GENERAL REQUIREMENTS FOR EQUIPMENT 11 000-4 I I I I I I I I I I I I I I I I I I I II II ;1 1 ;1 .1 'I .1 I II il :1 I I I I I I I . ,... sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County non-asbestos material suitable for the intended service and as recommended by the manufacturer, and glands shall be bronze, two piece split construction. Lantern rings shall be of two-piece construction and shall be provided with tapped holes to facilitate removal. Lantern rings shall be drilled and tapped 1/4 NC-20. Threaded lantern ring removal tools shall be provided with spare parts for each pump. 2.05 COUPLINGS: Unless otherwise specified in the particular equipment sections, equipment with a driver greater than 1/2 HP, and where the input shaft of a driven unit is directly connected to the output shaft of the driver, shall have its two shafts connected by a flexible coupling which can accommodate angular misalignment, parallel misalignment and end float, and which cushions shock loads and dampens torsinal vibrations. The flexible member shall consist of a tire with synthetic tension members bonded together in rubber. The flexible member shall be attached to flanges by means of clamping rings and cap screws, and the flanges shall be attached to the stub shaft by means of taperlock bushings which shall give the equivalent of a shrunk-on fit. There shall be no metal-to-metal contact between the driver and the driven unit. Each coupling shall be sized and provided as recommended by the coupling manufacturer for the specific application, considering horsepower, speed or rotation, and type of service. Where torque or horsepower capacities of couplings of the foregoing type is exceeded, Thomas-Rex, Falk Steel Flex, or equal, couplings will be acceptable provided they are sized in accordance with the equipment manufacturer's recommendations and sizing data are submitted. They shall be installed in conformance to the coupling manufacturer's instructions. 2.06 GUARDS: Exposed moving parts shall be provided with guards which meet the requirements of OSHA. Guards shall be fabricated of 14-gauge steel, 1/2-13-15 expanded metal screen or rigid fiberglass with screen to provide visual inspection of moving parts without removal of the guard. Guards shall be galvanized after fabrication and shall be designed to be readily removable to facilitate maintenance of moving parts. Reinforced holes shall be provided. Provisions shall be made to extend lube fittings through guards. 2.07 CAUTION SIGNS: Equipment with guarded moving parts which operates automatically or by remote control shall be identified by signs reading "CAUTION-AUTOMATIC EQUIPMENT MAY START AT ANY TIME." This includes supply and exhaust fans. Signs shall be constructed of fiberglass material, minimum 0.1 inch thick, rigid, 10 inches by 14 inches, suitable for mounting per paragraph 10441-3.02. Letters shall be black on a yellow background. These signs shall be in addition to signs specified in Division 10. GENERAL REQUIREMENTS FOR EQUIPMENT 11 000. 5 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 2.08 GAUGE TAPS, TEST PLUGS, AND GAUGES: Gauge taps shall be provided on the suction and discharge sides of pumps, blowers and compressors. Pressure and vacuum gauges shall be provided where specified. Gauge taps, test plugs, and gauges shall be as specified in Divisions 13 and 15. 2.09 NAMEPLATES: Nameplates shall be provided on each item of equipment and shall contain the specified equipment name or abbreviation and equipment number. Equipment nameplates shall be engraved or stamped stainless steel and fastened to the equipment in an accessible location with stainless steel screws or drive pins. 2.10 LUBRICANTS: The Contractor shall provide for each item of mechanical equipment a supply of the lubricant required for the commissioning period. Lubricants shall be of the type recommended by the equipment manufacturer and shall be products of the Owner's current lubricant supplier. The Contractor shall limit the various types of lubricants by consolidating them, with the equipment manufacture's approval, into the least number of different types. Not less than 90 days before the date shown in his construction schedule for starting, testing and adjusting equipment, the Contractor shall provide the Owner with five copies of a list showing the required lubricants by name and type, after consolidation, for each item of mechanical equipment. The list shall show estimated quantity of lubricant needed for a full year's operation, assuming the equipment will be operating continuously. 2.11 ANCHOR SOL TS: Anchor bolts shall be designed for lateral forces for both pullout and shear. Unless otherwise stated in the detailed specification, anchor bolt materials shall be 316L stainless steel. 2.12 SPARE PARTS: Spare parts, wherever required by detailed specification sections, shall be stored in accordance with the provisions of this paragraph. Spare parts shall be tagged by project equipment number and identified as to part number, equipment manufacturer, and subassembly component (if appropriate). Spare parts subject to deterioration such as ferrous metal items and electrical components shall be properly protected by lubricants or desiccants and encapsulated in hermetically sealed plastic wrapping. Spare parts with individual weights less than 50 pounds and dimensions less than 2 feet wide, or 1B inches high, or 3 feet in length shall be stored in a wooden box with a hinged wooden cover and locking hasp. Hinges shall be strap type. The box shall be painted and identified with stenciled lettering stating the name of the equipment, equipment numbers, and the words "spare parts." A neatly typed inventory of spare parts shall be taped to the underside of the cover. GENERAL REQUIREMENTS FOR EQUIPMENT 11 000-6 I I I I I I I I I I I I I I I I I I I , I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County PART 3 - EXECUTION Installation of equipment accessories included in this section shall be as recommended by the equipment manufacturer unless otherwise specified in the individual equipment specification section. END OF SECTION 11000 GENERAL REQUIREMENTS FOR EQUIPMENT 11000-7 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 0101 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10/02 SECTION 11066 - DRY PIT SUBMERSIBLE PUMPS PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Bidding Documents, including General and Special Conditions, apply to work of this section. 1.02 DESCRIPTION OF WORK: Furnish and install two (2) dry pit submersible, electric motor driven wastewater pumps. 1.03 SUBMITTALS: A. Affidavit of Compliance: Submit manufacturer's affidavit that all materials delivered comply with this specification and the cited standard specifications. B. Shop Drawings: Submit shop drawings for pump assembly, showing materials, size, locations and elevations. Include details of connections and anchors in accordance with Section 01800. The following data must be included in the 'submittal for each pump: 1. Head, capacity, efficiency, brake horsepower curves 2. Duty Point 3. Input Power (kW), voltage, phase, frequency, power factor 4. Complete pump construction details including weight 5. Required clearance from walls and floor. 6. External coating system details. C. Maintenance Data: Submit maintenance data and parts list for pump/motor unit in accordance with Section 01730. PART 2 - PRODUCTS 2.01 SUBMERSIBLE WASTEWATER PUMPS: A. General: DRY PIT SUBMERSIBLE PUMPS Rev. 12/6/02/Addendum No.1 11066-1 DRY PIT SUBMERSIBLE PUMPS Rev. 12/6/02/Addendum No.1 11 066-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10/02 Furnish and install a quantity of two (2) Fairbanks Morse pumps Model D5435WD, or approved equivalent, base-mounted submersible pumping units. The pumps shall be clockwise rotation. B. Conditions of Operation: Each pump shall provide the following hydraulic conditions: Capacity Total Dynamic Head Maximum Speed Efficiency (min. hydraulic) Shutoff Head NPSHR Minimum Spherical Solid Size 4000 GPM 94 TDH 1200 RPM BO% 156 Feet 26.3 Feet 4 Inches Liquid is water with a maximum temperature of BOo F. C. Impeller: Impeller shall be matched to its constant velocity equalizing pressure volute, and be of the one-piece, single suction, enclosed two-vane (or bladeless), radial flow design with large openings, blunt well-rounded leading edges thick hydrofoil shape tapered to the trailing edge, and a circular flow pattern to prevent the accumulation of solids and stringy material. It is to be balanced and secured to the shaft by means of a key and fastener. Wiper vanes are not allowed. Impeller waterways and clearance between the pump's full diameter impeller periphery and volute cutwater shall be capable of passing a 5" solid sphere. Impeller shall be trimmed to specifically meet the conditions of operation and be fitted with an axial (face-type), stainless steel wear ring with a minimum 300-350 Brinell hardness. The impeller is adjustable by the use of shims to restore the wear ring clearance in the field. D. Volute/Casinq: Volute is to be cast with extra thick walls made of close-grained cast iron conforming to ASTM A4B, Class 30. It is to be one-piece, constant velocity equalizing pressure (except 4" 5435 which is specifically designed with a circular volute to minimize radial loads at low flows) with smooth fluid passages large enough to pass any size solid that can pass through the impeller. The volute shall be side flanged tangential discharge. Volute discharge shall be minimum # 8" diameter as measured on the inside diameter of the discharge flange opening. (I ~I ;1 ,I :1 II .1 I I .1 j I I I I I I I I = S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 1 0/02 E. Base: A rugged heavy-duty fabricated steel base with openings large enough to permit access to the suction elbow and cleanout bolted directly to the volute shall be provided. The base shall be designed to support the assembled weight of the pump and driver. A cast iron suction elbow with 1/2" gauge connection, contoured hand hole cleanout, and a 125 lb. flat face flange conforming to ANSI drilling shall be furnished. F. Motor: Pump(s) shall be driven by completely sealed, electric submersible squirrel cage induction motors with a maximum NEMA nameplate rating of 150 HP, 1.15 service factor, 1200 RPM, 460 volts, 3-phase, 60 Hertz. The motor nameplate horsepower rating should exceed the brake horsepower requirements of the specified head and capacity conditions. All electrical parts shall be housed in an air-filled (or oil-filled in 210 frame construction) cast iron, watertight enclosure which is sealed by the use of 0- rings and rabbeted joints with extra large overlaps., The motor jacket (250 and larger frame) shall be sealed to the motor housing with O-rings. A portion of the liquid being pumped shall be used to cool the,' motor. The liquid enters the motor cooling jacket internally via a self-cleaning,: rotating flow-control disc to prevent solids from entering and accumulating in :, the mechanical seal area and cooling water jacket. The cooling jacket shall be designed so that on start-up there is a means to purge the air from the jacket as the cooling water enters. The stator-winding and lead shall be insulated with moisture-resistant Class F insulation for continuous duty in 40 degree C ambient. The motor shall be designed for continuous duty capable of ten (10) starts per hour. Automatic reset, normally closed thermal overloads shall be imbedded in the motor windings to provide overheating protection. Motor winding thermostats must be connected to an electric controller per local and state codes and the National Electric Code. Motor shaft shall be one-piece, 416 stainless steel. Carbon steel shafts or shaft sleeves are not acceptable. Rotor is to be dynamically balanced to meet NEMA vibration limits. Cable leads are to enter at the top of the motor, and are to allow the cable-to- motor connection to be accomplished in the field without soldering. All power and control lead wires are to be double sealed as it enters the motor in such a manner that cable-wicking will not occur. This sealing system shall consist of a rubber grommet followed by epoxy that is high in adhesive qualities and has a low coefficient of expansion. Each cable wire is to have a small section DRY PIT SUBMERSIBlEPUMPS 11 066-3 DRY PIT SUBMERSIBLE PUMPS 11 066-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 0101 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10/02 of insulation removed to establish a window area of bare wire, and each wire is to be untwisted and surrounded by epoxy potting material. A cable strain relief mechanism shall be an integral part of this sealing system. Cable sealing system shall be capable of withstanding an external pressure test of 1200 PSI as well as a cable assembly pull test as required by Underwriters Laboratories. Singular grommet or other similar sealing systems are not acceptable. Motor shall be supplied with 40 feet of multi-conductor type "SOW-A" or "W" power cable and control cable. Cable sizing shall conform to NEC specifications and be UL Listed. Power and control leads shall be terminated on a sealed terminal board. The terminal board and its bronze lugs shall be O-ring sealed. Pumps shall be provided with tWo separate tandem-mounted mechanical seals to prevent the pumped liquid from entering the rotor/stator cavity area to ensure reliability of operation. The upper and lower seals are mounted to rotate in the same direction. The upper seal is to be completely immersed in an oil bath and seals the oil chamber and the motor housing. The lower seal mating surfaces are to be immersed in the oil bath sealing the pump volute and the oil chamber. Each seal shall be held in contact by its own spring system and require neither maintenance nor adjustment, but shall be easily inspected and replaceable..' The lower seal spring shall be protected from trash in the pumped fluid by a ., spring cover which extends over the entire length of the compressed seal" spring. . Pressure generated by the pump assists in sealing the mating surfaces of the lower seal. Seal materials for the upper seal shall be stainless steel and Buna-N components, carbon rotating face and Ni-resist stationary face. Lower seal construction shall be stainless steel and Buna-N components, carbon (silicon carbide on 400 & 440 frames) rotating face and ceramic (tungsten carbide on 400 & 440 frames) stationary face. . Two moisture detection probes shall be installed so that they will detect moisture in either the seal or stator cavity measuring resistivity between the probes. Provide interposing relays for mounting in motor control center. They shall be wired internally to the control cable connection at the top of the motor. Float type devices located in the rotor/stator area or single probe-to- ground moisture detectors measuring continuity are not acceptable. O-ring sealed inspection plugs shall be provided in the mechanical seal oil chamber for ease in inspection, draining and filling of oil. The pump shall rotate on a grease lubricated-for-life thrust bearing (oil lubricated on 210 frame) and oil lubricated radial bearing with a minimum L 10 life of 50,000 hours. Lower shaft bearings shall be locked in place to prevent shaft movement and to take thrust loads. I I I I I I I I I ,I I I I I I I I .1 I S&P Project No. G124 0101 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 1 0/02 G. Quality Assurance: Pumps and motors are to be engineered, manufactured and assembled in the United States under a written Quality Assurance program. This written Quality Assurance program shall have been in effect for at least five (5) years, and include a written record of periodic internal and external audits to confirm compliance with UL Quality Assurance specifications. Pumps and motors shall be manufactured by ISO-9001 certified companies only. 2.02 SPARE PARTS: The manufacturer shall supply to the Owner the following spare parts: One impeller. Thirty feet of lifting chain. One stator. One rotor. Upper and lower bearings for one pump. PART 3 - EXECUTION 3.01 TESTING: A. Test at Manufacturer's Facilities: Pump manufacturer shall perform the following inspections and tests on each pump and provide written results to the Engineer before shipment from the factory: 1) Pump, motor rating and electrical connections shall be checked for compliance with specifications. 2) A motor and cable insulation test for moisture content or insulation defects shall be made. 3) The pump shall be run dry to establish correct rotation and mechanical integrity. 4) Performance testing: Each pump shall be run to develop a pumping head versus capacity curve. Each measurement will be in accordance with the Hydraulic Institute Standards for such measurements. All gauges, instruments and meters shall be calibrated before and after each test. · Flow rate capacity in gallons per minutes · Total head in feet DRY PIT SUBMERSIBLE PUMPS 11 066-5 DRY PIT SUBMERSIBLE PUMPS 11 066-6 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County . Revised 10/02 o KW-input to motor o Volts DAmps B. Test Tolerances: In making tests no minus tolerance or margin shall be allowed with respect to capacity, total head, or efficiency at the rated or specified conditions. Pumps shall be within the following tolerance: At rated head: + 1 0% of rated capacity Test Procedure: Acceptable Test Quantities Fluctuations Differential across pump (dp) +/- 2 percent x dp Discharge (hd) +/- 2 percent x hd Suction (hs) +/- 3 percent x hs Rate of Flow (Q) +/- 2 percent x Q Power input to pump (bhp) +/- 1 percent x bhp Capacity shall be measured by weight, volume, electromagnetic flow meter, or venturi meter. Accuracy of measurement shall be one-half of one percent. The following electrical tests shall be performed on all pump motors. 1. Using calibrated voltmeter, ammeter. and kilo-watt meter, record the input voltage line to line between all phases, the input current on each phase, and the total kilo-watt input. These readings shall be made for the entire operating range of the motors during testing. Each meter shall be. calibrated immediately before and immediately after each test. Provide name and model number of each meter and chart and graph showing voltage, current and power consumption during tests. !I II :1 I :1 !I I :1 :1 il il II il il II :1 :1 I I I , I - I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 1 0/02 2. Each pump shall be started using starters in the new MCC. Using a calibrated oscilloscope, record the maximum starting current during the maximum load conditions for each pump. Record voltage dip and current from start to rated speed at the motor terminals. Record to indicate each phase to phase voltage and each phase current. SUMMARY OF DATA ON PUMPS TO BE TESTED General: 1 . Owner's name 2. Plant location 3. Elevation above sea level 4. Type of service Pump: 1. 2. 3. 4. Manufactured by Manufacturer's designation Manufacturer's serial number Size suction: nominal actual Size discharge: nominal actual in. in. 5. in. in. Driver: 1. Manufactured by 2. Serial number 3. Type: motor other 4. Rated horsepower 5. Rated speed 6. Characteristics (voltage, frequency, etc.) 7. Calibration data Specifyinq Rated Conditions: The following information is necessary in specifying rated conditions: 1. Liquid pumped 2. Specified weight 3. Viscosity at pumping temperature DRY PIT SUBMERSIBLE PUMPS 11066-7 II 1 S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 !I II I Speed: 1. Method of measurement il I 2. Make and serial number II .1 . II I II I !I II il II I I I I I I I . I 3. Calibration data Each pump will be tested as described above and as described in the Hydraulic Institute Standards, 14th Edition. The Engineer will report to the Owner the results of the performance test. If any pump fails to comply with the performance test, the manufacturer will have thirty days to correct the deficiency. Retesting of the failed pump will be at the manufacturer1s expense. After testing, if the pump continues to fail to comply with the required performance criteria, all pumps will be rejected by the Owner and the contract terminated. After operational test, the insulation test is to be performed again. (Part 3 Continued on Next Page) DRY PIT SUBMERSIBLE PUMPS 11 066-9 DRY PIT SUBMERSIBLE PUMPS 11 066-1 0 I I I I I I I I I I I I I I I I I I I sap Project No. G124 0101 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10/02 C. Site Tests: After completion of installation, each pumping unit and all related equipment shall be inspected and approved by a representative of the manufacturer as being in compliance with the manufacturer1s recommendations and requirements. After such inspection, the equipment shall be tested by the manufacturer's representative in the presence of the Owner and Engineer. Each pump shall meet the performance requirements. Field test results shall be provided by the Contractor. Results shall be within minus one percent and plus five percent tolerance of the pump requirements stated herein and shall be certified by the pump manufacturer after field testing to be in conformance with the Contract Specifications. Pumps not meeting these requirements shall be replaced. Alignment of each pump unit shall be checked after installation of pump and piping to determine that the base is not distorted and pipe strain is not present. Manufacturer will be required to conduct two (2) startups. One test will be conducted on one (1) pump that will be installed first and put in operation. The second startup will be for the remaining pump after its installation. The manufacturer shall coordinate with the general contractor for startups. 'The manufacturer shall not place an hourly limit for the required personnel time for startups. 3.02 INSTALLATION: A. Installation Observation: Manufacturer shall inspect pump assemblies and accessories prior to installation. The manufacturer shall provide a representative on site to observe the installation of each pump along with wiring of electrical controls to the pumps before startup. The manufacturer shall certify that the equipment has been installed properly prior to startup of the equipment and provide one (1) day of operation and maintenance training. B. Delivery: Manufacturer must deliver pumps and accessories to a secure location designated by the Contractor. Materials and equipment delivered to the site must be delivered and shipped with protective cover to protect the material and equipment from the weather until installation. Damaged materials and equipment will be returned and replaced at the manufacturer's expense prior to acceptance by the Owner. II II II 11 il II !I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10/02 C. Installation: Pumps, and accessories installed in accordance with the manufacturers instructions at the locations shown. D. Guarantee: The pump manufacturer shall warrant the pumps in writing against defects in workmanship and material for a period of five years or 10,000 hours of normal use, operation and service. The warranty shall be in printed form and apply to all similar units. E. Service: Manufacturer shall maintain service facility that is staffed with proper tools and equipment for servicing the pumps in the United States of America. Staff shall include manufacturer's certified maintenance personnel. The facility should be accessible to the Engineer for inspection during any working hour of a normal business day. END OF SECTION 11066 DRY PIT SUBMERSIBLE PUMPS 11 066-11 II I I I I I I I I I I I I I I I I I I sap Project No. G124 0101 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 1 0/02 SECTION 11070 - GRINDERS PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Bidding Documents, including General and Special Conditions apply to work of this section. 1.02 DESCRIPTION OF WORK: Furnish and install in the locations shown on the drawings one (1) new drum screening system with grinder. Work shall include all supervision, labor, equipment and materials required for complete installation including all testing, start-up services and placing the equipment in operation. The unit shall handle the peak flow of 7 MGD at a head loss of less than ten (10) inches. The unit shall be equal to Model CDD3210 - Channel Monster as manufactured by JWC Environmental, Inc. 1.03 SUBMITTALS: A. Affidavit of Compliance: Submit manufacturer's affidavit that all materials delivered comply with this specification and the cited standard specifications. B. Shop DrawinQs: Submit six (6) sets of shop drawings for screening/grinder system including the drums, hydraulic power pack with motor, grinder with hydraulic torque motor, motor controller, guide rail systems and details of connections. C. Maintenance Data: Submit six (6) copies of maintenance data and parts list. PART 2 - PRODUCTS 2.01 SCREEN DRUM ASSEMBLIES: A. General: 1. Two rotating screen drums shall consist of a helical coil mounted to vertical supports and stub shafts. Static screens or stationary bar racks shall not be acceptable. GRINDER 11070-1 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10/02 2. Both rotating drums shall direct all solids toward and into the dual counter- rotating shaft grinder. Drums shall be located on each side of the grinder and shall be driven by the grinder drive mechanism. B. Components: 1. Screen a. The screen shall be made of a stainless steel spiral coil drum. The coil stock diameter shall be V4-inch with V4-inch spacing. 2. Drum Stub Shafts a. Drum shafts shall be made of Grade. 304 Stainless Steel with a tensile strength of not less than 95,OOO-psi. The shaft diameter shall be a minimum of 1 1/2-inch. 3. Drum Support Skeleton a. The drum support skeleton shall be constructed of Grade 304 Stainless Steel. The support skeleton shall include hubs for mounting of drum stub shafts. Vertical members shall provide support for the coil. 4. Drum Shaft Bearings and Seals a. The radial and axial loads of the drum shafts shall be borne by four sealed oversize deep-groove ball bearings. The bearings shall be protected by a combination of a replaceable and independent tortuous path device and end face mechanical seals. Face materials shall be a minimum of tungsten carbide to tungsten carbide, not requiring an external flush or any type of lubrication. b. Products requiring continuous or occasional lubrication or flushing shall not be accepted. c. The mechanical seal shall be rated at 90-psi continuous duty by the seal supplier. d. The bearings and seals shall be housed in a replaceable cartridge that supports and aligns the bearings and seals, as well as protects the shafts and end housings. e. O-rings shall be made of Buna-N elastomers. f. Each seal face shall be locked to provide positive drive on the rotating face and a positive lock on the static face. This positive lock, on the seal faces is GRINDER 11 070-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 1 0/02 critical to long seal life in applications where grit or other abrasive materials are present. 2.02 SCREEN DRUM ASSEMBLIES: A. General: 1. Each channel grinder shall include guide plate, frame, end housings, covers, shafts, side rails, reducer, motor, cutters, spacers, bearings, and seals. 2. The grinder shall be two-shaft design and be capable of continuous operation,- processing wet or dry. Bar screens or single shaft devices utilizing a single rotating cutter bar with stationary cutters shall not be acceptable. Grinders designed with cutter and spacer cartridges rather than individual cutters and spacers, shall not be acceptable. 3. Two-shaft design shall consist of two parallel shafts alternately stacked with individual intermeshing cutters and spacers positioned on the shaft to form a helical pattern. The two shafts shall counter-rotate with the driven shaft operating at approximately two-thirds (2/3) the speed of the drive shaft. B. Components: 1. Frame a. Grinder frame shall be made of ASTM A 36 merchant quality steel. Frame shall be designed for channel installation and shall house the drum and grinder assembly. A guide rail system for unit removal shall be provided. 2. Grinder End Housings, Covers, and Shafts a. Grinder end housings shall be cast of ASTM A 536-84 ductile iron with a cast.. in-place flow deflector, designed to protect the bushings while guiding particles directly into the cutting chamber. The open area of the cutting chamber shall be a nominal height of thirty (30) inches. b. Top covers shall be ASTM A 536-B4 ductile iron and bottom covers shall bE:: ASTM A 36 hot rolled plates. c. Grinder drive and driven shafts shall be made of AISI 4140 Heat Treated Hexagon Steel with a tensile strength rating of not less than 149,OOO-psi. Each shaft diameter shall be a minimum of 2-inches. 3. Hi-Flow Cutter Side Rail GRINDER 11 070-3 . . - sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10/02 a. The inside profile of the side rail shall be concave to follow the radial arc of the cutters. The side rail shall be affixed to the grinder and maintain a clearance not to exceed 5/16-inch between the major diameter of the cutter and the concave arc of the side rail. Keeping this dearance directs larger particles toward the cutters to assure fineness of grind. b. Hi-Flow cutter side rail shall have evenly spaced slots that increase flow and decrease head loss. c. Side rail shall be cast of ASTM A 536-B4 ductile iron. 4. Drum Side Rails a. The inside profile of the side rails shall be concave with its center offset from the radial arc of the drum to allow only two-point particle contact. b. Drum side rails shall be equipped with an adjustable extension strip that creates a tight interface between the rotating drums and the drum side rails to inhibit the passage of particles. c. Side rails shall be cast of ASTM A536-84 ductile iron. 5. Cutter Stack Tightening a. Cutter stack compression for maximum cutting efficiency shall be maintained by torquing a quick maintenance stack screw accessed through an opening in the grinder top cover. b. Removal of the grinder from the channel for cutter stack tightening shall not be required. 6. Motor a. The grinder motor shall b~ a low speed, high torque, rotary power hydraulic motor that utilizes the hydraulic pressure developed by the hydraulic power unit to provide rotational torque for grinder operation. 7. Required Running Torque per Horsepower: a. Continuously: 1595 in-Ibs. Minimum b. At momentary load peaks: 2400 in-Ibs. B. Individual Cutters and Spacers GRINDER. 11 070-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 1 0/02 a. The inside configuration of both the individual cutters and the individual spacers shall be hexagonal so as to fit the shafts with a total clearance not to exceed 0.015-inch across the flats to assure positive drive, minimize wear on the cutters, and increase the compressive strength of the spacers. b. Individual cutters and spacers shall be AISI 4130 Heat Treated Alloy Steel, surface ground for uniformity and through-hardened to a minimum 45-50 Rockwell C. c. Cutter configuration shall consist of both shafts with individual 11-tooth cam cutters. To maintain particle size, the height of the tooth shall not exceed 1/2- inch above the root diameter. Cutter to cutter root diameter overlap shall not be less than 1/16-inch or greater than 1/4-inch to maintain the best possible cutting efficiency while incurring the least amount of frictional losses. d. The cutter shall exert a minimum force of 6BO-lbs./HP continuously and 1000- Ibs./HP at momentary load peaks at the tooth tip. . 9. Cutter Shaft Bearings and Seals a. The cutter shaft's radial and axial loads shall be borne by a sealed oversize deep-groove (Conrad type) ball bearing at each end. b. The bearings shall be protected by a combination of a replaceable and independent tortuous path device and end face mechanical seals. Face materials shall be a minimum of tungsten carbide to tungsten carbide, not requiring an external flush or any periodic lubrication. c. Products requiring continuous or occasional lubrication or flushing shall not be accepted. d. The mechanical seal shall be rated at gO-psi continuous duty by the seal supplier. . e. The bearings shall be housed in a replaceable cartridge that supports and aligns the bearings and seals, as well as protects the shafts and end housings. The cartridge shall be independent of the stack height, therefore cutter stack tightness shall not affect seal performance. The seal faces shall maintain their factory set preload independent of the cutter stack tightness. f. Seals shall meet required pressure rating regardless of cutter stack fit. Independent seal design shall provide protection against axial loading on shafts and bearings during shaft deflection. g. O-rings shall be made of Buna-N elastomers. GRINDER 11 070-5 S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 h. Each seal face shall be locked to provide positive drive on the rotating face and a positive lock on the static face. This positive lock on the seal faces is critical to long seal life in applications where grit or other abrasive materials are present. 2.03 HYDRAULIC POWER UNIT: A. General: 1. The hydraulic power unit provides hydraulic power to operate and control the grinder and dual rotating drums. In addition, the hydraulic power unit provides overload protection and quick response to frequent stop-start and severe reversing of the unit. 2. The entire hydraulic system, shall be designed for 3000-psi maximum pressure. At idle load conditions the system operating pressure should be in the 200- to 400-psi range. Continuous operating pressure greater than 2000-psi shall not be acceptable. 3. As solids are encountered, pressure shall be automatically increased on a demand basis to provide the required torque necessary to continue rotation of the cutters. 4. Should the grinder demand pressure exceed 2850-psi, a pressure switch shall be activated and a 2-way valve shifted. The rotation of the cutters shall instantly reverse for about one-half (1/2) to one (1) revolution or about 1 /2-second. At the end of this time, the valve shall again be shifted and the cutters shall return to the forward direction. 5. If the obstruction has been cleared the unit shall continue to operate in the forward direction. If the obstruction has not cleared the reversing sequence shall repeat until the torque requirement is reduced or until it has had to repeat the reversing cycle 9-times within a 45-second time span. If 9 reversals have occurred within 45-seconds the controller shall shut down the hydraulic unit, activate an overload relay, and illuminate the indicating light. B. Components: 1. Hydraulic power unit shall include the following components: a. 29 inch x 29-inch x 56-inch, epoxy coated, 40-gallons U.S. capacity reservoir. b. Positive displacement pump driven by a TEFC, C face, vertically mounted 15- H P motor. c. Combination oil level and oil temperature gauge. d. 10-micron, return line filter. e. Oil temperature limit switch set at 160oF. f. Oil level switch. GRINDER 11 070-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10/02 g. Filler breather. h. Pressure switch preset at 2850-psi. i. 11 O-volt solenoid valve. j. Relief valve preset at 3000-psi. k. 2-1/2 inch, 0- to 5000-psi oil filled gauge. I. Suction strainer. m. Flexible hose rated for a minimum 3500 PSI working pressure. 2. The rain resistant hydraulic power unit may be mounted in a remote location as required by design parameters in accordance with the supplier's recommendations. 3. Hydraulic connections between the grinder motor and the hydraulic power unit shall consist of two 3/4-inch flexible hoses. Each hose is rated for 3500-psi. Hose pressure loss between the hydraulic pressure unit and the grinder motor shall not exceed 150-psi at 500F above ambient temperature. 4. On completion of installation, the hydraulic power unit shall be filled with a high quality fluid with a viscosity of approximately 100- to 250-SSU at 1000F with . good chemical stability and anti-foaming properties. The grades of hydraulic fluid shall be in accordance with the supplier's recommendations. 5. Hydraulic fluid shall be supplied by the contractor; hydraulic fluid is not supplied by the equipment manufacturer. 2.04 MOTOR CONTROLLER: A. General: 1. The controller shall be the supplier's standard UL)cUL listed Model PC2240. 2. The controller shall be equipped with a HAND-OFF/RESET-AUTO three-position selector switch. In OFF/RESET the grinder shall not run. In HAND the grinder shall run. In AUTO the grinder start and stop shall be controlled by a remotely located dry contact. 3. When a grinder jam condition occurs in either the HAND or AUTO mode the controller shall stop the grinder and reverse its rotation to clear the obstruction. If the jam is cleared, the controller shall return the grinder to normal operation. If the jam condition still exists, the controller shall go through eight additional reversing cycles within 45-seconds (9-times total) before signaling a grinder overload condition. When a grinder overload condition occurs, the controller shall shut the grinder off and activate a relay and fail indication. 4. If the grinder is stopped due to a fail condition and a power failure occurs, the fail indicator shall reactivate when power is restored. GRINDER 11070-7 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Revised 10102 5. Controller reset shall be from local panel controls only. 6. The controller shall provide overcurrent protection for the hydraulic power unit oil pump motor through an overload relay mounted directly on the oil pump motor starter. 7. The controller shall have indicator lights for POWER ON, RUN, GRINDER OVERLOAD, MOTOR OVERLOAD, OIL OVERTEMP, and LOW OIL LEVEL conditions. B. The controller shall be rated 15-HP, 460 volts, 3 phase, 60 Hz. 9. Short circuit protection requires that a properly sized circuit breaker or fuses be installed by others. B. Components: 1. Enclosure a. Enclosures shall be NEMA 4X rated, fabricated of fiberglass reinforced polyester resins, and shall be suitable for. wall mounting. Doors shall have corrosion resistant hinges and latches. b. Enclosure shall house the control devices, relays, terminal blocks, and non- reversing motor starter. 2. Control Devices a. Pilot devices shall be mounted on the enclosure front panel. b. Indicators shall be integral transformer type with low voltage long life 6-volt lamps. Lamps and selector switches shall be heavy duty NEMA 4X type. c. Two normally open status contacts shall be provided. One for a RUN signal and one for a FAIL signal. The contacts shall be rated 10-amp, 240-VAC, resistive load. 3. Motor Starter a. A non-reversing motor starter shall be provided for the hydraulic pump oil motor. b. The overload (OL) relay shall be adjustable so that the range selected includes the FLA (full load amperes) rating and service factor. GRINDER 11070-8 I I I I I I I I I I I I I I I I I I I II II :1 :1 I I I I I II II I II I II S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County Revised 10102 2.05 AVAILABLE MANUFACTURERS: Subject to compliance with the requirements of the plans and specifications, manufacturers offering drum screening systems with grinder which may be supplied for the work include the following: . JWC Environmental, Inc. Approved Equal PART 3 - EXECUTION 3.01 INSTALLATION: Grinder shall be installed in accordance with the manufacturer1s instructions and in the locations shown on the Plans. The manufacturer shall certify that the equipment has been installed properly prior to start-up of the equipment. 3.02 START-UP: The services of a qualified service engineer to check the installation, supervise start-up, operation, adjust all controls for optimum equipment operation, and instruct and train owners personnel in the proper and most efficient operation and maintenance of the screening system be provided by the screen manufacturer for the following period of time= . 1 Man-Days (1 Trip) 3.03 SERVICE: Manufacturer shall maintain service facility that is staffed with proper tools and equipment for servicing the screens and accessories in the United States of America. Staff shall include manufacturer1s certified maintenance personnel. The facility should be accessible to the Engineer for inspection during any working hour of a normal business day. . 3.04 GUARANTEE: i. i- The screen manufacturer shall warrant the mechanical bar screens and accessories in writing against defects in workmanship and material for a period of two years operations and service. The warranty shall be in printed form and apply to all similar units. - END OF SECTION 11070 - GRINDER 11 070-9 - I I I I I I I I I I I I I I I I I I I S&P Project No. G124-Q1-Q1 Rehabilitatlon of 200 Street Pump Station Augusta-Richmond County SECTION 11939 - SUMP PUMPS PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Bidding Documents, including General and Special Conditions, apply to work of this section. 1.02 DESCRIPTION OF WORK: Furnish and install: Automatic Submersible Sump Pump as shown on the Drawings in the following locations. 1.03 SUBMITTALS: A. Affidavit of Compliance: Submit manufacturer's affidavit that all materials delivered comply with th1s specification and the cited standard specifications. B. Shop Drawings: Submit six (6) sets of shop drawings for pump. assembly, showing materials, size, locations and elevations. Include details of connections and anchors. Show interface and required spatial relationship betWeen units and proximate structures. C. Maintenance Data: Submit six (6) copies of maintenance data and parts list for pump/motor unit. PART 2 - PRODUCTS 2.01 DESIGN: The sump pump shall be an automatic submersible pump meeting the following requirements: Number of Horse ower 1 Design Pum EBARA 50DWXAU61.152 SUMP PUMPS 11939-1 SUMP PUMPS 11939-2 I I I I I I I I I I I I I I I I I I I sap Project No. G124-01-01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 2.02 PUMP CONSTRUCTION: Pump cover, housing and impeller shall be stainless steel. The base shall be provided with built-in supports and shall be of stainless steel construction. The pump motor shaft shall be sealed from the drainage being pumped. 2.03 PUMP MOTOR: The pump motor shall be driven by an oil filled, sealed chamber motor suitable for 230 volt, 1 phase, 60 Hz operation. 2.04 CONTROLS: Activation of the pumps shall be by an integral, diaphragm-type liquid level control and a supplementary manual activation device. The automatic level control shall activate the pump at a water depth of approximately 10 inches and stop the pump at approximately 3 inches. 2.05 ACCESSORIES: Each pump shall be provided with a 10-foot length of water-proof, oil-resistant power cord, complete with grounding-type oil cap. PART 3 - EXECUTION 3.01 DELIVERY: Materials and equipment delivered to the site must be delivered and shipped with protective cover to protect the material and equipment from the weather until installation. Damaged materials and equipment will be returned and replaced at the manufacturer's expense prior to acceptance by the Owner and turning the equipment over to Installer. 3.02 INSTALLATION: Pumps, and accessories installed in accordance with the manufacturers instructions at the locations shown. Manufacturer shall inspect pump assemblies and accessories prior to shipment. 3.03 GUARANTEE: The pump manufacturer shall warrant the pumps in writing against defects in workmanship and material for a period of either twelve (12) months from the date of installation or eighteen (1B) months from the date of shipment. The warranty shall be in printed form and apply to all similar units. il II ;1 II I il !I I II I il I I I I I J I I I I sap Project No. G124-01-D1 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County 3.04 SERVICE: Manufacturer shall maintain service facility that is staffed with proper tools and equipment for servicing the pumps in the United States of America. Staff shall include manufacturer's certified maintenance personnel. The facility should be accessible to the Engineer for inspection during any working hour of a normal business day. END OF SECTION 11939 SUMP PUMPS 11 939-3 I I I I I I I I I I I I I I I I r- - - - - - - . - III!!I S&P Project No. G124-01-01 Rehabilitation of 200 Street Pump Station Augusta-RIchmond County SECTION 11947 - ELECTRICAL CHAIN HOISTS PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the contract, including General and Supplementary Conditions, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. This section includes furnishing and installing, unless otherwise noted herein, the overhead hoisting equipment, controls, trolleys, and supporting monorails in accordance wit the drawings and specifications for the operation shown on the drawings and specified herein. B. All work performed under this section shall comply and be in accordance with trade approved practices and manufacturer's recommendations, including Safety Standards ASME/ANSI B30.16 "Overhead Hoists (Underhung)". 1.03 QUALITY ASSURANCE: A. Standards - The overhead electric chain hoists shall conform to the following standards: 1. Hoist Manufacturer's Institute (HMI) 2. American National Standards Institute (ANSI) 3. National Electrical code (NEe) 4. American Society of Mechanical Engineers (ASME) 1.04 SUBMITTALS: A. Submittals shall be in accordance with the General Requirements and shall consist of as a minimum, the following information: 1. Descriptive literature, bulletins, or other data supportive of the hoisting equipment's capability of fulfilling the requirements of this specification. 2. Complete list of equipment with the manufacturer's name and model numbers. 3. General arrangement and dimensional drawings. PART 2 - PRODUCTS 2.01 HOISTS - GENERAL: ELECTRICAL CHAIN HOISTS 11 947-1 ELECTRICAL CHAIN HOISTS 11947-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124-01-01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County A. Electric Hoists - All electric hoists shall be as indicated on the drawings or as specified herein. All hoist motors, shall comply with the requirements as indicated in Section 2.03 - Electrical Equipment. B. The hoist shall be manufactured by Coffing Hoists, or an approved equal. 2.02 MECHANICAL: A. The hoist shall be equipped with alloy steel load chain, heat treated for optimum strength and wear resistance, sized for the specified load. The lower hook block shall be of the swivel type. All hooks shall have a spring operated latch kit which is notched, in order to allow a positive engagement with the hook tip. B. The hoist shall be equipped with a chain end stop assembly as an added feature to reduce the possibility of chain running out of hoist. A chain guide sh~1I be provided to resist chain jamming and to maintain chain alignment with the load sheave. Double and triple reeved units shall have the bottom blocks equipped with grease fittings. C. All hoist gearing shall be helical and spur type, precision machined of allow steel and operating in an oil bath for longer, quieter, performance. The first stage minimum must be helical gearing. D. All bearing shall be heavy duty, anti-friction type. All gears shall operate in an oil bath in sealed housings providing positive splash lubrication for gears and bearings. The load sheave or liftwheel shall have a minimum of five pockets. E. The hoist motor brake shall be of the heavy duty, three post type, magnetically operated, multiple disc, direct acting, AC type. Brake shall be spring activated and equally effective in both directions of motor rotations. It shall be of sufficient size to stop and hold the rated capacity of the hoist. The brake shall automatically set when current is not flowing to the motor. F. A mechanical load brake shall be provided in addition to the hoist motor brake. The mechanical load brake shall be of the Weston type and multiple disc, to control load lowering and prevent drift. G. The hoist shall be equipped with a factory calibrated, non-adjustable, friction type, overload clutch that protects the hoist, overhead support structure and hoist operator from damaging overload, chain jamming and reverse phasing. H. Adjustable upper and lower limit switches shall be included as standard equipment with the hoist. The limit switch traveling nuts shall be of brass and the shaft shall be of stainless steel to prevent corrosion and to insure long life. I I I I I I I I I I I I I I I I I I . . - S&P Project No. G124-Q1-01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County I. The hoist's top suspension(s) shall be designed for easy replacement with the removal of socket head cap screws, eliminating the need to disassemble the housings. J. The hoist shall be equipped with chain container unless otherwise noted in the specifications or drawings. 2.03 ELECTRICAL EQUIPMENT: A. Motors shall be NEMA Standard design for hoist duty service. High torque, H4 duty class (on single speed motors) with class F insulation, rated on the basis of 400 C ambient temperature. Slow speed motor windings of two speed motors shall meet H3 duty service. B. Single phase hoist motors shall be dual voltage (115/230) as standard equipment. Three phase, single speed motors shall be dual voltage (230/460) as standard equipment. When required, optional 208 volt single speed and 575 volt single speed, single voltage motors shall be furnished at no additional cost. . Optional single voltage, two speed motors shall be available when required for three phase applications. C. Push button controls for all electrified portions of ,the hoisting system shall be . contained in one common push button control pendant. The standard push button pendant shall be manufactured of glass filled nylon for two and four function applications and rated Nema 3R. Special pendants and pendants for 6 or more functions shall be made from double insulated thermoplastic or equal material and rated Nema 4X. A. Connection wired on the control panels shall be ~umbered for ease of installation, maintenance and repair. Control transformer(s) shall provide low voltage control circuit(s) as standard equipment (24 volts) for operator safety. 2.04 TROLLEYS: A. Trolleys shall be lug mounted for maximum headroom and rigidity when possible. Trolley shall be motorized. Hook type versions may be used for specific applications when required. B. Trolleys shall have tapered, or flat tread wheels to match the beam or rail on to which they are installed. They shall have wrap around side plates to act as bumpers or safety lugs. C. Trolley wheels shall be made from cast iron and are to include permanently lubricated and shielded ball bearings for long life and low maintenance. ELECTRICAL CHAIN HOISTS 11947-3 ELECTRICAL CHAIN HOISTS 11947-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124-01-G1 Rehabilitation of 200 Street Pump Station Augusta-Richmond County D. Motorized trolleys shall have a single speed of 35 FPM unless otherwise specified. Trolleys voltages shall be equivalent to the hoist voltages specified in Section 2.03 - Electrical Equipment. E. Motorized trolley brakes shall be specified for applications which require little or no drift. PART 3 - EXECUTION 3.01 DELIVERY: Materials and equipment delivered to the site must be delivered and shipped with protective cover to protect the material and equipment from the weather until installation. Damaged materials and equipment will be returned and replaced at the manufacturer's expense prior to acceptance by the Owner and turning the equipment over to Installer. 3.02 INSTALLATION: Hoist, and accessories installed in accordance with the manufacturers instructions at the locations shown. Manufacturer shall inspect hoist assemblies and accessories prior to shipment. 3.03 GUARANTEE: The hoist manufacturer shall warrant the hoist(s) in writing against defects in workmanship and material for a period of two years of normal use, operation and service. The warranty shall be in printed form and apply to all similar units. 3.04 SERVICE: Manufacturer shall maintain service facility that is staffed with proper tools and equipment for servicing the hoist(s) in the United States of America. Staff shall include manufacturer's certified maintenance personnel. The facility should be accessible to the Engineer for inspection during any working hour of a normal business day. END OF SECTION 11947 il II ~I I I I I I I I I I I I I I I I I sap Project No. G124 01 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County SECTION 15062 - DUCTILE IRON PIPE PART 1 - GENERAL 1.01 DESCRIPTION: A. SCOPE: This section specifies ductile iron pipe, ductile fittings and gaskets. B. DEFINITION: Where cast iron pipe is specified, the term and symbol shall mean ductile iron pipe. 1.02 REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference ANSI A21.14-84 ANSI A21.52-B1 ANSI B16.1-75 ANSI B16.5-81 ASTM A716-82 ASTM C150-B6 AWWA (ANSI A21.4) AWWA (ANSI A 21.10) AWWA (ANSI A21.11) AWWA (ANSI A21.15) DUCTILE IRON PIPE Title Ductile-Iron Fittings 3 Inches through 24 Inches, for Gas Ductile-Iron Pipe, Centrifugally Cast, in Metal Molds or Sand Lined Molds for Gas Cast Iron pipe Flanges and Flanged Fittings, Class 25, 125,250, and BOO Pipe Flanges and Flanged Fittings Ductile-Iron Culvert Pipe Portland Cement C104-B5 Cement-Mortar Lining for Ductile-Iron and Gray-Iron Pipe and Fittings for Water C110-B2 Ductile-Iron and Gray-Iron Fittings, 3 Inches through 4B Inches, for Water and Other Liquids C1 f1-B5 Rubber Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings C115-B3 Flanged Ductile-Iron and Gray-Iron Pipe With Threaded Flanges 15062-1 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County AWWA (ANSI A21.50) AWWA (ANSI A21.51) AWWA (ANSI A21 .53) AWWA C600-82 C150-B1 Thickness Design of Ductile-Iron Pipe C151-81 Ductile-Iron Pipe, Centrifugally Cast, in Metal Molds or Sand-Lines molds, for Water or Other Liquids C153-B4 Ductile-Iron Compact Fittings, 3 Inches through 12 Inches for Water and Other Liquids Installation of Ductile-Iron Water Mains and Their Appurtenances A WW A C606-B1 Grooved and Shouldered Type Joints PART 2 - PRODUCTS 2.01 GENERAL: . Pipe design, materials and manufacturer shall comply with the following references: Item Reference Thickness design Manufacturing requirements Water or other liquid Gas Gravity service pipe Joints Rubber gasket Threaded flange Fittings Water or other liquid Gas Cement mortar lining AWWA C150 AWWA C151 ANSI A21 .52 ASTM A716 AWWAC111 AWWAC115 AWWA C110/AWWA C153 ANSIA21.14 AWWA C11 O/AWWA C153 2.02 PIPE: Unless otherwise specified, ductile iron pipe shall be Class 50 and have nominal laying lengths of 1B or 20 feet. For grooved-end pipe, sizes through 16-inch diameter shall be Class 53; 1B-inch, 20-inch, and 24-inch diameter pipe shall be Class 54, 55, and 56, respectively. 2.03 GASKETS: Unless otherwise specified, gasket stock shall be a synthetic rubber compound in which the elastomer is nitrile or neoprene. The compound shall contain not less than 50 percent DUCTILE IRON PIPE 15062-2 I I I I I I I I I I I I I I I I I I I \1 (I (I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County by volume nitrile or neoprene and shall be free from factice, reclaimed rubber and other deleterious substances. Gaskets shall, In addition, comply with AWWA C111 for push-on and mechanical joints and with AWWA C606 for grooved end joints. 2.04 FITTINGS: (I Unless otherwise specified, fittings shall conform to AWWA C11 O. Ends shall be flanged, restrained mechanical joint, restrained push-on, or grooved to suite the conditions specified. The AWWA C153 compact ductile iron fittings in sizes 3 through 12 inches are an acceptable substitute for standard fittings unless otherwise specified. Long-radius elbows shall be provided where specified. Grooved end fittings shall comply with paragraph 15050-1.02 B. 2.05 JOINTS: II II \1 il il II (I il II A, UNRESTRAINED JOINTS: 1. PUSH-ON JOINTS: Unless otherwise specified, unrestrained joints shall be the rubber ring compression, push-on type joint suitable for buried service. Unrestrained joints shall be the Fastite Joint as manufactured by American Cast Iron Pipe company, the Tyton Joint as manufactured by U.S. Pipe, or equ9-1. This joint is not permitted on fittings or specials, unless otherwise specified. Unless otherwise specified, joints shall have an allowable deflection up to 5 degrees at specified pressures. Joint assembly and field cut joints shall be made in strict conformance with AWWA C600 and manufacturer's recommendations. 2. MECHANICAL JOINTS: Where specified, mechanical joints for above or below ground service shall meet the requirements of ANSI/AWWA A21.1 0/C11 0 and ANSI/AWWA A21.11/C111. Gaskets and bolts and nuts shall comply with paragraphs 15062-2.03 and 2.05 D, respectively. B. RESTRAINED JOINTS: [I 1. GENERAL: Unless otherwise specified, restrained joints are required for exposed piping and all buried fittings and specials. Restrained joints for buried pipe sections shall be provided where specified. Unless otherwise specified, restrained joints shall be flanged or grooved end for exposed service and push-on or grooved end for buried service. (I [I 2. PUSH-ON JOINTS: Restrained push-on joints shall be as specified in paragraph 15062-2.05 A,1., modified for restraint. Joints shall be the Flex-Ring or Lok-Ring Joint as manufactured by American Cast Iron Pipe Company, TR Flex Joint as manufactured by US Pipe, or equal. Restrained joints shall be capable of being deflected after full assembly. Joint assembly shall be in strict conformance with AWWA C6DD and manufacturer's recommendations. No field cuts of restrained pipe are permitted without prior approval of the Engineer. I. i. I. ,. I- DUCTILE IRON PIPE 15062-3 I. ,- S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 3. FLANGED ASSEMBLIES: Unless otherwise specified, flanges shall be ductile iron and shall be threaded-on flanges conforming to ANSI/AWWA A21.15C115 or cast-on flanges conforming to ANSI/AWWA A21.1 0/C11 O. Flanges shall be adequate for 250 psi working pressure. Bolt circle and bolt holes shall match those of ANSI B16.1, Class 125 flanges and ANSI 816.5, Class 150 flanges. Where specified, flanges shall be threaded-on cast-on flanges conforming to ANSI B16.1, Class 250. Unless otherwise specified, bolts and nuts for flange assemblies shall conform with paragraph 150B5-2.01 C. Gaskets shall be as specified in paragraph 150B5-2.01 B. 4. GROOVED END JOINTS: Grooved end couplings shall conform to AWWA C606 and shall be Gustin-Bacon 500 Series, Victaulic Style 31, or equal with flush seal type gasket designed for ductile iron pipe. Unless otherwise specified, grooved end couplings shall be rigid joint for exposed service and flexible joint for buried service. Unless otherwise specified, bolts and nuts shall comply with paragraph 15062-2.05 D. 5. MECHANICAL JOINTS: Where specified, restrained mechanical joints shall be the positive restraint type. Mechanical joints with retainer glands are not acceptable. Locked mechanical hydrant tees, bends and adapters are an acceptable substitute for anchoring fire hydrants and valves to the pipe main. C. BALL AND SOCKET FLEXIBLE JOINT PIPE: Ball and socket flexible joint pipe shall be the boltless types and shall allow a maximum joint deflection of 15 degrees. Each joint shall be provided with a retainer lock to prevent rotation after assembly. Joints shall be the Flex-Lok Joint as manufactured by American Cast Iron Pipe Company, USlflex as manufactured by U.S. Pipe, or equal. D. BOLTS AND NUTS: Corrosion-resistant bolts and nuts for use with ductile iron joints shall be high- strength, low alloy steel as specified in ANSI/AWWA C111/A21.11. 2.06 PIPE COATING: A. ASPHALTIC COATING: Unless otherwise specified, pipe and fittings shall be coated with asphaltic material as specified in AWWA C151. 2.07 PIPE LINING: A. ASPHALTIC LINING: Unless otherwise specified, pipe and fittings shall be lined with asphaltic material as specified in AWWA C151. DUCTILE IRON PIPE 15062-4 I I I I I I I I I I I I I I I I I I I I I !I I :1 I 'I I I II II ~I (I :1 '. S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County B. CEMENT MORTAR LINING: Where specified, interior surfaces of pipe and fittings shall be cement mortar lined in accordance with AWWA C1 04. Cement shall be ASTM C150, Type 1/ or V, low alkali, containing less than 0.60 percent alkalies. C. GLASS LINING: Where specified, pipe and fittings shall be glass lined with a vitreous material to a minimum thickness of 10 mils. Glass lining shall provide continuous coverage as tested by a low voltage holiday detector with only isolated voids permitted due to casting anomalies. Voids, other than isolated pinholes, shall be cause for rejection. Ductile or cast iron pipe shall be bored, machined, or grit blasted to remove any voids, protrusions or surface irregularities to obtain a smooth continuous surface for glass lining. Pipe shall be at least Class 53 on diameters of 6 inches or greater except for pipe to be bored or machined which shall be of a suitable wall thickness to asrure boring or machining will not impair minimum wall thickness required for ClasES3. Four-inch pipe shall be Class 56. Fittings shall be ground or grit blasted to re~r.lVe any voids, protrusions or surface irregularities. Glass lining shall be Ferrock MEH-32, Ervite SG-14, or equal. 2.0B PRODUCT DATA: The following information shall be provided in accordance with Section 01BOO. A. Shop drawings. B. Alignment drawings. C. Certifications specified in the following references: '. ,iiii ANSI A21 .14, paragraph 14-4.2 ANSI A21.52, paragraph 52-4.2 ASTM A716, paragraph 4.2 AWWA C110, paragraph 10-5.3 AWWA C111, paragraph 11-6.1 AWWA C115, paragraph 15-4.2 AWWA C151, paragraph 51-5.2 AWWA C153, paragraph 53-5.3 . (End of Product Data) I I DUCTILE IRON PIPE 15062-5 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County PART 3 - EXECUTION 3.01 INSTALLATION: A. GENERAL: Piping runs specified on the drawings shall be followed as closely as. possible. Proposed deviations shall be submitted in accordance with Section 01BOO. Pipe shall be installed in accordance with AWWA C600. Connections to existing structures and manholes shall be made so that the finished work will conform as nearly as practicable to the requirements specified for the new manholes, including necessary concrete work, cutting and shaping. Concrete mortar shaping within any structure and manhole shall be as specified. B. INSULATING SECTIONS: Where a metallic non-ferrous pipe or appurtenance is connected to ferrous pipe or appurtenance, and insulating section shall be provided as specified in paragraph 15085-3.01 E. C. ANCHORAGE: Anchorage shall be provided as specified. Calculations and drawings for proposed alternative anchorage shall be submitted in accordance with Section 01800. END OF SECTION 15062 DUCTILE IRON PIPE 15062-6 I I I I I I I I I I I I I I I I I I I 1:1 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County II SECTION 15067 - STAINLESS STEEL PIPING il il i:1 II PART 1 - GENERAL 1.01 DESCRIPTION: A. SCOPE: This section specifies stainless steel pipe and fittings. 1.02 QUALITY ASSURANCE: A. REFERENCES: 11 This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. II Reference Title il ,- ANSI B16.1-75 Cast Iron Pipe Flanges and Flanged Fittings Classes 25, 125,250, and BOO !~ ,- ANSI B16.11-BO Forged Steel Fittings, Socket Welding and Threaded ,- ANSI B31.1-B6 Power Piping 1- ANSI B36.19M-B5 Stainless Steel Pipe II ASME Section IX (19B6) Boiler and Pressure Vessel Code; Welding and Brazing Qualifications :- ;iiiiiiii i- ASTM A 1B2/A 1B2M-8B Forged or Rolled Alloy-Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High-Temperature Service - ASTM A 193/A 193M-B8 ,- ASTM A 194/A 194M-8B I- - - - ASTM A240-BB - - STAINLESS STEEL PIPING - - - Alloy Steel and Stainless Steel Bolting Materials for High-Temperature Service Carbon and alloy Steel Nuts for Bolts for High-pressure and High-Temperature Service Heat-Resisting Chromium and Chromium Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels 15067-1 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County ASTM A276-B7 ASTM A312/A312M-B8 ASTM A320/A320M-B8 ASTM A403/A403M-BB ASTM A409/A409M-B8 ASTM A480/A4BOM-BB ASTM A774/A77M-BB ASTM A77B-B2 B. QUALIFICATIONS: Stainless and Heat-Resisting Steel Bars and Shapes Seamless and Welded Austenitic Stainless Steel Pipes Alloy Steel Bolting Materials for Low-Temperature Service Wrought Iron Austenitic Stainless Steel Piping Fittings Welded Large Diameter Austenitic Steel Pipe for Corrosive or High-Temperature Service General Requirements for Flat-Rolled Stainless and Heat-Resisting Steel Plate, Sheet, and Strip As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures Welded, Unannealed, Austenitic Stainless Steel Tubular Products All shop-fabricated stainless steel pipe and fittings shall be furnished by a single manufacturer who is experienced and qualified in the manufacture and fabrication of the items to be furnished. The pipe and fittings shall be shop-fabricated and field- installed in accordance with common industry-wide practices and methods, and shall comply with these specifications. Only weld procedures which have been qualified under ASME Section IX and only welders who have successfully completed performance qualification tests per ASM E Section IX on these qualified procedures shall be utilized. C. TESTING: Factory testing shall conform to the requirements of ASTM A312, ASTM A409 HO-O, or ASTM A778, depending on the size and type of stainless steel pipe provided. 1.03 SUBMITTALS: The following information shall be provided in accordance with Section 01BOO: 1. Shop fabrication drawings showing details of materials, piping, fittings, couplings, dielectric connections, joint locations and details, types and locations of supports. 2. Other data necessary to show conformance of the complete piping system to these specifications. STAINLESS STEEL PIPING 15067 -2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I - S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County PART 2 - PRODUCTS 2.01 PIPE: Stainless steel pipe 2-1/2 inches and smaller shall be Type 316L, seamless, threaded joints conforming to ASTM A312. The minimum wall thickness shall be Schedule 40S. Unless otherwise specified, stainless steel piping 3 inches and larger shall be manufactured from ASTM A240 annealed and pickled sheets and plates, Type 316L , in accordance with ASTM A77B or ASTM A409 HT-O. Only extra-low carbon (ELC) materials with .03 percent maximum carbon shall be used. Pipe shall be manufactured to nominal pipe. sizes as listed in ANSI B36.19, Table 2, and shall have the following nominal wall thickness: Nominal pipe size, inches Schedule gauge/plate Wall thickness, inches 3-B 10-12 1 4-1 B 20 24-36 42-4B 54-60 Schedule 55 12-gauge sheet 11-gauge sheet 1 O-gauge sheet 3/16-inch plate 1 j4-inch plate 5/16-inch plate 0.105 0.120 0.135 0.1B8 0.250 0.312 2.02 FITTINGS: Stainless steel fittings 2-1/2 inches and smaller shall be ASTM A403, of the same material and pressure rating as the pipe, threaded long radius with dimensions conforming to ANSI B16.11. Unless otherwise specified, stainless steel fittings 3 inches and larger shall be butt-weld type manufactured in accordance with ASTM A774 of the same material and in the same thickness as the pipe. Long radius elbows up to 24 inches in diameter shall be smooth flow. All short radius, special radius, and reducing elbows and long radius elbows greater than 24 inches in diameter shall be of mitered construction. Reducers shall be straight tapered, cone type. Tees, crosses, laterals, and wyes shall be shop-fabricated from pipe. STAINLESS STEEL PIPING 1 5067-3 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 2.03 JOINTS: Stainless steel pipe fabricated into spool pieces shall have shop-welded circumferential butt-weld joints or flanges. Unless otherwise specified, flanged joints shall be Van Stone joints made up of stainless steel slip-on type, rolled-angle face rings and ductile iron back-up flanges drilled to ANSI 16.1, Class 125 standard. The angle face ring thickness shall be equal to or greater than the wall of the pipe for fitting to which it is welded, and it shall be continuously welded on both sides to the pipe or fitting. the angle leg shall not interfere with the flange bolt holes. For submerged joints, back-up flanges shall be stainless steel plate flanges. The back-up flanges shall be supplied with the following nominal thicknesses. Nominal pipe, size, inches Flanged thickness, inches 3 4 6-10 12-16 18-20 24-30 36 43 4B-54 60 1/2 9/16 5/B 3/4 7/8 1 1 -1/8 1-1/4 1 -3/8 1-1/2 2.04 COUPLINGS: A. GENERAL: Fabricated stainless steel piping shall be shop-prepared for pipe couplings where specified. Unless otherwise specified, couplings shall be arched-band or grooved type. B. SLEEVE TYPE: Sleeve type couplings, where specified, shall be of standard steel construction as specified in Paragraph 150B5-2.02 A. Pipe shall be plain-end with external weld beads ground smooth to ensure proper gasket seating. For pressure pipe lines, sleeve coupling joints shall be restrained by the use of harness rods connecting ~cross the joint to flange lugs on adjacent flange joints. Where no adjacent flange joints exist, stainless steel harness lugs shall be welded to the pipe to receive the harness rods. STAINLESS STEEL PIPING 15067 -4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabllitatlon of 200 Street Pump Station Augusta-RJchmond County C. ARCHED-BAND TYPE: Arched-band type couplings shall be stainless steel of the same material and we" thickness as the pipe and shall be Depend-O-Look type as manufactured by Briocht-' or equal. Couplings shall be fixednFxF, Expansion--ExE, or Fixed by Expansion--Fy., as specified or as required. The pipe shall be plain-end with external weld bean. ground smooth and with SS restraining rings shop-welded to the piping for fixed typu couplings. D. GROOVED-END TYPE: Grooved-end or split type couplings shall be malleable iron or ductile iron as specified in Paragraph 15085-2.02 C., except that submerged couplings shall be the same material as the pipe. The pipe ends shall be roll-grooved to the coupling manufacturer's specifications. Where roll grooving is impractical, the pipe shall have heavy-wall machine-grooved pipe nipples or machines ring collars fully welded to the pipe or fitting. Nipples shall be taper-bored to the I.D. of the adjoining pipe to allow full-weld penetration. Collars shall be welded on both sides to the piping. Nipples and collars shall be of the same alloy as the piping. E. EXPANSION TYPE: Unless otherwise specified, expansion couplings shall be the flanged rubber arch type as specified in Section 15090. Pipe flanges shall be provided for these couplings. 2.05 THREADED CONNECTIONS: Threaded pipe, gauge, or instrument connections shall be made using stainless steel, 150-pound, threaded half-couplings conforming to ASTM A 182 or ASTM A276, shop- welded to the pipe at the location specified. 2.06 GASKETS: Unless otherwise specified, gaskets shall be as specified in the PIPE SPECS and in Paragraph 150B5-2.03. For air lines, gaskets shall be neoprene or EPDM, suitable for temperatures to 240 degrees F. 2.07 BOLTS: Bolts, nuts, and washers for stainless steel flange assemblies and stainless steel couplings shall be the same material, conforming to ASTM A320 for low-temperature service and ASTM A 193 and ASTM A 194 for high-temperature service. Bolts, nuts, and washers for other couplings shall be as specified in referenced paragraphs for the couplings. STAINLESS STEEL PIPING 1 f067-5 sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County 2.0B PIPE SUPPORT SYSTEMS: Unless otherwise specified, all hangers, rods, structural attachments, and other components of supports systems for stainless steel pipe shall be of the same materials as the pipe and conform to Section 15096. 2.09 FINISH: After all shop operations have been completed, pipe and fittings shall be pickled and passivated in manufacturer's plant, and scrubbed and washed until discoloration an possible iron picked up from the manufacturing process are removed. The standard finish for 16-gauge through B-gauge material shall be No. 1 or 2B per ASTM A4BO; 3/16-inch and heavier plate material shall be No.1 mill finish or better per ASTM A4BO. PART 3 - EXECUTION 3.01 PIPE CUTTING, THREADING. AND JOINTING: Pipe cutting, threading, and jointing shall conform to the requirements of ANSI B31.1. All pipe threads shall be lubricated with Teflon tape. 3.02 WELDING: A. GENERAL: Piping with wall thickness up to 11-gauge (0.120-inch) shall be welded with the TIG (GTAW) process. Unless otherwise specified, heavier walls shall be properly beveled and have a root pass with the TIG (GTAW) process followed by subsequent passes with the TIG (GTAW) , MIG (GMAW) , or Metallic Arc (SMAW) process. Filler wire of ELC grades only shall be added to all welds to provide a cross section at the weld equal to or greater than the parent metal. Weld deposit shall be smooth and evenly distributed and have a crown of no more than 1/16-inch on the I. D. and 3/32-inch on the 0.0. of the piping. Concavity, undercut, cracks, or crevices shall not be allowed. Butt-welds shall have full penetration to the interior surface, and inert gas shielding shall be provided to the interior and exterior of the joint. Excessive weld deposits, slag, spatter, and projections shall be removed by grinding. Welds on gasket surfaces shall be ground smooth. B. FIELD WELDING: Field welding shall be minimized to the greatest extend possible by use of couplings and prefabrication of pipe systems at the factory. Pipe butt-welds may be performed at the job site providing the butt-welds are performed only with an inert gas shielded process and that other applicable specified welding requirements are rigidly adhered to. STAINLESS STEEL PIPING 15067 -6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County All residue, oxide, and heat stain is to be removed from any type of field weld and the affected areas adjacent by the use of stainless steel wire brushes, followed by cleaning with an agent such as Eutectic Company's "Eucleen," or equal, followed by complete removal of the agent. C. PREPARATION OF SURFACES TO BE WELDED: Surfaces of joints to be welded shall be free from mill scale, slag, grease, oil, paint, rust, and other foreign material. Joints to be welded shall be wire-brushed with stainless steel wire brushes and precisely fitted before welding. D. WEATHER CONDITIONS: Welding shall be done only when the surfaces are completely free of any moisture. Welding of the pipe shall not be done during periods of high winds or rain unless the areas being welded are properly shielded. E. TACK WELDS. CLIPS, AND OTHER ATTACHMENTS: Nicks, gouges, notches, and depressions in the base metal in the area of the joint shall be repaired before the joint weld is made. Tack welds, clips, and other attachments shall be removed and defects repaired, except where the tack welds occur within the weld area and these tack welds do not exceed the size of the completed weld. Cracked tack welds shall be removed. Areas to be repaired shall be ground to clean metal and then repaired by building up with weld metal. The repaired areas shall be ground smooth to form a plane surface with the base metal. F. DEFECTS AND REPAIRS: Welds with cracks, slag inclusions, porosity, undercutting, incomplete penetration, or which are otherwise deficient in quality or made contrary to any provisions of these specifications shall be removed by chipping or grinding throughout their depth to clean base metal. Caulking or peening of welds to correct defects shall not be done. Welds found deficient in dimension but not in quality shall be enlarged by additional welding after thoroughly cleaning the surface of previously deposited metal and the adjoining plate. Weld deposits, slag, weld spatter, and projections into the interior of the pipe shall be removed by grinding. 3.03 MARKING, SHIPPING. AND STORAGE: All pipe, fittings, and fabrications shall be properly marked with type, gauge, and heat number. All fabricated piping shall have openings plugged and flanges secured for storage and/or transport after fabrication. all fabricated piping shall be piece-marked with identifying numbers or codes which correspond to the contractor's layout and installation drawings. The marks will be located on the spools at opposite ends and 1BO degrees apart. Pipe spools shall be loaded, blocked, and logged as necessary to ensure protection from damage during shipping. Stainless steel pipe and fittings shall be stored STAINLESS STEEL PIPING 15067-7 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County per manufacturer's recommendation. Dents, gouges, and scratches in stainless steel pipe and fittings are not acceptable and are reason for rejecting pipe and fittings. 3.04 FABRICATION/INSTALLATION REQUIREMENTS: The piping supplier during manufacturing, fabricating, and handling stages; and the contractor during handling and installation stages shall use extreme care to avoid the contact of any ferrous materials with the stainless steel piping. All saws, drills, files, wire brushes, etc. shall be used for stainless steel piping only. Pipe storage and fabrication racks shall be non-ferrous or stainless steel or rubber-lined. Nylon slings or straps shall be used for handling stainless steel piping. Contact with ferrous items may cause rusting of iron particles embedded in the piping walls. After installation, the contractor shall wash and rinse all foreign matter from the piping surface. All welded joints shall be treated with a pickling solution, brushed with stainless steel wire brushes and rinsed clean. If rusting of embedded iron occurs, the contractor shall pickle the affected surface with Oakite Deoxidizer SS, or equal, scrub with stainless steel brushes, and rinse clean. 3.05 COATINGS: After installation, the contractor shall paint all steel or iron flanges, couplings, and appurtenances in accordance with Section 09800. Painting of the stainless steel pipe is not required; however, the contractor shall be responsible for supplying and installing the stainless steel piping with a consistently clean surface. Identifying spool piece marks shall be removed with paint thinner or solvents and the entire stainless steel surface shall be washed with detergent and hot waterand rinsed cleaned. END OF SECTION 15067 STAINLESS STEEL PIPING 15067 -8 I I I I I I I I I I I I I I I I I I I II sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County II SECTION 15110 - ECCENTRIC PLUG VALVES PART 1 - DESCRIPTION !I il ;1 il II il II II This section specifies eccentric plug valves. 1.02 REFERENCES: This section contain's references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference Title ANSI B16.1-89 Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125,250 and BOO ASTM A 126-B4 Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A536-B4 Ductile I ron Castings AWWA C504-B7 Rubber-Seated Butterfly Valves 1.03 SUBMITTALS: il I II :1 !I il I II I The following information shall be provided in accordance with Section 01800: 1. Manufacturer's product data. PART 2 - PRODUCTS 2.01 MATERIALS: Materials of construction shall be as follows: Component Material Body Plug Cast iron, ASTM A126, Class B Cast iron, ASTM A 126, class B, or cast iron ASTM A436 (Ni-resist), or ductile iron, ASTM A536 (continued next page) ECCENTRIC PLUG VALVES 1 511 0-1 S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County Plug facing Neoprene or Buna-N Body seats Less than 3 inches 3 inches and larger Cast iron, ASTM A 126, Class B Stainless steel, ASTM A276, Type 304 or nickel Packing Buna V-flex or TFE 2.02 MANUFACTURE: A. GENERAL: Valves shall be straight-flow non-lubricated resilient plug type suitable for driptight, bi- directional shutoff at the specified valve design pressure. Port areas for the valve shall be at least 80 percent of the adjacent full pipe area nd shall be capable of passing solids 55 percent of pipe size. Valve body seats consisting of nickel for valves 3 inches and larger shall be constructed of a welded-in overlay of not less than 90 percent pure nickel. Upper and lower journal hearings shall be replaceable, sleeve- type, corrosion resistant, and permanently lubricated. Packing shall be self-adjusting chevron type replaceable without disassembling the valve. Unless otherwise specified, valves shall, as a minimum, conform to the following pressure ratings: Size. inches Design pressure. psig 12 and smaller 14 through 36 42 through 54 175 150 125 B. END CONNECTIONS: Valves 3 inches and smaller shall have threaded ends. Valve flange drilling for valves larger than 3 inches shall be per ANSI 816.1, Class 125. Grooved-end valves may be provided with grooved-end piping systems. C. MANUAL OPERATORS: Unless otherwise specified, valves 4 inches and smaller shall be provided with a leer type manual operator. Valves larger than 4 inches shall be provided with totally enclosed worm gear operators. Where specified, manual operators shall have an adjustable stop. All operator components shall be sized for the valve design pressure in accordance with AWWA C504, Section 3.B. ECCENTRIC PLUG VALVES 15110-2 I I I I I I I I I I I I I I I I I I I II S&P Project No. G124 01 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County II PART 3 - EXECUTION :1 I I I I I I I I I I I I I I - I - I Unless otherwise specified, valves shall be provided with the seat downstream away from flow. Valves at tank connections shall be installed with seat away from tank. Valves on pump discharge lines shall be installed with seat adjacent to the pump. END OF SECTION 15110 ECCENTRIC PLUG VALVES 15110-3 I I I I I I I I I I I I I I I I I I I S&P Project No. G124-01-01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 15116 - SWING DISC CHECK VALVES PART 1 - GENERAL 1.01 DESCRIPTION: This section specifies swing disc check valves. 1.02 SUBMITTALS: Manufacturer's catalog information including dimensions, cross-sectional views, details of construction and materials list shall be provided in accordance with Section 01800. PART 2 - PRODUCTS 2.01 ACCEPTABLE PRODUCTS: Check valves shall be American Flow Control Series 50-SC or equal. 2.02 MATERIALS: Materials of construction shall be as follows: Component Material Body, cover ASTM A126, Class B Cast Iron Disc ASTM 8763 alloy B440 bronze face 2.03 MANUFACTURE: Valve design shall be full flow opening equal to the nominal pipe diameter at any point through the valve. The seating surface shall be on a 45 degree angle. The top access port shall allow removal of the disc without removing the valve body from the pipeline. Check valve seating surfaces shall be bronze. Check valves shall have an outside shaft configuration equipped with a lever and spring to reduce slamming. The check valve shaft shall be stainless steel with corrosion-resistant bearings at each end. Check valve seating surfaces shall be bronze with the mating seat in the valve body being field removable and replaceable without removing the valve from the pipeline. SYNTHETIC SWING DISC CHECK VALVES Rev. 12/05/02/Addendum NO.1 1 5116-1 I I I I I I I I I I I I I I I I I I I S&P Project No. G124-01-01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County The interior of the valve shall be coated with an epoxy coating. The flanged end connections shall be ANSi 816.1, Class 125. Unless otherwise specified, valves shall be, as a minimum, conform to the following pressure ratings: Size, inches Working Pressure psig 2 through 12 14 through 24 200 150 PART 3 - EXECUTION Check valves shall be installed in accordance with the manufacturer's recommendations. END OF SECTION 15116 SYNTHETIC SWING DISC CHECK VALVES Rev. 12/05/02/Addendum NO.1 15116-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County DIVISION 16 - ELECTRICAL SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS 1.01 QUALITY ASSURANCE A. All electrical work shall be in accordance with the following codes and agencies: 1. The National Electrical Code (NFPA-70), 1999 Edition. 2. The Life Safety Code (NFPA 101), 1999 Edition. 3. IBC-2000 with Georgia Amendments. 4. Regulations of the local utility company concerning metering and service entrance. 5. State and local ordinances governing electrical work. B. All materials shall be new and shall conform to standards where such have been established for the particular material. All UL listed equipment shall bear the UL label. C. Electrical equipment and materials shall be listed by an independent testing laboratory for the purpose for which they are to be used. Three such organizations are Underwriters Laboratories, Inc. (UL), Canadian Standards Association (CSA) , and Electrical Testing Laboratories (ETL). The independent testing laboratory shall be acceptable to the inspection authority having jurisdiction. 1.02 PERMITS A. Obtain all permits and inspections required for the work involved. Deliver to the owner all certificates of inspection. 1 .03 WARRANTY A. The contractor shall warrant to the owner that all work shall be free from defects and will conform to the contract documents. This warranty shall extend not less than one year from the date of beneficial occupancy. 1.04 DRAWINGS A. The drawings indicate the general arrangement of electrical equipment, based on one manufacturer's product. Coordinate installation of equipment with all other trades and existing conditions. Do not scale drawings for connection locations. Bring all discrepancies to the immediate attention of the engineer. BASIC ELECTRICAL REQUIREMENTS 16010-1 BASIC ELECTRICAL REQUIREMENTS 16010-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County B. Contractor shall install and circuit all electrical work as indicated on drawings unless specific building construction requires a change or rerouting of this work. He shall keep a record of the location of all concealed work, including the underground utility lines. He shall document all changes in the manner specified by the General Conditions, Special Conditions and Supplementary General Conditions to the Mechanical and Electrical Work. 1.05 EQUIPMENT REQUIRING ELECTRICAL SERVICE A. Review all specification sections and drawings for equipment requiring electrical service. Provide service to and make connections to all such equipment. B. Drawings are based on design loads of one manufacturer. If equipment actually furnished have loads, numbers of connections, or voltages other than those indicated on the drawings, then control equipment, feeders, and overcurrent devices shall be adjusted as required, at no additional cost to the owner. Such adjustments are subject to review by the engineer. C. Catalog numbers indicated with equipment, devices and lighting fixtures are for convenience only. Errors or obsolescence shall not relieve the furnishing of items which meet the technical description given in specificatio,ns, noted, or required by function designated. 1.06 MECHANICAL SYSTEM INTERFACE A. All control wiring for plumbing and HV AC equipment shall be installed under Division 16000. Power wiring to all motors and motor controllers and between motors and controllers shall be provided under Division 16000. All motor controllers shall be furnished and installed under Division 16000. 1.07 PRODUCT DELIVERY, STORAGE. HANDLING. AND PROTECTION A. Provide a dry, weather-tight space for storing materials. Store packaged materials in original undamaged condition with manufacturer's labels and seals intact. Handle and store material in accordance with standards to prevent damage. Equipment and materials shall not be installed until such time as the environmental conditions of the job site are suitable. Replace damaged materials. 1.0B CLEANING AND PAINTING A. Remove oil, dirt, grease and foreign materials from all equipment to provide a clean surface. Touch-up scratched or marred surfaces of lighting fixtures, panelboard and cabinet trims, and equipment enclosures with paint manufactured specifically for that purpose. Paint plywood backboards used to mount electrical equipment with two coats of light gray semi-gloss I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County enamel. All other painting shall be done under the "Painting" section of these specifications. 1.09 SUBMITTALS A. Enclosed Transfer Switch, MCC, Devices, Fixtures, Control Wiring, Disconnect Switch, Mechanical Equipment, and Controls. B. The contractor shall prepare interconnection diagrams depicting all cable requirements together with their actual terminations. The interconnection diagram shall indicate wiring between panels, terminal boxes, remotely mounted devices, and motor starters. The diagrams shall interface with the manufacturer's internal connection diagrams for panels. The diagrams shall indicate the terminations to terminal blocks of field devices at each end of the cable, the number of conductors in the cable, the size of wire, and the number of spare conductors. For each termination, the diagrams shall indicafe the terminal number, wire color, and wire number as it appears on the wire marker. All terminal blocks, including spares, shall be indicated on the diagrams. Interconnection diagrams shall be provided prior to installation of equipment. Catalog-cuts including technical specifications, application information, ratings, and other information required to verify. the equipment and/or material meets the requirements of this specification. 2.01 RACEWAYS A. The following specifications and standards are incorporated into and become a part of this specification: 1. Underwriter's Laboratory, Inc. Publications 1, 6, 467, 651, 797, 1242. 2. American National Standards Institute C-BO.1, C-BO.3. B. Raceway is required for all wiring, unless specifically indicated or specified otherwise. The minimum size of conduit shall be 3/4", but shall not be less than size indicated on the drawings or required by the NEC. C. Conduits shall be rigid aluminum: 1. Use flexible conduit for connections to motors, dry type transformers, and all vibrating equipment. a. Length shall not exceed 1B. b. Maintain ground continuity through flexible conduit with a green equipment grounding conductor. c. Liquidtight flexible nonmetallic conduit shall be used. D. Stainless steel or aluminum fittings shall be standard threaded couplings, locknuts, bushings, and elbows. Aluminum conduit threads shall be painted with conductive joint compound before assembly. Set screw or non-threaded fittings are not permitted. Thread hubs shall be used to BASIC ELECTRICAL REQUIREMENTS 16010-3 BASIC ELECTRICAL REQUIREMENTS 16010-4 I I I I I I I I I I I I I I I I I I I sap Project No. G124 01 01 Rehabilitation of 200 Street Pump Station Augusta-Richmond County terminate conduits entering boxes. Bushings shall be aluminum with feed through compression lug. E. All conduit support parts and hardware shall be stainless steel, aluminum, or fiberglass to match conduit type. Conduit straps shall be single hole cast metal type or two hole stainless metal type. Conduit support channels shall be 1 1/2" x 1 1/2" - 14 gauge channel, with 1/4" threaded stainless steel rods used for suspension. Wire or chain is not acceptable for conduit hangers. Individual conduit hangers shall be stainless spring steel specifically designed for the purpose F. Conceal all conduits except in unfinished spaces such as equipment rooms or where indicated by symbol on the drawings. Leave all empty conduits with a 200 lb. test nylon cord pull line. Complete raceway runs prior to installation of wires or cables. Deformed conduits shall be replaced. Protect conduits against dirt, plaster, and foreign debris with conduit plugs. G. Fasten conduit support devices to structure with toggle bolts on hollow masonry, expansion anchors on solid masonry or concrete, and machine bolts or clamps on steel. Nails are not acceptable. Seal all conduits penetrating building exterior with insulating electrical putty to prevent entrance of moisture. H. Conduit shall be run parallel or at right angles to walls, ceilings, and structural members. Support branch circuit conduits at intervals not exceeding 10 feet, and within 3 feet of each box or change of direction. Restore the rating of all wall and floor penetrations. Provide an expansion and deflection coupling where conduits cross a building expansion joint. Seal all wall & floor penetrations. 2.02 WIRES AND CABLES A. The following specifications arid standards are incorporated into and become a part of this specification: 1. Underwriter's Laboratories, Inc. Publications 44, B3, 4B6, 493. 2. Insulated Cable Engineers Association Standards S-61-402, S-66-524. 3. National Electrical Manufacturer's Standards WC-5, WC-7. B. Conductors shall be electrically continuous and free from short circuits or grounds. All open, shorted, or grounded conductors and any with damaged insulation shall be removed and replaced with new material free from defects. C. Conductor size shall be minimum of No. 12 AWG, unless larger size is required by the drawings or the NEC. Insulation voltage lev"el rating shall be 600 volts. All wire and cable shall bear the UL label. Fire alarm, data, and II I :1 I I I I I I I I I I I I I I I - - roo- S&P Project No. G124 01 01 . Rehabilitation of 2nd Street Pump Station Augusta-Richmond County communication conductors are not included in this specification; they shall comply with NEC requirements. D. Conductors No. 10 and smaller shall be solid copper, 90 degrees C. type THWNffHHN. Conductors larger than NO.1 0 shall be stranded copper, 90 degrees C. type THWNffHHN, or XHHW. Fixture wire shall be No. 16 AWG silicone rubber insulated, stranded fixture wire type SFF-2 or No. 16 thermoplastic nylon jacketed stranded fixture wire type TFFN. E. Color code all conductors. No. 10 and smaller shall have solid color compound or coating. No.8 and larger shall have solid color compound or colored phase tape; tape shall be installed on conductors in every box, termination point, cabinet, or enclosure. Coding shall be as follows: 1. 230/115 volt, single phase, three wire: Phase A-black,. Phase C-blue, neutral-white. 2. 480Y/277 volt three phase four wire wye system: Phase A-brown, Phase B-orange, Phase C-yellow, neutral-gray. 3. Grounding conductors shall be green or green traced. Grounding conductors for isolated ground circuits shall be green with a yellow trace. F. Maintain phase rotation established per N.E.C. at service equipment throughout entire project. G. Group and lace with nylon tie straps all conductors within enclosures. Make splices in conductors only within junction boxes, wiring troughs, or other NEe approved enclosures. Do not splice conductors in pull boxes, switchboards, panelboards, safety switches, or motor control enclosures. Identify each conductor as to circuit connection in all boxes and enclosures. H. Terminate stranded conductors No.1 0 AWG and smaller with crimp-type lug or stud. Crimp terminal shall be the configuration type suitable for terminal point. I. Torque each terminal connection to the manufacturer1s recommended torque value. A calibrated torquing tool shall be used to insure proper torque application. J. In addition to color code, provide circuit number on all conductors at all . terminations. 2.03 BOXES A. The following specifications and standards are incorporated into and become a part of this specification: BASIC ELECTRICAL REQUIREMENTS 16010-5 BASIC ELECTRICAL REQUIREMENTS 16010-6 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 1. Underwriter1s Laboratories, Inc. Publications 50,467,514. B. Review architectural drawings for areas where outlets occur within specific features and install outlets as shown on architectural drawings; or, if not shown, center and align boxes within the predominant features. C. Outlet boxes for switches and receptacles in exposed wiring systems shall be stainless steel or aluminum FS type with integrally casted hubs with matching device plate. For exterior installations, use spring loaded hinged covers. Provide larger boxes as required for special purpose devices. D. Dimensions of pull and junction boxes shall not be less than those required by the NEe for the number, size, and position of conductors entering the box. Wood supports within pull boxes are not acceptable. Provide box covers for all boxes. Pull boxes shall be stainless steel or aluminum. E. Support every box from structure. Secure to hollow masonry with toggle bolts, metal with sheet metal screws, solid masonry or concrete with expansion anchors, metal studs with spring steel clamp, and structure with threaded, stainless steel, or aluminum rod when suspended. F. Remove only knockouts as required and plug all unused openings. After completion, using an indelible ink wide tip marker, indicate on the cover of each junction and pull box the designation of each circuit contained therein. . . G. Wire markers shall be yellow or white shrink tubing. Thermofit Marker System (TMS) by Raychem eo., or equal for conductors No. 10 AWG and smaller and locking tab cable markers, W.H. Brady eo., or equal, for conductors No. 8 and larger. Letters and numbers identifying each conductor shall be machine printed in permanent black ink. 2.04 WIRING DEVICES A. The following specifications and standards are incorporated into and become a part of this specification: 1. National Electrical Manufacturer1s Association Publications WD-1, WD-5. B. Single pole, 20 amp, 277 volt toggle switches shall be Hubbell 1221. Three-way, 20 amp, 277 volt switches shall be Hubbell 1223. Equivalent switches manufactured by Arrow Hart, General Electric, Legrand, or Leviton are acceptable. C. Fifteen amp, 125 volt grounded duplex receptacles (NEMA 5-15R) shall be Hubbell 5252. Twenty amp, 125 volt grounded duplex receptacles (NEMA 5-20R) shall be Hubbell 5352. Ground fault interrupter (GFI) receptacles I I I I I I I I I I I I I I I I I I I I S&P Project No. G 124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County shall be Hubbell GF-8200. Special purpose receptacles shall be as specified on the drawings. Equivalent receptacles manufactured by Arrow Hart, General Electric, Legrand, or Leviton are acceptable. D. Device plates shall be one piece single or multi-gang type selected to match the device or combination of devices. Device plates for flush mounted devices shall be smooth surfaced plastic of the same finish as the devices. Device plates for use. with devices flush mounted in exposed masonry construction shall be jumbo type. All devices installed in areas exposed to the weather shall be provided with a weatherproof device plate. All device covers in exposed conduit system shall be galvanized RS cover. E. All devices shall be provided with ivory finish covers. Mount all devices within outlet boxes to allow device plates to be in contact with wall on all sides. Install wall switches on the strike side of doors. 2.05 CIRCUIT AND MOTOR DISCONNECTS A The following specifications and standards are incorporated into and become a part of this specification: 1. Underwriter's Laboratories, Inc. Publications 98, 198.2, 198.4. 2. National Electrical Manufacturer1s Association Publications KS-1. B. Products of General Electric, Cutler Hammer/Eaton, Square D, or Siemens which comply with these specifications are acceptable. C. Disconnect switches shall be heavy duty non-fusible safety switch type, unless fused type is indicated on the drawings, with the number of poles required to disconnect all ungrounded conductors serving the equipment. 1. Furnish a solid neutral when the circuit includes a neutral conductor. 2. Furnish an equipment grounding conductor lug bonded to the switch enclosure. 3. Furnish NEMA type one enclosure for all interior dry locations, and NEMA type 4XSS for all damp, wet, or exterior locations unless other types are indicated on the drawings. D. Switches shall have the following features: 1. Quick-make, quick break switching mechanism. 2. Line terminal shields. 3. Provisions for padlocking in the 1I0W position. 4. Door interlocks to prevent door from opening when switch is closed. Provide inconspicuous means to defeat this interlock. 5. Permanent nameplate indicating all ratings. 6. Arc chute for each pole. BASIC ELEeTRICAL REQUIREMENTS 1 601 0- 7 BASIC ELECTRICAL REQUIREMENTS 16010-8 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 7. 600 volt rating for 250 to 600 volt systems, 250 volt rating for systems below 250 volts. E. Disconnect switches for three phase motors rated two horsepower and above shall be three pole non-fusible type. Disconnect switches for three phase motors rated less than two horsepower shall be three pole manual motor starter switches without overload protection. Disconnects for single phase motors shall be single or two pole horsepower rated switches without overload protection. F. Locate switches to provide full accessibility and working clearances required by the NEC. Locate adjacent to equipment served unless drawings indicate otherwise. Mount switch directly to structure or to metal channel depending upon field conditions. Mount switch handle between 3611 and 6011 above finished floor. 2.06 SUPPORTING DEVICES A. Provide and install supporting devices that comply with manufacturer1s standard materials, design, and construction in accordance with published standards and as required for complete installation. B. Coordinate with other electrical work, including raceway and wiring work, as necessary to interface installation of supporting devices. Install hangars, supports, clamps, and attachments to support piping properly from building structure only. Torque sleeve seal nuts, complying with manufacturer's recommended values. Ensure that sealing grommets expand to form water-tight seal. 2.07 ELECTRICAL IDENTIFICATION A. Install engraved plastic - laminate sign on each major unit of electrical equipment. Provide a single line of text, 1/211 high lettering on 1 1/211 high sign (or 211 high sign if 2 lines required). Provide signs for each unit of the following: 1 . Panel boards. 2. Electrical cabinets and enclosures. 3. Transformers. 4. Motor control center. 5. Disconnect switches. 6. Transfer switch. B. Provide engraved nameplates where indicated on the drawings. I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 16204 - PUMP STATION CONTROLS Part 1 - GENERAL 1.01 Provide conduit and wire for pump station as specified herein and as shown on the drawings. The wiring system shall be complete to the SCADA system panel. All SCADA work to be by owner. 1.02 Coordinate with each piece of equipment being controlled or interfaced with City. 1.03 The wiring system shall operate as described on the drawings: PART 2 - PRODUCTS 2.01 The control system shall be provided for SCADA system by owner. In this contract, provide all auxiliary contacts, outputs and input arrangements, wiring, and terminal strips. Label all terminal strips, and check out and demonstrate that all functions specified work and are continuous so that SCADA system can operate. 2.02 Provide sealed mercury switch type level controllers for the low level alarm and reset. Each function shall have independent float and relay. Provide units similar to US Filter/Consolidated Type LS with 25 ft. of cable. PART 3 - EXECUTION 3.01 Install wiring system as specified and as shown on the drawings. Coordinate with all equipment being provided under this and other sections of the specifications. 3.02 Test all components and system before final inspection. Demonstrate operation after SCADA system is installed. Coordinate all connects with SCADA. 3.03 Provide identification for all wiring, terminal strips and devices. END OF SECTION 16204 PUMP STATION CONTROLS 1 6204-1 il II I il ;1 ,I :1 I ,I I il :1 I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 16400 - DISTRIBUTION EQUIPMENT 1.01 GROUNDING SYSTEMS A. Equipment grounding system shall be established with equipment ground conductors. The use of metallic raceways for equipment grounding is not acceptable. Unless indicated otherwise, provide equipment ground the same size as phase conductors. B. The following specifications and standards are incorporated into and become a part of this specification: 1. Underwriter's Laboratories, Inc. Publications 44, 83, 467, 486, 493. 2. National Electrical Manufacturer1s Association Standards We-5, WC-7. C. Grounding electrode conductors shall be bare or green insulated copper sized as indicated on the drawings. eonnect service grounding system to ground rods, metal piping inside building, building steel, and concrete encased electrodes per NEe 250-81 c. Equipment grounding conductors shall be green insulated type THW, THWN, or XHHW sized as indicated on the drawings. Where sizes are not indicated, grounding conductor shall be sized in accordance with NEe Article 250. D. Each receptacle and switch device shall be furnished with a grounding screw connected to the metallic device frame. Provide a conductor termination grounding lug bonded to the enclosure of each transformer, motor controller, and disconnect switch. E. Ground all non-current carrying parts of the electrical system, Le., wireways, equipment enclosures and frames, junction and outlet boxes, machine frames, and other conductive items in close proximity with electrical circuits. Ground the neutral of all dry type transformers to building steel which shall serve as the grounding electrode for the separately derived system. In reinforced concrete structures, building steel shall be considered to be the reinforcing steel of vertical columns. Grounding connections to structural steel shall be made with a chemical exothermic weld. F. Grounding conductors for branch circuits are not shown on the drawings; however, grounding conductors shall be provided in all branch circuit raceways and cables, including flexible conduit. Grounding conductors shall be the same AWG size as branch circuit conductors. G. A feeder serving more than one panelboard shall have a continuous grounding conductor which shall be connected to each related cabinet grounding bar. The equipment grounding conductor shall be terminated with a screw or bolt used for no other purpose. Equipment grounding conductors shall terminate on panelboard, switchboard, or motor control center grounding bus only. Do not terminate on neutral bus. DISTRIBUTION EQUIPMENT 1 6400-1 DISTRIBUTION EQUIPMENT 16400-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County 2.02 TRANSFORMERS A. The following specifications and standards are incorporated into and become a part of this specification: 1. Underwriter's Laboratories, Inc. Publications 506. 2. National Electrical Manufacturer's Association Publication ST-20. 3. American National Standards Institute Publications C-57, e-89.2. B. Products of General Electric, Cutler Hammer/Eaton, Square 0, or Siemens which comply with these specifications are acceptable. C. Transformers shall be self-cooled, rated for continuous operation at rated 'to/A, 24 hours per day, 365 days per year with normal life expectancy. Transformers shall be rated for average temperature rise by resistance of 150 degrees e. in 40 degrees C. maximum ambient, 30 degrees C. average ambient unless otherwise indicated. Transformer insulation system shall be UL rated as 220 degrees e. system. Sound rating shall not exceed NEMA and ANSI standards for the 'to/A rating. Internal vibration dampening shall be provided on all transformers. D. Transformer enclosures shall be open, ventilated, drip-proof with removable front and rear cover panels, suitable for floor mounting, for transformers rated 30 'to/A and up. For transformers up to 25 'to/A, transformers shall be totally enclosed, non-ventilated with a resin encapsulated core and coil and drip-proof housing. Provide rain shields where mounted outside. All openings for exterior transformers shall be provided with expanded metal covers. E. Primary ratings shall be 480 volts, 3 phase, 3 wire. Secondary service shall be 230/115 volts with center tap, 3 phase, 4 wire delta. Nominal impedance shall be 4.5 percent minimum. Single phase transformers shall be rated 480 volt primary, 230/115 volt secondary. F. Core assemblies and the center ground connection point of the coil secondaries shall be grounded to their enclosures by adequate, flexible ground straps. Provide grounding lug at the strap to enclosure bonding location for connection of three conductors. G. Dry type transformers larger than 15 kva shall be floor mounted. Installation shall meet the requirements of N.E.C. Article 450. Transformers shall be mounted on neoprene, waffle type vibration pads 5/8" thick minimum. Primary and secondary connections shall be made with flexible conduit. The secondary windings of each transformer shall be grounded in accordance with the NEe requirements for separately derived systems. H. Do not install equipment over transformers, unless indicated on the drawings. Install secondary overcurrent protective device within 10 feet horizontally from II t il :1 II !I II I :1 il il il II II II II :1 ,I il I ,I II S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County the transformer. Where none is indicated on the plans, provide an enclosed circuit breaker within 10 feet rated 125 percent of the transformer full load ampacity but not greater than the secondary conductor ampacity. Provide full working clearances as required by the NEC. 3.03 PANELBOARDS A. The following specifications and standards are incorporated into and become a part of this specification: 1. Underwriter1s Laboratories, Inc. Publications 50,67,489. 2. National Electrical Manufacturer1s Association Publications PB-1, AB-3. B. Products of Square D, GE, Siemens, or eutler-Hammer which comply with these specifications are acceptable. C. All panels and circuit breakers shall be UL listed and bear a UL label. Panels shall be of the dead front safety type. Provide panels complete with factory assembled circuit breakers connected to the bus bars. Number all panelboards in the following sequence: Circuits 1 and 2 - Phase A; circuits 3 and 4 - Phase B; circuits 5 and 6 - Phase C. D. All bus bars shall be copper. Main lugs and main breaker shall be UL approved for copper or aluminum conductors and shall be of a size range for the conductors indicated on the drawings. Each panel shall contain a full size grounding bus and, when required, a full size insulated neutral bus. The neutral and ground busses shall have a sufficient number of lugs to singularly terminate each individual conductor requiring a connection. The ground bus shall be bolted to the panel enclosure, but not attached to the panel interior. Where designated, each "space' shall include all bussing, device supports and connections for future breaker installation. Where indicated, provide sub-feed or through-feed lugs and increase box height to provide additional cable bending space; lug size shall match ampacity of mains. E. Branch circuit panel board width shall be between 20 and 22 inches; depth shall be 5 3/4" maximum. Distribution panelboard width shall be 32" minimum and depth shall be 14" maximum. Provide gutters and bending space to conform with the NEC. Key all panels throughout the project alike. Where two section panels are required, provide a fully rated bus for each section with interconnecting copper conductors of ampacity equal to the rating of the main bus. F. Circuit breakers shall be quick-make, quick-break, thermal magnetic type bolted to the bus. Multi-pole breakers shall be common trip and common reset type; tie handle connections are not acceptable. Interrupting ratings on 208 volt systems shall be 10,000 RMS symmetrical amps minimum and on 480 volt systems shall be 14000 RMS symmetrical amps minimum; provide higher ratings when DISTRIBUTION EQUIPMENT 1 6400-3 DISTRIBUTION EQUIPMENT 16400-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County indicated on the drawings. Provide the following when specified, indicated on the drawings, or required by the NEC: 1. Ground fault interrupting circuit breaker (GFI). 2. Handle lock-off device for equipment as indicated. G. Mount panelboards with top circuit not more than 61-611 above finished floor. Mount in motor control center. H. Provide in each panel board a typewritten circuit directory mounted under clear plastic in metal holder in the door of the panel reflecting all field changes and additions. Install push-in knock-out closure plugs in any unused knock-out openings. 4.04 MANUAL MOTOR STARTERS A. Manual motor starter shall be manually operated, trip free switching device with motor running protection overload elements in each ungrounded conductor of the motor circuit. Overload protection shall be melting allyo of bi-metallic manual reset type. B. Manual starters installed in finished spaces shall be provided in flush mounted enclosures. Those exposed to the weather shall be provided with NEMA 4X enclosures. All other enclosures shall be NEMA one type. END OF SECTION 16204 I I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 16600 - MANUAL TRANSFER SWITCH PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. The work required under this section of the specifications consists of the installation of a manual transfer switch for use with an owner provided generator. All materials and devices which are an integral part of this system shall be provided under this section of the specifications. B. Definition: 1. Manual Transfer Switch (MTS): A manual transfer shall have two interlock molded case circuit breakers with service label. 1.03 QUALITY ASSURANeE A. The following specifications and standards are incorporated into and become a part of this specification by reference. 1. National Fire Protection Association (NFPA): a. NFPA-70 National Electrical Code b. NFPA-110 Emergency and Stand-By Power Systems B. Acceptable Manufacturers: Products of the following manufacturers, which comply with these specifications, are acceptable: 1. Transfer Switches (Circuit Breaker Type): a. eutler-Hammer b. GE c. Thompson d. Square 0 C. Coordination: 1. Review shop drawings submitted under this and other sections, as well as other divisions, to insure coordination between work required among different trades. Coordinate the installation sequence with other contractors to avoid conflicts and to provide the fastest overall installation schedule. eoordinate installation with architectural and structural features, MANUAL TRANSFER SWITCH 16600-1 MANUAL TRANSFER SWITCH 16600-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabil~ation of 2nd Street Pump Station Augusta-Richmond County equipment installed under other sections of the specifications, and electrical equipment to insure access and to insure clearance minimums are provided. 1.04 SUBMITTALS A. Manufacturer1s Product Data: 1. Submit material specifications and installations data for products specified under Part 2 - Products to include: a. Transfer switches B. Shop Drawings: Submit shop drawings to indicate information not fully described by the product data to indicate compliance with the contract drawings. Submittals containing less than the information listed below will be rejected. 1 . Shop drawings for the transfer switch shall contain not less than the information listed as follows: a. Withstand rating in RMS symmetrical amperes. C. Quality and Service: 1. All materials and parts of the EPSS shall be new and unused. Each component shall be of current manufacture from a firm regularly engaged in the production of such equipment. Units and components offered under these specifications shall be covered by the manufacturer1s warranty for a minimum of one year from date of Owner acceptance of the project on a new machine, a copy of which shall be included in the shop drawings submittal. Warranty shall be complete parts and labor warranty for time specified. PART 2 PRODUCTS 2.01 TRANSFER-SWITCH A. Transfer switch shall be rated at not less than as indicated on the drawings at rated voltage. Transfer switch shall be rated and marked for total system load. B. Transfer switch shall be the manual type, using interlocked circuit breakers, service rated. C. Transfer switch shall be wall mounted in a NEMA one enclosure. Enclosure shall have hinged door with three point latching and factory installed key locking enclosure door. I I I I I I I I I I I I I I I I I , I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County D. All switch and contacts, coils, springs and control elements shall be removable from the front of the transfer switch without removal of the switch panel from the enclosure and without disconnecting power conductors or drive linkages. Control and sensing relays shall be continuous duty industrial type with minimum contact rating of ten amps. E. Transfer switch shall be rated to withstand in RMS symmetrical amperes not less than the available symmetrical RMS amperes when protected by the circuit protective device. F. Provide phase failure, under voltage, phase reversal relay to monitor output voltage. Connect auxiliary contact and extend to SCADA system for remote alarm. PART 3 EXECUTION 3.01 TRANSFER SWITCH INSTALLATION A. Wall mounted transfer switch(es) shall be installed with top of switch no more than seven feet above finished floor. Locate transfer switch (es) to provide working clearance and full accessibility as required by the National Electrical Code. B. Lace and group conductors installed in transfer switch with nylon tie straps. Only one conductor shall be installed under terminals. Form and train conductors in enclosure neatly parallel and at right angles to sides of box. Uninsulated conductor shall not extend beyond one-eights inch from terminal lug. Conductors shall be installed such that no stresses are transferred to terminal lugs. C. Mounting and Support 1 . Mounting a. Enclosure shall be secured to structure by a minimum of four (4) fastening devices. Transfer switches 400 amps and larger shall be secured by a minimum of eight (8) devices. A 1.5 inch minimum diameter round washer shall be used between head of screw or bolt and enclosure. b. Enclosures shall be mounted where indicated on the drawings or specified herein. Support from the structure with fastening device specified. c. Attach enclosure directly to masonry, concrete, or wood surfaces. d. Mount enclosure on metal channel (strut), which is connected to structure with fastening device specified, for installations on steel structure, sheet metal equipment enclosure, or sheet rock walls. e. Where enclosure is not indicated on a wall or structure, construct a metal channel (strut) free standing frame secured to floor, pad, or other appropriate building structure. MANUAL TRANSFER SWITCH 1 6600-3 MANUAL TRANSFER SWITCH 16600-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County f. Do not splice conductors in enclosure. Where required, install junction box or wireway adjacent to transfer switch and splice or tap conductors in box. Refer to number of conductors in a conduit limitation defined in the WI RES AND CABLES section of the specifications and do not exceed. g. Conductors not terminating in transfer switch shall not extend through or enter transfer switch enclosure. h. Install push-in knock-out closure plugs in any unused knock-out openings. i. Cleaning and Adjustment 1) After completion, clean the interior and exterior of dirt, paint and construction debris. 2) Touch up paint all scratched or marred surfaces with factory furnished touch up paint of the same color as the factory applied paint. END OF SECTION 16600 \1 I (I :1 t II I II I I I :1 I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 SECTION 16700 - MOTOR CONTROL CENTERS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.02 SUMMARY A. The work required under this section of the Specifications consists of the installation of all Motor Control Centers for use on systems 600 volts and below. All materials and devices which are an integral part of the Motor Control Center shall be provided under this section of the specifications. B. Definition: Motor Control eenters are floor mounted assemblies of one or more enclosed vertical sections having a common horizontal power bus and primarily containing combination Motor Control Units. Units are mounted one above the other in the vertical sections, with power supplied to the individual units by . vertical power busses. The words motor control units, starters, and motor controllers are used synonomously in these contract documents. 1.03 QUALITY ASSURANCE A. The following specifications and standards are incorporated into and become a part of this Specification by reference. 1. National Electrical Manufacturers Association (NEMA) Standards: ICS-1 General Standards for Industrial Control and Systems ICS-2 Industrial Control Devices, Controllers and Assemblies ICS-3 Industrial Systems ICS-4 Terminal Blocks for Industrial Control Equipment and Systems IcS-6 Enclosures for Industrial Controls and Systems 2. Underwriters Laboratories, Inc. (UL) Publications: UL 198.2 High Interrupting Capacity Fuses, Current Limiting Type UL 198.4 Class R Fuses UL 508 Industrial eontroJ Equipment UL 845 Standard for Motor Control Centers 3. National Fire Protection Association (NFPA) NFPA 70 National Electrical Code 4. American National Standards Institute (ANSI): C97.1 Low Voltage Cartridge Fuses, 600 Volts or Less MOTOR CONTROL CENTERS 1 6700-1 MOTOR CONTROL CENTERS 16700-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 B. Acceptable Manufacturers: Products of the following manufacturers, which comply with these specifications, are acceptable. 1. Motor control centers and controllers: a. Square 0 b. GE c. Siemens d. Cutler-Hammer C. Equipment Dimensions 1 . Dimensions indicated on the drawings are maximum allowable and shall not be exceeded. Where motor control centers of acceptable manufacturers listed exceed the maximum dimensions, products of such manufacturers shall not be acceptable. D. Coordination 1 . Review shop drawings submitted under this and other sections, as well as other divisions, to ensure coordination between work required among different trades. eoordinate the installation sequence with other contractors to avoid conflicts and to provide the fastest overall installation.. schedule. Coordinate installation with architectural and structural features, ... equipment installed under other .sections of the specifications and electrical equipment to insure access and so that clearance minimums are provided. 1.04 SUBMITTALS A. Refer to basic electrical requirements section for submittal requirements. B. Manufacturer1s Product Data: 1. Submit material specifications and installation data for products specified under Part 2 - Products to include: a. Motor controllers b. Motor control centers e. Shop Drawings: Submit shop drawings to indicate information not fully described by the product data to indicate compliance with the contract drawings. 1. Include electrical characteristics and ratings for each motor control center with dimensions, mounting, bus material, voltage, bracing, ampere rating, mains, poles and wire connection, and any accessories. II (I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 1 0/02 11 2. Include bussing diagram indicating each bussing motor control unit, circuit breaker, or fused switch position. 3. Provide a schedule indicating motor control unit type, or trip and size, poles, frame type, fuse size and type, and interrupting capacity. 4. Identification designation schedule. :1 ~I D. Record Drawings - Include in each set: 1. Three sets of motor control center manufacturers product data and shop drawings indicating all post bid revisions and field changes. 2. A schedule of each motor's actual full load nameplate rating and NEMA design with the selected overload heater catalog number and current range. (I PART 2 - PRODUCTS il il 2.01 GENERAL A. Furnish all materials specified herein. il :1 il :1 I B. Motor control center, motor control units, circuit breakers, and fused devices shall be UL listed and bear the UL label. C. The type of enclosure shall be in accordance with NEMA standards for Type 1.,: gasketed construction. All enclosing sheet steel, wireways and unit doors shall be gasketed. D. The motor control center shall be suitable for operation on a 480 volt, 3-phase, 3 wire, 60 Hz system. E. Motor control center wiring shall be NEMA Class I, type B. 2.02 STRUCTURE ARRANGEMENT . . A. Motor eontrol eenter shall consist of free-standing, standardized vertical sections. Maximum overall dimensions, not to be exceeded, shall be as indicated on the drawings. I B. Each section shall contain continuous horizontal and vertical wireways. The horizontal wireway shall be located at the top of the section. Vertical wireways shall be provided adjacent to each unit. All wireways shall have provisions for cable supportl shall be isolated from the bus bars and shall be accessible through hinged doors held closed by captive screws. . . . . C. Adequate space for conduit and conductors entering the top or bottom, in accordance with the National Electrical Code, shall be provided without structural interference. Conductors shall be safely accessible without disrupting service. . . MOTOR CONTROL CENTERS 16700-3 . . MOTOR CONTROL CENTERS 16700-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of ~ Street Pump Station Augusta-Richmond County Revised 10/02 D. Individual sections shall be assembled to form a totally enclosed deadfront, front accessible motor control center, as indicated on the drawings. E. Motor control center design shall permit the future installation of matching vertical sections without the need for transition sections. 2.03 BUS ARRANGEMENT A. Each vertical section shall contain a continuous three-phase bus, rated as shown on the drawings. Vertical busses shall be connected to the main horizontal bus. B. A continuous, three-phase, main horizontal bus, rated as shown on the drawings, shall be provided for the distribution of power to the vertical busses. The main bus shall be located in the upper part of the structure. C. All non-current-carrying parts of the control center shall be grounded through the use of a continuous horizontal ground bus connected to vertical ground busses in each section. Ground bus rating shall not be less than 25% of main bus rating. Bus design shall include feature that for any plug-on unit the ground bus stab shall make contact with the ground bus before the power bus contact is made. D. All busses shall be tin-plated copper, rated for a 50 degrees C. temperature rise above a 40 degrees C ambient. The minimum bus bracing, in RMS - symmetrical-amperes, shall be 22,000 A. Busbars shall be isolated and insulated with polyester boards front and back. E. A front accessible main lug compartment shall be provided for incoming line termination. Lugs shall be suitable for terminating the size and quantity of conductors as indicated. The compartment shall be located in the unit space shown on the drawings and shall have a hinged door held closed by captive screws. Doorshall have provisions for a padlock. F. Surge protection shall be fuse protected, rated for service voltage, 700 volts line to neutral clamp voltage, 1200 volts line to clamp voltage, 160 KA rated. Mount in motor control center section. Provide a separate grounding conductor, NO.6. AWG copper, in conduit from surge protectors to ground bus. 2.04 UNIT CONSTRUCTION A. Combination magnetic starters shall be installed in removable units constructed in basic heights of 12" or multiples thereof. Each unit shall be isolated from others on structure. Connection to vertical bus for NEMA size five across the line starters and smaller shall be made with draw out stab type connection. \1 S&P Project No. G124 0101 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 [I Each plug-in type unit shall have a provision for positive horizontal and vertical alignment. Provisions shall also be included for positive ground connections through plug-in facilities. Each magnetic starter shall contain an overload relay in each phase, three in all. .Each unit shall contain separable control terminal blocks and separable power terminal blocks to permit removal of unit without disturbing control wiring. :1 ;1 :1 :'1 I I ,I I I :1 I I I I I I I I B. Magnetic starters shall be the combination type with motor circuit protectors. UL listed interrupting rating of motor circuit protectors shall not be less than 22,000 amps. C. Individual starter doors and individual overcurrent device doors shall be interlocked to prevent door from being opened until switch is in "OFF" position. However, a "cheater screw" or other inconspicuous means'shall be provided to permit access to energized starter, by authorized personnel. An interlock contact shall be provided within the starter to open control circuit to magnetic starter when device handle is in the open position. A door activated interlock switch is not acceptable. D. Each magnetic starter shall be provided with HOA switch, as indicated on the drawings. Provide each magnetic starter with a "RUN" and an "OVERLOAD" pilot lamp. Control devices shall be of oil tight construction and shall be mounted on a removable panel on the unit door. Identify each. control device with a metal tag or plastic laminated label. E. Overload heaters shall be solid state. type and manually reset type shall be selected in accordance with full load rating of motors actually furnished. Relay switching mechanism shall be single pole, double throw with normally open position connected to operate a door mounted, oil tight blue pilot lamp to indicate starter has tripped on overload. F. Control voltage for magnetic starters shall be 120 volts obtained from a individual control power transformers in each magnetic starter. Each control power transformer shall be fused. G. Provide contacts in magnetic starters to provide interlocking control sequence of operation specified. Provide one normally open and one normally closed spare auxiliary contact in each starter. H. Starter sizes are based on design conditions using horsepower ratings of motors indicated on drawings. If motors actually furnished have horsepower ratings other than those indicated, motor starters and feeders shall be adjusted in accordance with the rated horsepower at no additional cost to the Owner. I. Provide, where indicated, molded case circuit breakers for feeder protection. All circuit breakers shall have UL interrupting rating of not less than 22,000 amps. MOTOR CONTROL eENTERS 16700-5 MOTOR CONTROL CENTERS 16700-6 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 2.05 REDUCED VOLTAGE MAGNETIC STARTER, SOLID STATE TYPE (RVSS) A. Reduced voltage magnetic starter shall be a NEMA size rated for use with the horsepower as shown on the drawings, three phase 460 volt squirrel cage induction motor. The reduced voltage magnetic starter shall be of the solid state type using SCR1s to provide reduced voltage starting with high starting torque and smooth stepless acceleration to full speed. Maximum motor in-rush current during starting shall be 250% of normal motor full load amps. Acceleration shall be set for 30 seconds from start to full voltage. Provide RVSS starters in motor control center construction where shown on drawings. Provide 'shorting' contactor for run operation. B. Current sensing for motor overload shall be electronic type set at 115% of normal motor full load amps. The electronic overload device shall allow for motor starting current up to 350% of motor full load amps for not more than 40 seconds. Overload beyond limits specified herein shall trip the motor control circuit in less than 1 Hz. The electronic current sensing device shall also provide phase imbalance protection to remove the motor from the line should voltage levels be unbalanced more than 7-1/2% phase failure; phase reversal, and undervoltage protection. The control system shall also remove the motor from the line within 45 seconds should the motor become stalled for any reason. C. Control power shall be 120 volts AC from internal control power transformer. Control power transformer shall have both primary and secondary fuses. The electronic control shall contain pilot lamps to indicate the following: 1 . Control Power On 2. Trip Condition Due to Load Unbalance 3. Trip Condition Due to Overload or Locked Rotor D. Reduced voltage starter shall be combination type with motor circuit protector. Interlock operating handle of switch shall be interlocked with compartment door to prevent access unless switch is in the open position; however, provide an inconspicuous defeater mechanism to allow access to energized starter by authorized personnel. The switch shall contain an interlock contact to de-energize the starter control system when switch is in the open position. Door activated interlock is not acceptable. E. An oil-tight pilot lamp indicating motor running shall be mounted on the compartment door. Provide Hand-Oft-Auto switch in cover of starter unless otherwise shown. Provide elapsed time meter in cover of stater, digital up to 99999.9 hours. Provide auxiliary contacts for control scheme as specified. Provide additional pilot lamps, reset buttons and relays in starters as shown on the drawings. 2.06 AUXILIARY EQUIPMENT - I I I I I I I I I I I I I I I I I I I S&P Project No. G124 0101 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 A. Identification: 1. The motor control center, each magnetic starter, each feeder protective device, and each auxiliary equipment item shall be provided with an engraved plastic nameplate approximately 111 x 311 permanently attached to the unit exterior door with self-tapping screws. 2. Refer to the basic electrical requirements section of these specifications for nameplate requirements. 3. Submit complete schedule with the shop drawings listing all nameplates and information thereon. PART 3 - EXECUTION 3.01 INSTALLATION A. eontrol and power circuits shall terminate in respective section in which starter is located. B. Lace and group conductors installed in motor control center with nylon tie straps. Only one conductor shall be installed under each terminal. Form and train conductors in enclosure neatly parallel and at right angles to sides of box. Uninsulated conductor shall not extend beyond one-eighth inch from terminal lug. C. Do not splice conductors in motor control center. Where required, installed junction box adjacent to enclosure and splice or tap conductors in box.' Refer to number of conductors in a conduit limitation defined in the wires and cables section section of the specifications and do not exceed. D. eonductors not terminating in motor control center section or unit shall not extend through or enter the section or unit. E. Maintain conductor phase color code requirement described in the wires and cables section of the specifications. 3.02 CLEANING AND ADJUSTMENT A. After completion, clean the interior and exterior of dirt, paint and construction debris. B. Touch up paint all scratched or marred surfaces with factory furnished touch up paint of the same color as the factory applied paint. C. Select and install overload heaters based on the full load current of the motor actually installed. All heaters in a starter shall be of the same size. D. Adjust motor circuit protector settings and solid state OL relays in accordance with the manufacturers recommendations to sustain rotor motor current. MOTOR CONTROL CENTERS 16700-7 MOTOR CONTROL CENTERS 16700-8 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County Revised 10/02 3.03 FIELD QUALITY CONTROL A. Contractor shall verify in the field that all factory-made connections and terminations are torqued to manufacturer's recommended tolerances. END OF SECTION 16700 II II I 11 J ,I I I I , I I , I I I I I I I I , I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County SECTION 16900 - TESTING 1.01 GENERAL A. All tests are to be conducted in the presence of the owner's representative. B. Prior to energizing the electrical circuits, the tests shall be performed as specified. Unless otherwise specified, a 1000-Volt megohmmeter shall be used for resistance measurements. Wiring and equipment not measuring up to minimum insulation resistance required by the Underwriter's Laboratory regulations shall be put in good condition at the Contractor's expense. C. The contractor shall, in the presence of the owner or his authorized representative, run preliminary trials of the equipment connected by him. These trials or tests shall consist of, but not be limited to, checking motor rotation, checking all interlock circuitry for correct operation and checking all equipment connected by him for proper operation. D. All results from tests, preliminary trials and final acceptance tests shall be documented by the Contractor and turned over to the engineer at the completion of the job. Three copies of complete test results are required. The measurements of the tests shall be recorded. E. Any wiring installation or connection errors discovered during the test and/or trials shall be corrected by the eontractor at his own expense. Any equipment, materials or components damaged or destroyed as a result of improper installation or connection by the Contractor shall be replaced by him at his own expense. 1.02 INSULATION RESISTANCE MEASUREMENTS A. General: General insulation resistance measurements shall be made on conductors and energized parts of electrical equipment. Minimum acceptable values of insulation resistance shall be in accordance with the applicable ICEA, NEMA, or ANSI standards for the equipment or material being tested, unless otherwise specified. The ambient temperature at which insulation resistance is measured shall be recorded on the test form. B. Conductor and Cable Tests: The phase-to-ground insulation resistance shall be measured, for all circuits 120 Volts and above except lighting circuits. Measurements may be made with motors and other equipment connected. Insulation resistance shall be recorded in a format similar to Form 16900-A. Insulation with resistance of less than 10 megohms is not acceptable. TESTING 16900-1 TESTING 16900-2 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County C. Motor Tests: The installed Motor Test Form, 16900-B, shall be completed for each motor after installation. All motors shall have their insulation resistance measured before they are connected. Motors 50 HP and larger shall have their insulation resistance measured at the time of delivery as well as when they are connected. Insulation resistance values less than 10 megohms are not acceptable. 1.03 FUNCTIONAL CHECKOUT A. Prior to energization of equipment, the Contractor shall perform a functional checkout of the control circuit. Prior to functional testing, all protective devices shall be adjusted and made operative. Checkout shall consist of energizing each control circuit and operating each control, alarm or malfunction device and each interlock in turn to verify that the specified action occurs. Contractor shall submit a description of this proposed functional test procedures prior to the performance of functional checkout. B. The Contractor shall verify that motors are connected to rotate in the correct direction. Verification may be accomplished by momentarily energizing the motor, provided the Contractor confirms that neither the motor not the driven equipment will be damaged by reverse operation. C. The eontractor shall cooperate with the Engineer in performing final inspections. Panel covers shall be removed, doors opened, etc. at the direction of the engineer to facilitate checks and inspections. All equipment opened or disturbed shall be returned to operational condition after the inspection and approval. 1.04 GROUNDING SYSTEM TESTS A. The Contractor shall test each grounding connection to determine the ground resistance. The grounding test shall be IEEE Standard 81. A plot of ground resistance readings for each isolated ground rod or ground mat shall be provided to the Owner on 8 1/2 X 11 inch size graph paper. The current reference rod shall be driven at least 100 feet from the ground rod or grid under test. The measurement shall be made at 1 a-foot intervals beginning 25 feet from the test electrode and ending 75 feet from it, in direct line between the ground rod or center of grid and the current reference electrode. B. A grounding system that shows greater than 2 ohm resistance for the flat portion of the plotted data shall be considered inadequately grounded. The Contractor shall add additional parallel connected ground rods and/or deeper driven rods until the ground resistance measurements meet the 2 ohm requirement. Ground rods required over that specified will be paid for I J I I I I I I I I I I I I I I I I I - I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County as extra work. Use of salts, water, or compounds to attain the specified ground resistance is not acceptable. 1.05 RECORD DRAWINGS A. Record drawings refer to those documents maintained and annotated by the Contractor during construction include record drawings, and the following additional schedules, lists, and drawings: Interconnection Diagrams Original Submittal Drawings B. The Contractor shall reserve one complete set of electrical prints for as-built drawings. Any approved deviation from the contract plans shall be recorded on these prints by the Contractor. As-built drawings will be reviewed on the last working day of each month by the Engineer or his authorized representative. C. The Contractor shall turn over all as-built drawing (record drawings) to thE; Engineer at the time of the final inspection. Forms 16900 A and B attached as part of this section. END OF SECTION 16900 TESTING 1 6900-3 TESTING 16900-4 I I I I I I I I I I I I I I I I I I I S&P Project No. G124 01 01 Rehabilitation of 2rd Street Pump Station Augusta-Richmond County FORM 16900-A WIRE AND CABLE RESISTANCE TEST DATA FORM Wire or Cable No.: Temperature, F Location of Test Insulation Resistance Megohms 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Certified Date: Contractor's Rep Witnessed Date: Owner's Rep il II ;1 ,I .1 ;1 II I I I I I I i I - - - - I - - S&P Project No. G124 01 01 Rehabilitation of 2nd Street Pump Station Augusta-Richmond County FORM 16900-B INSTALLED MOTOR TEST FORM Motor Equipment Number Date of Test Equipment Driven MCC Location Ambient Temperture Resistance: Insulation resistance phase-to-ground megohms: Phase A Phase B Phase C Current at Full Load: Phase A Phase B Phase C Thermal Overload Device: Manufacturer/catalog number Amperes Circuit Breaker MCP setting: Motor Nameplate Markings: Mfr. Mfr Type Frame H P Volts Phase RPM Service Factor Amps Freq Ambient Temp. Rating Design Letter (NEMA MG-1.16) Time Rating (NEMA 1-10.35) Code Letter Insulation Class Certified Date: Contractor's Rep Witnessed Date: Owner's Rep TESTING 1 6900-5 I I I I I I I I I I I I I I I I I - S&P Project No. G124-01-01 Rehabilitation of 2nd Street Lift Station Augusta Utilities Department ADDENDUM NUMBER 1 Rehabilitation of 2nd Street Lift Station PROJECT NO. 50260 Bid Item #02-206 Date: December 6, 2002 ITEM 1 - List of Approved Alternate Equipment The following equipment has been determined to be equal to the equipment named in the contract documents: Dry Pit Submersible Pumps 1. ABS Model AFP 2501 Rep: GPM Environmental Inc. John Dazey, 770.643.3659 2. U.S. FiIter/EMU Model FA25.93-411 Rep: Heyward Incorporated Craig Justice, 770.496.9808 3. Flowserve Model 8MSX20A Rep: Pumping Systems Incorporated Jeff Szwec, 770.458.9555 Sump Pump 1. Goulds Model 3885 Rep: GPM Environmental Inc. John Dazey, 770.643.3659 Note: Contractor shall be responsible for all additional modifications necessary to accommodate alternate equipment. No additional payment will be made for additional modifications. I ADDENDUM 1 Page 1 of 3 I I I I I I I I I I I I S&P Project No. G124-01-01 Rehabilitation of 2nd Street Lift Station Augusta Utilities Department ITEM 2 - Check valves Technical Specifications Replace: Section 15117, Elastomer Sleeve In-line Check Valves With: Attached Section 15116, Swing Check Valves. Plan Sheet Ml Replace note: RED VALVE SERIES 37 IN-LINE CHECK VALVE With note: NEW SWING CHECK VALVE ITEM 3 - Section 11066 - Dry Pit Submersible Pumps Paragraph 2.01 B, Conditions of Operation Replace: Minimum Spherical Solid Size: 5 inches - . - With: Minimum Spherical Solid Size: 4 inches Paragraph 2.01 D, Volute/Casing Replace: Volute discharge shall be minimum 10" diameter as measured on the inside diameter of the discharge flange opening. With: Volute discharge shall be minimum 8" diameter as measured on the inside diameter of the discharge flange opening. ADDENDUM 1 Page 2 of 3 I I I I I I I I I I I I I I I I I I I S&P Project No. G124-01-01 Rehabilitation of 2nd Street Lift Station Augusta Utilities Department ITEM 4 - Flow monitoring results Attached are the results of flow monitoring conducted on the dates indicated. The flow monitor was located at the influent to the wetwell. These results are included for information only, and no representation is made as to actual flow conditions at any future time. (Flow Monitoring charts will not be included as part of the Conformed Contract Documents). ADDENDUM 1 Page 3 of 3