Loading...
HomeMy WebLinkAboutCONTRACT BETWEEN AUGUSTA, GEORGIA AND GEARIG BROTHERS CIVILWORKS, LLC FOR DEANS BRIDGE ROAD MSW LANDFILL LEACHATE MANAGEMENT AND EARTHWORK (3) DEANS BRIDGE ROAD MSW LANDFILL LEACHATE MANAGEMENT AND EARTHWORK PACKAGE AUGUSTA. GEORGIA • NOTICE "All addenda items for Specifications and Drawings issued prior to the date of Bid opening have been incorporated into these Contract Documents." A "(1)" directly left of Specification Section number on the title page of a section indicates that section has been replaced or added by addendum. • A "1" in the text of a Specification Section indicates that an addendum item has been incorporated. Atlantic Coast Consulting, Inc. 7 East Congress Street, Suite 801 Savannah, Georgia 31401 (912) 236-3471 • ft invitation to Bid Sealed bids will be received at this office until Tuesday,May 22,2018 @ 3:00 p.m.for furnishing: Bid Rem#18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package-for Augusta,GA— Environmental Services Department Bids will be received by Augusta,GA Commission hereinafter referred to as the OWNER at the offices of: Geri A.Sams,Director Augusta Procurement Department 535 Telfair Street-Room 605 Augusta,Georgia 30901 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street— Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print The fees for the plans and specifications which are non-refundable Is$85.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online(www.augustabtue.com) at no charge through Augusta Blue Print(706 722-6488) beginning Thursday,April 12, 2018. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing,delivery of goods or services,or coordination with other work that is material to the successful completion of the project. A Mandatory Pre Bid Conference will be held on Friday,May 4,2018#10:00 a.m.in the Procurement Department,535 Teifair Street,Room 605. A Mandatory Site Visit will follow. All questions must be submitted In writing by fax to 706 821-2811 or by email to procbidandcontractteausustana,nov to the office of the Procurement Department by Tuesday, May 8, 2018 • 5:00 P.M. No bid will be accepted by fax, all must be received by mall or hand delivered. No bids may be withdrawn for a period of sixty(60)days after bids have been opened,pending the execution of contract with the successful bidder. A 1.0 % Bid Bond is required. A 100% performance bond and a 100% payment bond will be required for award. invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall indude • specifications prepared In accordance with Article 4(Product Specifications),and all contractual terms and conditions,applicable to the procurement. AN specific requirements contained in the invitation to bid including,but not Nmited to,the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not walveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta,Georgia Commission, Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail,fax or email as follows: Augusta Procurement Department Attn: Geri A.Sams,Director of Procurement 535 Telfair Street,Room 605 Augusta,GA 30901 Fax: 706-821-2811 or Emelt:procbidandcontract iaueusga ta.s ov No bid will be accepted by fa;all must be received by mail or hand delivered. GERI A.SAMS,Procurement Director Publish: Augusta Chronicle April 12,19,26,May 3,2018 Metro Courier April 12,2018 Janice Allen Jackson Administrator Lori Videtto Environmental Services Department • Revised: 2/19/2016 • Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 CO 3:00 p.m. Pace 2 of 15 I• INST1tUCTIONSTOSUBMIT 1.7 Minority/Women Business Enterprise(MWBE)Policy: Court Order Enjoining Race-Based Portion of DBE 1.1 Purpose:The purpose of this document is to provide Program Augusta, Georgia does net have a race or general and specific information for use by vendors in gender conscious Disadvantaged Business Enterprises submitting a bid to supply Augusta, Georgia with (DBE)program for projects having Augusta, Georgia equipment, supplies, and or services as listed above. as the source of funding. Augusta does enforce All bids are governed by the Augusta,Georgia Code. mandatory DBE requirements of federal and state agencies on contracts funded by such agencies and 1.2 Viewing the Augusta Code: Ail bids are governed and has a DIE Program to comply with U.S. Department awarded in accordance with the applicable federal and of Transportation (DOT), Federal Transit state regulations and the Augusta, Georgia Code. To Administration(FTA),Federal Aviation Administration view the Code visit Augusta's website at (FAA) and other federal and state mandated DBE a u. gtaCode�v or requirements for certain DOT, FTA, FAA, and other .11Wwer attStiJltpMlindetiwtriUtncFl�ttD67�S federal and state assisted contracts as required by 49 C.F.R. Part 26, et. seq. and/or 49 C.F.R. Part 23, et. seq. This DBE program is only for DOT, FTA and FM 1.3 Compliance with laws:The Proponent shall obtain and assisted contracts and other federal or state funded contracts having mandatory DBE requirements. (See maintain all licenses, permits, liability insurance, Article 23 of the Augusta,GA.Cade.) workman's compensation insurance and comply with any and all other standards or regulations required by Augusta, Georgia prohibits any language in any federal,state or Augusta, Georgia statute, ordinances solicitation, bid or contract that is inconsistent with and rules during the performance of any contract between the Proponent and Augusta, Georgia. Any the July 21, 2011 Court Order In the case, Thompson such requirement specifically set forth in any contract Wrecking, Inc. v. Augusta Georgia, civil action No. 1 document between the Proponent and Augusta, 07"CV'O19. Any such language appearing to any Georgia shall be supplementary to this section and not Augusta, Georgia solicitation, bid or contract is void in substitution thereof. and unenforceable. 1.4 Bid's for AN or Part Unless otherwise specified by A copy of this Order can be reviewed at • Augusta,Georgiaor by the proponent,AUGUSTA, wru[w at;crtrsissnux draw home page. GEORGIA RESERVES THE RIGHT TO MAKE AWARD ON 1.8 Augusta, Georgia License Requirement: For further ALL ITEMS,OR ON ANY OF THE ITEMS ACCORDING TO information, contact the License and Inspection THE BEST INTEREST Of AUGUSTA,GEORGIA. Department#706 312-5050. Proponent may restrict his bid to consideration in the aggregate by so stating,but must name a unit price on General Contractors License Number: if applicable,in each item submitted upon. accordance with O.C.G.A. §43-41, or be subjected to 1.5 All protest shah be made in writing to: penalties as may be required by law. Attn: Geri A.Sams Utility Contractor License Number: If applicable, In Director of Procurement accordance with O.C.G.A. §43-14, or be subjected to 535 Telfalr Street,Room 605 Augusta,GA 30901 penalties as may be required by law. Fax: 705-821-2811 or Email: 1.9 Terms of Contract:(Check where applicable) procbidaridcontract eu tata.etnr [)(A)Annual Contract ) 1.6 Local Vendor Preference:The Local Vendor Preference [)((B)One-time Purchase. policy shall only be applied to projects of one-hundred 0(C)Other thousand dollars($100,000)or less and only when the lowest local qualified bidder Is within 10%or$10,000, whichever is less of the lowest non-local bidders. Revised 2/11/2016 Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 i)3:00 p.m. Page 3of15 • S • r `ice • fi > 't A NtTIC to' ALL VErsTD- - t . FULLY) ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS At hi !t B<is a consolidated document consisting of: '!. BuStess.PsefSte Number qui mer It(mast be;pravided) 2. Acknowledgement of Addenda{must be acknowledged,If any) 3. .Siakt.tnek of 4. Non.-0,keeket Affidavit of Pry Proponent/Offeror 5. CoCt 6. Co AfflitaV.issa- ent.(E-Ver fy User.I Number must be provided) they.do the X fi kms; o ea: r'�t� , R: � ,. • ,. � est- ` , be provided on :Page 1 of Attighmeht 13; yourGovernmentalentity( f tin :r )does not require license, your company will teotitrec) t0:obtain a ilidarkald Cote*busineas'license if awwded a contract For further information, contact the License and inspection Department©706:312-5050. 6020511101m$01446000 You 1,11 acknowledge all Addenda. See Page 1 of Attachment B. ,3�9 .: i ll , 1 ai Aiz' I.Q. ( r!'1�Pa1 )the tt1i`f1 awarded vendor wil be required to provideacopyofH s M , Of VhdolOiehigng;(MOt ) Adl3tl Verifying Status for Augusta Benefit Application(S.A.y .pronoun)(Must Be Ibtornett With Y.°,14!S : Return Only_N Anollc llie: 1. The Exception Sheet(if applicable) 2. Local Vendor Registration(If applicable) The successful proponent will submit the following forms to the Procurement Department no later than five(5)days after receiving the"Letter of Recommendation" (Vendor's letter will denote the date forms are to be received 1. Georgia Security and Immigration Subcontractor Affidavit 2. Non-Collusion Affidavit of Sub-Contractor WARNING: Please review"Notice to Proponent" regarding Augusta Georgia's Local Small Business Opportunity Program Proponent Requirements. Vendors are cautioned that acquisition of bid documents through any source other than the office of the Procurement Department is not advisable. Acquisition of bid documents from unauthorized sources places the proposer et the risk of receiving Incomplete or inaccurate Information upon which to base his qualifications. Bids are publicly opened. It In your responsthility to ensure that your company has met the Specifications and Licenses'requirements prior to submitting a bid. Rev.8/6/2015 Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 @ 3:00 p.m. Page 4 of 15 • Attachment B You Must Complete and Return the 2 owes of Attachment B with Your Submittal. Document Must Be Nterizeti. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street,Suite 605 Augusta, Georgia 30931. Name of Proponent: Gearig Brothers Civilworks,LLC Street Address: 322 Grimaude Blvd. City,State,Zip Code: Grovetown,GA 30813 phi: 706-860-5981 Fax: 706-860-9639 Erred: ryanr@gearg.con Do You Have A Business License? • Yes: X No: Augusta,GA Business License#for your Company OW Provide): N/A And/or Your State/Local Business License#for your Company(Must Provide): 15345 Utility Contractors License#(Must Provide if aogiicable): UC301407 MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License I(Must Provide if souticable): Additional Specialty License#(Must Provide if atx►Ilceblp): • P10Th; Company must be licensed in the Governmental entity for where they do the majority of their business. if your Governmental entity (State or Local)does not require a busbies*license,please state above(Procurement wM verify),your company will be required to obtain a Richmond County business license if awarded a BID. For further Information regarding Augusta, GA license requirements,please contact the List 312-5050. the State.c that your�license:. e%-+il L ces`—•#{G Acknowledgement of Addenda:(#1) X :(#2) :(#3) :(#4) :(#5)__: (#6) :(#7) ;(#8) NOTE: CHECK APPROPRIATE BOXIE.I51-ADD ADDITIONAL NUMBERS AS APPLICABLE The undersigned understands that It Is the policy of August*,Georgia to promote full end equal business opportunity for all persons doing business with Augusta,Georgia The mrdersiemed covenants that we have riot discriminated,on the basis of race,religion,gender,national origin or ethnicky, with regard to prime contracting,subcontracting or partnering opportunities. The undersered covenants and agrees to make good faith efforts to ensue maximum practicable participation of local suet businesses on the proposal or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good fait efforts and beet small business subcorerectorisupplier utixat on. The undersigned further covenants and agrees not to engage In dura etirwtory conduct of any type against local email businesses,in conformity with Augusta, Georgia's Local Sinai Baskets* Opportunity Program. Set forth below is the signature of an officer of the proposedoontradirg entity with the authority to bind the entity. The undersigned admowiedge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the msxidnpn practicable opportunities to do business with this Company; That this promise of as made and set forth herein shag be continuing g In nature and shag remain In full force and effect without ktemiptiwn; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and Incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promisee of nondscrImination as made and set forth herein shall constitute a materiel breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, trrmkutlon of the contract, suspension and debarment from future contracting opportunities,and withholding and or forfeiture of compensation due and owing on a c ordrad. Non-Collusion of Prime Proponent By submission of a proposal,the vendor certifies,sunder penalty of perjury,that to the best of its knowledge and belief: (a)The prices fon the proposal have been arrived at Independently without ootlusion,consultation,communications,or agreement,for the purpose of restricting competitin,as to any matter relating to such prices aft any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to • opening,directly or indirectly,to any other vendor or to any competitor. (a)No attempt has been made,or we be made,by the vendor to induce any other person,partners,*or corporation to submit or not to admit a proposal for the purpose of restricting competition. Co luskxn and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 5 3:00 p.m. Page 5 of 15 Conflict of interest III By submission of a proposal,the responding firm certifies,under penalty of perjury,that to the best of its knowledge and belief: 1.No circumstances exist which cause a Conflict of Interest in performing the services required by this BID,and 2.That no employee of the County,nor any member thereof,not any public agency or official affected by this BID,has any pecuniary Interest in the business of the responding firm or his sub-consultant(s) has any interest that would conflict in any manner or degree with the performance related to this BID. By submission of a proposal,the vendor certifies under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the proposal have been arrived at Independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not knowingly been disclosed by the vendor prior to opening,directly or Indirectly,to any other vendor or competitor. c)No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision,the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee,commission,percentage,gift,payment or consideration. ContractotAffidavit and Agreement By executing this affidavit, the undersigned contractor verifies Its compliance with 0.C.G.A. § 13-10-91, stating affirmatively that the individual,firm,or corporation which is contracting with Augusta,Georgia Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L. 99-803], in accordance with the applicability provisions and deadlines established in 0.C.G.A§13-10-91. The undersigned further agrees that,should It employ or contract with any subcontractors)in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s)similar verification of compliance with 0.C.G.A§13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form.Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta,Georgia Board of Commissioners at the time the subcontractor(s)is retained to perform such service. Georgia Law requires your company to have an E-VerifyUser Identification Number(Company I.D.)on or after July 1,2009. For additional information or to enroll your company,visit the State of Georgia website: htlos:/!e-verifv.uscis.aov/enroll/ and/or http://www.dol.state.ga.us/pdf/rules/300 10 1.pdf **E-Verify* User Identification Number(Company I.D.) 226337 • NOTE; E-VERIFY USER IDENTIFICATION NUMBER(COMPANY I.D.)MUST BE PROVIDED: IN ADDITION,THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING(MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. Geafig Brothers Civilworks, LLC Company Nam BY: Authorized Officer or Agent (Contractor Signature) President ELIZABETH GERLACH Title of Authorized Officer or Agent of Contractor NOTARY PUBLIC RICHMOND COUNTY Travis Gearig State of Georgia Printed Name of Authorized Officer or Agent MN Commission Expires July 7,2020 SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 22 DAY OF MAY , 20 18 Elizabeth Gerlach gill NOTARY SEAL Notary Public My Commission Expires: July 7,2020 You Must Complete and Return the 2 pages of Attachment B with Your Submittal.Document Must Be Notarized. • REv.2/17/2016 Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 @ 3:00 p.m. Page 6 of 15 • G O R G I A You Must Complete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements(SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A.Section 50-36-1, I am stating the following with respect to my bid for an Augusta,Georgia contract for Bid Item 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package (178 Project Number and Project Name) Travis Gearig (Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity] Gearig Brothers Civilworks, LLC [Print/Type:Name of business,corporation,partnership,or other private entity) 1.) X I am a citizen of the United States. OR • 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien(8§ USC 1641)or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,fictitious,or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia. Signature of Applicant Travis Gearig Printed Name *Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 22 DAY OF MAY ,2018 Elizabeth Gerlach FLij„,j1i, 2 ELIZABETH GERLACH Notary Public NOTARY PUBLIC RICHMOND COUNTY State of Georgia My Commission Expires: July 7,2020 My Commission Expires July 7,2020 NOTARY S L 4110 Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL Rev.2/17/2016 Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 @ 3:00 p.m. Page 7 of 15 L;40 ocal Small Business Opportunity Program Ordnance participation of small businesses;and(c)agreement _ ,,.z z. :r not to engage in dtac►iminay of any type. 0Bidders(PLEW READ r~J►REULtn (Ii) Proposed. Local Smell Business Shall apply to l Bids regardless of the dollar amount Subcontractor/Supplier(Di) Documentation ballon of Plan. i In accordance with Chapter 108 of the AUGUSTA, GA. ( Documentation of Good Faith Efforts to use local small CODE, Contractors agree to collect and maintain all records Failure to submit the above documentation shall necessary to for Augusta, Georgia to evaluate the effectiveness of result in the bid beingdeclared non-responsive. ive. s Locords vaial n to m s Opportunity Prograami to make such (d)Post Contract Award Requirements.�Thnepurpose of reupon request. The this is to establish requirements for contractor requirements of the Local Small Business Opportunity Program can be found at ,00v. In accordance with AUGUSTA,GA, with the LSBOP after a cougust has been CODE,Contractors shad report to Augusta, Georgia the total dollars awarded. This Is incorporated into all Augusta, Georgia paid to each subcontractor, vendor, or other business on each a bcel small beakless goal has been contract, and snail provide such payment affidavits. regarding established or negotiated. payment to subcontractors,If any as required by Augusta,Georgia. (i) Contractors shall have an anted local Such utflZation reports shall be In the format specified by the ongoing obegatlon to meet or exceed the the cornuted local Director of ASnority and Small Business Opportunities,and shall be small tobGess goal for the duration of contract. The submitted at such times as required by Augusta, . Required Augusta,Georgia may deem a contractor to be in violation forms can be fotmd at www acv. If you need of ire LS8e s end in breach of is contract if at any time completing a form or fling Inform please contact the LSBO � detcontractorermines that Program office at(708)821-2406. Failure to provide such reports wig not meet the committed within the time period specified by Augusta, Georgia shall entitle local small business goals;and Augusta,Georgia to exercise any of the remedies set forth,Including (b) the reasons for the contractors tcontr ere but not amited to, withholding payment from the Contractor and/or within the contractor's control,For exempla, If a contractor collecting liquidated damages. does not meet the local small goal because the To print a copy of the Prime Contractor Data Collection Form or Or terrntrnata tical smallail business siness without cause visit ;/ if the contractor caused and local email business to Website: withdraw from the project without justification, then Augusta,Georgia S justified In finding the contractor to be 81'tA1L4.A N TO CTS Sioo,011lll&1,92M vlolatiorh of the LSBOP. Local Small Business Opportunity Program(Continued) {h)Compliance.(4) liec.1•9-129.Local small business opportunities program (4)The �'of minfor and smgll businessith participatbn opportunitles shall be responsible for evaluating good faith (a) Sealed Bids The followingeifots documentation and subcontractor Information procedures and contract submitted by bidders In conformance with,the AUGUSTA, requirements will be used to insure that local small GA.CODE and any State and Federal Laws applcable to . businesses we encouraged to participate In Augusta, any bid s for competitive sealed bid projects Georgia contracts,including but not limited to construction priorto award of the contract. contracts, requests for professional services and the performance of public works contracts. The Augusta, (I)CompetitiveBids. Nothing M this Policy is to be construed to require Georgia user department than Indicate goals for local Augusta,Georgia to award a bid contract to other than the small business in all solicitations for contracts over lowest r $100,000 In value: esponsible bidder, or to require contractors to award to subcontractors, or to make significant material (1) Bid conditions for contracts awarded by purchases from kcal small businesses who do not submit Augusta, Georgia will require that, where subcontracting the best overall pricing to Augusta,Georgia. goal is utilized hi performing the contract, the bidder or g- ,140,4)9.Exceptions—federally funded projects. proponent, will make Good Faith Efforts to subcontract In accordance with§1-10-8 and Chapter 100,the LSBOP with or purchase supplies from local small businesses.Bid shell only be utilized with federally funded projects, solidtdons or specifications will require the bidder or proponent to keep contracts as authorized by federal {and Georg) laws, copulation records of such efforts that are adequate to permit a and conditions applicable to such projects.To the extent that there determination of compliance with this requirement. are any conflicts between any such laws, regulations or conditions (2) Each bidder shaft be required to provide and the LSBOP, the federal (and Georgia) laws, regulations and documentation of achieving goal or provide documentation condition shall control. of Good Faith Efforts to engage local small businesses es subcontractors or suppliers, the names of keel smog tgat, All forms should be submitted In a separate, sealed businesses and other subcontractors to whom It Intends to snssfoPe labeled Loosi Small Business Retitatred Forms, award subcontracts, the dollar value of the subcontracts, Company's Name&Bid Number and the scope of the work to be performed, recorded on the form(s)provided or made available as part of the bid For ouest ons and or additional ktfornuttion pinata package. if there are no sub-contracting opportunities, contact: bidder shag so Indicate on the appropriate form. (6) Al lid documents shag require bidders or Ms.Kell(Irving, proponents to submit with their int( the following written Local Small Business Opportunity Program, documents, statements or forms, which shall be made 535 Telfair Street,Room 710, available by the Procurement Department. rata,Georgia 30901 (I) Non-Discxmination Statement which shall affirm the bidder's: (a) adherence to the policies of ( )821-2406. Augusta, Georgia relating to equal opportunity In contracting;(b)agreement to undertake certain measures Website: )ttolhodww.auqustag t ov/i#tde%.a§Ax?nide83 as provided in this policy to ensure maximum practicable RMsad 2-11-16 0 Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 to 3:00 p.m. Page 8 of 15 { Local Small. Business Goal The Local Small Business Opportunity Program provides for Local Small Business goals to be set on all applicable Augusta, Georgia procurements over $100,000 in value.' The Local Small Business goal for this procurement is: 10 0/0 All bidders or proposers shall submit the following with their bid or proposal as required by Augusta, GA Code § 1-10-129:2 1. Non-Discrimination Statement: As required by the Procurement document.3 2. Proposed Local Small Business Subcontractor/Supplier Utilization Plan. 3. Documentation of Good Faith Efforts to use local small businesses. • 4. Local Small Business Utilization document. Failure to submit the above documentation shall result in the bid or Proposal being declared non-responsive. 1 Even when a solicitation does not contain a Local Small Business goal (or the goal is set at zero), each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on its own accord. Self-performance does not exempt Bidders from Local Small Business Opportunity Program requirements unless the self-performer is a qualified and registered Local Small Business. All of the requirements of the Local Small Business Opportunity Program can be found in Augusta,GA Code,Chapter 10B. 2 Applicable forms are available on Augusta Georgia's Disadvantaged Business Enterprise website: www.augustaga.gov. 3 Only one Non-Discrimination statement is required"See Attachment B". Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bld Due:Tuesday,May 22,2018 3:00 p.m. Page 9 of 15 Local Shall Business O000rtunltv Program Reayiremant IIIAugusta, Georgia has adopted a race and gender neutral Local Small Business Opportunity Program (LSBOP). See Augusta, GA Code, Chapter 10B. Bidders are encouraged to carefully review the all of the requrements of the LSBOP which can be found on Augusta, Georgia's Disadvantaged Business Enterprise Department website (www,aua :ctov). All of the requirements of the LSBOP become covenants of performance upon award of this procurement. The LSBOP provides for Local Small Business (LSB) goals to be set on all applicable procurements over $100,000 in value and even when a solicitation does not contain a LSB goal, each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on Its own accord. Self-performance does not exempt Bidders from the LSBOP requirements unless the self-performer is a qualified and registered LSB. (See Augusta, GA Code§ 1-10-129). I. The ore-acrd i aulrr megts of the LSBOP are material cgnditfons of this orootwer rents A Bid shall be rejected if It is determined that a Bid fails to meet the required LSBOP requirements, including but not limited to, failing to provide the Required Pre-Award Bid Submittal documents, failing to provide commitments to achieve the applicable Project Specific LSB Goals (or the Bidder's documented Good Faith Efforts to do so). A Contractor's failure to carry out in good faith its Project Specific Goal commitments in the course of the Contract's performance shall constitute a material breach of the Contract and a violation of the AUGUSTA, GA CODE. If the breach is not cured within a reasonable amount of time, It may result in the termination of the Contract or such other remedies afforded by Federal, State or Local law. II. Good Faith Efforts. Pursuant to AUGUSTA, GA CODE SEC. 1-10-125(4)Good Faith Efforts shall be used by a bidder to seek Local Small Businesses to participate as a subcontractor or supplier. Such good faith efforts include, but are not necessarily limited to, the following actions: (a) Including qualified Local Small Businesses in the prime contractor's solicitations for subcontractors and suppliers. (b) Assuring that local small businesses are solicited whenever such business enterprises can perform a commercially useful function. (c) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation of Local Small Businesses. (d) Establishing delivery schedules, where the requirements of the prime contract permit, which encourage participation of Local Small Businesses. (e) Using the services and the assistance of the Director of minority and small business opportunities in the identification of qualified local small businesses and negotiating subcontracts and supply contracts with such enterprises. (f) Requiring each first tier subcontractor to take the affirmative steps outlined within the AUGUSTA,GA CODE with respect to the identification and usage of second or third tier sub-contractors. (g) Placing notices of opportunities for qualified Local Small Businesses to perform subcontracting work on the eligible project in newspapers, trade journals, and other relevant publications, including publications specifically targeted to local small businesses, or communicating such notices of,opportunities via the Internet or by other available media or means. (h) Designating portions of the work for Local Small Business subcontracting in trades with available Local Small Business subcontractors. (I) Providing a minimum of five(5) day notice to Local Small Businesses when requesting bids or proposals for furnishing material or services as a subcontractor or supplier. '' Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 5 3:00 p.m. Page 10 of 15 j Itt. Rewired ire-Awad Bid Sidandittitt. 111111 Pursuant to AUGUSTA, GA CODE SEC. 1-10-129 the following procedures and contract requirements will be used to Insure that local small businesses are encouraged to participate in Augusta,Georgia contracts: (a) Each bidder shall be required to provide documentation of achieving the LSB goal or provide documentation of Good Faith Efforts to engage local small businesses as subcontractors or suppliers, the names of local small businesses and other subcontractors to whom It intends to award subcontracts, the dollar value of the subcontracts, and the scope of the work to be performed. If there are no sub-contracting opportunities, bidder shall so indicate on the appropriate form. Forms may be found on the official website of Augusta, Georgia. (b) Each bidder shall submit with their bid the following written documents, statements or forms, which are available at the Disadvantaged Business Enterprise Department and on the Disadvantaged Business Enterprise Department website: (1) Non-Discrimination Statement which shall affirm the bidder's: (I) adherence to the policies of Augusta, Georgia relatingto equal opportunity in contracting; (ii) agreement to undertake certain measures as provided in this policy to ensure maximum practicable participation of local small businesses; and (iii) agreement not to engage In discriminatory conduct of any type. (2) Documentation of Good Faith Efforts to use local small businesses, (3) Proposed Local Small Business Subcontractor/Supplier Utilization Plan. (4) Executed Letter(s)of Intent with entities identified in LSB Utilization Plan. Failure to submit the following documents in accordance with these requirements will cause the Bid or proposal to be declared non-responsive. Augusta, Georgia reserves the right to request supplemental information regarding a Bidder's submissions and the Bidder shall furnish such information in a timely manner. Failure to furnish information or otherwise cooperate may result in the rejection of the Bid. IV. LSB Utilization Plan. The Bidder must submit with its Bid a completed LSB Utilization Plan. The LSB Utilization Plan shall list the Subcontractor or Supplier's name(s), business address(s), telephone number(s), e-malls) and the name of the principal contact person(s)of each Subcontractor(s) or Supplier(s) Intended to be used in the performance of the Contract, including firms proposed as to meet the Project Specific Goals. Where the solicitation requires the Bidder to submit a base bid and one or more alternates, the LSB Utilization Plan must demonstrate the Bidder's achievement of the Project Specific Goal(s) or its Good Faith Efforts to achieve the Project Specific Goal(s)on the base bid. V. Letter(*)of Intent. The Bidder shall submit with its bid completed Letter(s) of Intent (L01) utilizing the Letter of Intent format provided by the Disadvantaged Business Enterprise Department documents. The LOi must be executed by an authorized representative of the local vendor identified on the Utilization Plan and by the authorized representative of the Bidder. The LO{ must accurately and completely detail the work to be performed and/or the materials to be supplied, and the agreed rates and/or prices to be paid. All Utilization Plan commitments must conform to those included in the submitted LOIs.The LO{will become a binding contract covenant upon the Bidder's receipt of a signed contract from Augusta, Georgia. • .; Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Ski Due:Tuesday,May 22,2018 OP 3:00 p.m. Page 11 of 15 • VI. post Award Requirements. • (a) Prime Contractor Data Collection Form All prime contractors are required to complete and submit the Prime Contractor Data Collection Form upon award. This form must be completed in its entirety and submitted within the designated time established by the Compliance Department—Disadvantaged Business Enterprise Division. (b) First-Tier Subcontractor,Sub-consultant, Supplier Information Form All prime contractors are required to complete and submit the First-Tier Subcontractor, Sub-consultant, Supplier Information Form upon award. This form must be completed in its entirety and submitted within the designated time established by the Compliance Department — Disadvantaged Business Enterprise Division. (c) Monthly Utilization Reports To evaluate the effectiveness of the LSBOP,Augusta, Georgia monitors the participation of Subcontractors and Suppliers on Augusta Georgia contracts. Each Contractor must submit a Monthly Utilization Report of Subcontract Payments by the 15th of each month. The Monthly Utilization Report must reflect, from project start to date,the Contractor's receipt of payments from Augusta Georgia and the utilization of and payments to all Subcontractors or Suppliers identified in the Utilization Plan. Failure to submit the Monthly Utilization Reports will be considered a contract breach. (d) Substitutions, Additions or Deletions of LSB Subcontractors or Suppliers. In accordance with the requirements of the LSBOP, the Contractor shall provide the User Department, the Director of minority and small business opportunities and the Procurement Director written notice prior to replacing or terminating a LSB on a contract and must comply with the Good Faith Efforts requirement to • replace the departing local small business with another local small business. Likewise, when new opportunities for subcontracting arise on a contract and Augusta, Georgia sets a supplemental local small business goal, the contractors shall comply with the Good Faith Efforts set In an effort to meet the supplemental local small business goal. Submit all Forms and Utilization Reports to: Augusta,Georgia Compliance Department Disadvantaged Business Enterprise Division 535 Telfair Street Room 710 Augusta,Georgia 30901 (706)821-2406 (e) Monitoring Procedures Procedures for monitoring contract compliance may Include, but are not limited to, site visits or telephone audits; consideration of requests for substitutions, additions, deletions, or change orders; and review and verification of payments to Subcontractors or Suppliers as documented by the Monthly Utilization Status Reports of Subcontractor/Suppliers Payments. S Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 3:00 p.m. Page 12 of 15 m 05/22/2018 11:05 70673533864 warurmln 10'42 G3rtA COMPANY etc-rgvina cluisromrt AGE 03/06 From: 05/21/2018 10:45 #594 P.003/003 •• • PIIQd11GT NAME sijaw2 c V AltiW BIDar,,,ff..7. LOCAL �L]]S1RA'�.t' amass OPPOR?INi TY IntQ 1 Lillift OF INTENT TO PERFORM AB A ANICONSULTANTARMICONIBACTORtOUPPUER To: e.ahs` y.w.iiS (New atet41,0 . A. The understand intend,1D perform .per/ocork in connection all+the above project In the foaming cepa*(ciardc onCorporation r VeL b Corttpewmi►(LLC) _ Puttee* Joint B. The Load&nal Business Opporttrr IIy Programa(1.41130P)status of the undersigned is ooeitheed e.**Me: By Department of T oerlilaettort roved by the I '. • 1/11379baleohment d a current leder issued by Ore Georgie Com dens Dopuhmd-Die■dssrrt#Oed Nina ErshrprMe Mich C.The undersigned is proposed b perlbrnm the lapwing wok kt connection with the above project C.40 Ildeicir D. The undersigned stars tht they WI be perrerew .a 3. 7 %Mho total project. . . E. he undersigned al sublet andrbraward _ t') li MI6 subcontract to stun-Load Smell Business Oppora+nk Program contractors end/or suppliers. The undersigned MI eras lab a tonna agreement for the above daubed oak alb IN Avow ', ailed above oondWoned Capon the ateamdon of a contract for the project slid hemin between the Proposer and Augustaaohmond County. e ,�„ �. w "t 1 T &fa t19 `' ! ; . NY A/�--� ate: 4.5-2/-17- ( ) t Did leao7 Dew Mies Real PAW leKI N MINIMrAr !a n eahis m '` eWouNtisigh key 2).ale 0 blepai. • Pinledge . • • 4 LOCAL SMALL BUSINESS UTILIZATION PLAN The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner(please check the appropriate space): Name of bidder/offeror's firm: Gearig Brothers Civilworks, LLC By: Travis Gearig (Print Name) 5/22/18 (Signature) (Date) The bidder/offeror is committed to a minimum of % LSBOP utilization on this contract. (Please complete the requested subcontractor/supplier Information below.) OR X The bidder/offeror is unable to meet the LSBOP goal of 10 complete In its entirety the document titled GOOD FAITH EFFORTSo and re, h submite dr/support nofferor g documentation demonstrating good faith efforts. Subcontractor/Supplier Address Principal LSBOP Utilization Name Phone Contact Certified Email • 3020 Milledgeville Rd,Augusta, GA 30904 Georgia Carolina Concrete, LLC (706)736-3863/(803)221-5511 Willie Wooden, Jr. YES 3,1 pZ georgiacarolinaconcrete@outlook.com Use additional sheets as necessary. Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management&Earthwork Package Bid Due:Tuesday,May 22,2018 @ 3:00 p.m. Page 14 of 15 85/22/2018 11:05 7067363864 GC-PAVING COMPANY PAGE 06/06 y�� Conte De ent Yvonne Gentry _.._,. DBE Coordinator June 2,2016 Mr.Willie T.Wooden do Georgia-Carolina Paving Company 3020 Milledgeville Rd. Augusta,Georgia 30904 Dear Mr.Wooden: • Your firm has been registered as a Local Small Business OPportiai4y Program(LSBOP)with the Augusta-Richmond County Disadvantaged Business Enterprise Department (DBE). Your company's registration will last for a period of two (2) years, beginning Jut 2, 2016. Registration entitles your firm to be included on the LSB website directory and your firm information will be submitted to all contractors bidding on the Augusta-Richmond County Placement on the•LSB Directory's list is no guarantee of solicitation for informal or formal • invitation to bids/proposals. This is a service of convenience for the vendor and Augusta- Richmond County and not a binding assurance of solicitation. To insure maxinnu m bid participation,vendors should register with DernandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll-free 1-E00-711-1712 or visit maidEmandasuata for more information. As a registered firm, you are required to notify the Disadvantaged Business Enterprise Department of any changes in ownership and/or control of your firm. Failure to provide this notification, in wring, may result in your firm being removed from the Local Small Business Opportunity Program register. We welcome you to the Augusta-Richmond County Local Small Business Opportunity Program. Sincerely, • arsamosa*ow Yvonne Gentry DBE Coordinator YG:tw cc: Vendor File Compliases Depariamid 535 TeIfair Siroei-Suite 610-Amara,GA 30901 1111 (706)821-2106-Pm(706)1214221 WWW.AUGt1$TAOA.43ov • M. • 0 • L d� 8o 0 m ▪ m ✓ v o o o Q _ S3 �i 1 .Oi G V c .. N •� y o N m o _ N h m o m �• 3 2 3 y w 3 W ly CC 1,, e-Af 01 � Vl ... G v 'L W C@• 1. o a `a a 'C '''ppp ...77L 2 t�pp ((,11 w C N 0 . a n > �j C :'1 .,: c m m s � CO i 2® E ro a a r3 1 s E E E O s W 1 u ta r n':;.: 32 ., 0 2 . 3 , _ _ . 0 V i w elv mi ri, 5. °'o um m u .ui, vv 4 w D !ftN c4 0;L s> jyci '�• >� yi o m v b v i�u v o ` -0 -, , „ um 9 re at oo .a ¢ ' -,2 1 i g � a � y m aT a a 4'x s o o,I on o:, oh 0, 8 ra F L N 12 4 5 m . � ro O Q L O 0 .fl 11. s 11111 roLLvs _ m q J• U E S G v ' EY W GQ 2 E Q ? 0 E c � O 3 oe I `a[:': o a LII p N J 14 0 3 m Si x wvc� c j 0 wa .v'. X m N -I a 4.; i 1 i 2 n v cn . w 4 m ,a - s i. a m co \_. • = ` N uU a UJ O }3 O to t it i n • r , { ? H - V 4 F d E L 01 IO U 3n m 0 y E r c3 in$ a• I ro I o 3 .36 iii ab am 32 m 021 R i '$ o g2 e 'a if H2 = fO E e N Q .' E E E �yJ .10 (� W W W W ;q G L � m m e 4 c.' n G 4 O ' c' Uv cmmyyu n° ° rnyoa G n � m„ ”c 'a • , a ...Ii N el ., v y+Ec b N 4OG 4 O G T7 M Y O N n > N t c , uW . Y C O' x[- uint i X Gi g t PI ti N YY ti0a ",oNC oon . o N 0 P aN CO LP N 0 Qp iY m fV to 42 . . . Y m d y 4m • L : 1ic 4J J ¢z as a z JE ma W = V U r a o I i o E Y E 111. CUE • • TTT +� • O p p 4, m a Y yr > o r ro u a o a d m w e y ro . o 1 u E u 1., m E 3 N o be O + o a sNv r = o • �o 111.1 G.c V j T ro rn O V O :tl 3 O Q u P v m a MIm M. z j a p 'L Q 9 V Q w, Y1 T y T �U rn YI rn a' rn O >O y O .. n >C> m 2 +C NG� S Gm P. � Nq �Gn 4 8 (411) Is rt til al o -4 \ U , y > U 4 N b O O w c 3 ca , , 5i :v ' U y , La Y. f.*. Z N vo . _ p Znt s 0 oo 0 .. 5 7 N a Qin d N D m w V Q y� a z o z j r sv r pp d 0 0 o { o14 m a W v D a N NL p s. 1 ro o q Y - w . w W 9 y q � N C fp tv V Z t a RI ii G7 m VI i CA tt�p CA JL 0 y C T7 g. p v omi H Q a o I na . .u c i cq c � m4 'O_ a, x ay x ., qn zFm tv ,^ x Q a x x a a¢ x 4 m •1 a � p G tJAm 75 y41 © O 120 ti C 0 >1 y m m Y 3 O liii JaEo_ WC8 F.•. Eq oUc 73 oa E _ G k Q O p j+ > q c v ti m E d ti u oM. Q T n Y O O a CA L , Q i i f. f D 1 i i , D P c, r. N S O O >C 0 0 H a CO .! Y 7 a C n C . c ° H > > 5 0a C4 o on o m m H C v z o J ql0 0 ov i us0 00 7,aHU0 - 0I) CL o o on1 U, S CCo0w $ `t z > 0xE :° nJfri �00 imz vN r7 4 s a �•9 1 m , Cubrns a' O qPo 0M N 1.: V Q 4 1 Y • alm C o JiISiI a) a�10 o "12c c y Y x �o' � rid g • 9 a °/' Z r 4 O J W t, U Q v m 0,1 3 pp 0 V v 5 A A A ' ftp N a c a : Oil �' 7 4> CO A m � FI LI ... 1 - : t i g 2 E i 1 . . -8 .2 y Ii ~ yv e S v Id E w &� E E 0 14 IalIU Z CO O v 2 I C c N N do J :• 'A u0 H � _~ � °I m�"' y o'o mmN '-�w w > a v s° a ° " " s 4 ii y V'/l 0 C 7 0 p $ J O'^ F m U v1 LZ _ W a. N N VI 8 Z.� o y N v1, ..1-.. x P. .. 7 ' y• n u 3 `° VLL fa 1 ,r i 'a N • . T m c Z 411110 P 0ce t X N c a v 2 F 0. U. 4, i 13 0 , 0i C"; m• 0 s 4ro I t W ., v t • T L E U .a. 4, C L .yam o d Eli y A O .o�e . • i m. JI .ET c :i ;;: a.1 42 v e rn v _ 0 o rCP, :9 �. � n n 4 ro o R„ <v q n N ` c. w D %� c D a 4 ro 7 0 12 OD O p w° o U L` c u ' Ii 1 LO ° E r 0 8 _. o m' b a $N a 0 o u o L ' s 3g D036 it oa 3. O 4 oN8 A ttl Ca Oa I Iii I 1 `e Y3 Y � 3 4 V " A E f, 3.1 . uc W C0 U O : 3 m Q . _ a (13 A c G GN" uT A m y m 8 co o o4 o 4) jc; an 0 U W a cn u oa a e > > W ] o u U h cyV p ID � OD , Na .o, 2,w 4 E m o G N _ o..4 o�a G3 II a+ 1 G r. C _ C 33 • iA pjo - .� Xi /S� 43 t 3.3 g L- �p :�.5 `o w a v ,� y u. W C Q G V ii 3Lm E AM 0.) G vN T O s 344 CU C X C. Q .. CO , a N .-I v .,- L. L. .ty a E hG •._.C$� !i J to f�j/1g 12 �, o m v 11.1 V `� 1 ;! Q o Yc7 \ o � W D +, T O Cn T N J C. , � a ' N 4, O¢ rc V " a s " " 0 ` (9 na n 00 47 a0 C .a C v \\'). ,qri v �i 6COmx JO o¢ 7 .N a U .04 Y tr, y 0 .....4 isi CO tn o U ti H C Q LL o 2 .77 Ct 3 ¢ 1 in i o V T''''') E'8) II s fa sn g 2 o o 37• ue vm° 8`a H N m ..se m y 3 O 03 i O y 3 vD N y U v y J N �..� psi b v s a, a. co N H 0 UV a R O a �y o rov � n °' 0JN C C t4,- {, C ' E Erol 0 a F— _1 12 N 1 i .� ai v c1.: 3 c °f' H �= o _ 4 13 6 O N a N O N 0 ', _ . D O 'a % u U u U m m . U w d as 1G > w 0 U T > y V O fJ V O N y r H ., . H 7 L@ y CIC t g: v m = C. aqi CO ro L qi CO Q 8 a 25 M , w o. T.:2 c 2E.„ _e I i .- h 0.7 A J> L h 3 L N 0 4 N s O S . . H 5 ��ii r 0 TT CO 1 .y 0 S > C y, N S to G ., t m c I o a3 a 0.c • ro Q t .. cz o Q als. a a iii c g 8 8o I ° '.: y a g u. au N u 3 $S y ,, y ro i0 w c s X11 m on e. o 4 rn a) I Q b m ro roQ ` J w n mO V, m ,w v ,, b m NN O In T„. i v v D IJ b W U 4 r H N O al D 4 .,m Tro O J g VI P UI o ,Q m O v ;, L 4 C O y•y D O q V DK a C W � a. F. 3w v _ Nn h ' y 7 -. p, m , ' C. a L-- _ x �66 o a ? � • ig s y �`+ a z U p MTr `i c tr's a C � c Y : J i" 0 4 ° 8 ° ° ° a$ c v ,°c{ ° • u .c .o o Q 1D rei I- u x✓o 7' ro N i, x Yd 3 L 3e a, D N C T u N ? G. y ,: d.,e b b W L= S °0. U 4 A N • �' fC N c tlf E F 4 I i . 2 EO i E E 9 ` m .c m co ro C y . ep rd 0 111 cr„„ ....„, .. o,„ ,,, o, w c ' . g .94 0, Z H • P -ty o v o n A i W o ° 4 s d F ° • e c a v O g ° 0 0 ~ c J n V '' Eo V ((�� ski _ L m o., oo .. E 0 o d y e M Q ~ ro "C 0 fJ 4 ,a u' a °'0. S a w `' 0 a ;: O N i - 0. O in 1 4 4 rov �r b ,n Oy mroo w nan Jroaim x ro m mm C ell 7.., JE'sC ., Cr o v ro rJ v ro w 4 v E D,19 11 1 N G'C^ r�N C7 v Q Q n ct 4 i i b .. L. ,\\,\) {1 u li • !ice ` r Il m• Na ° 2' tiV i I °a Qa o E o, O u [7 b' �'--' c 4 ,- 7 F 1 a m N 6 15 • p s .ro z m 3 8 o ir ', J r S p6 ti p 0 0 D N v D y ."". v D m N o v rt 3 o Z .- 3 .. co y j6 ILl W W V O C co �. 15, * p ;-:,„I li .--I i 2 13 a .. W o.mN 101 om ym�~ m La 0 rn OC 1� on o� o� 11 Y I ry v" m 03 ti w.°-1 c v, m 12 J C S V j 0 I- in 1N 0. H J ° {moi a v; w �+ % W a $ Q a to c� r w a Q1 E aE b L Op Y P ti u. 3 I E a u Q ' U v U ro i 4a a c n aaNW p, v m x a ° N p` n s . CD m a y c c r -0 0 0 Q J 4 0 O E y Is A O U O A m 0 N D o 05 O 3 ir�7. ,r up �+ a i li a a y v w C Rd t V ` c�0 3 G vg. 0 A N u 0 J �1 a"' TO.r� V� WN mn C6 rr ' Q �Q.o road opo ua c °� ,a,~ O* a m m y_ 'T ro G C7 N N J .-4 Dj G .Hi O .0 m D o W o O 0.m Yov m 9 L b 7 a J W Y n ."amo 0 . ] 13 .�� v w c I fa a. ,S Z 4 CT, , N L 4 G i Ct G .o m Q 3 y v a 3N o i Fa Z a .d y J U -yi v L ' E"' 0 8 ..tv M 3 a n o W •b . N 3e I g o E n v w e 0 R h Y °J m o c a. p 31 eV :h f/: . ,'-,,,, - , : . :15.. 3 i 3 !!:,.".1::..,! :: 1:3 i ? -. , i F. I O s n00 m • �' as y L roZ;; r c a W I Wo c o U 11 L 4J o L 6 � 1 I • ro m• v i. 0. o E a 111 • o ,V r L O C . u ro n ca H , yy� ro E b N C m � ro J • y• o o W v. , o r o o + to r ' N CU Z N a. 3 m 0 32 z. 1 .1 3. I a x Vz N , y y t vn ao T tiUQ 2 ftj 'c. L1 07 N ill/ GEARIG Address Spoke With 111=11111Custodial Specialists Mil 2709 Oakland -_----_---_ 1 Augusta,GA 30909 N/A Unable to Reach phone number out of service Augusta Quality,LLC 2 30815 1540 Keron Way,Hephzibah N/A Intends to Bid Waiting on Bid Metropolitan Waste James Brown 1824 Wylds Rd,Augusta,I' sco scope of work not 3 30909 James Brown applicable to No Bid Daffin&Company contractor q Zack Daffin 3749 West Lake Drive Martinez,GA 30907 Zack Daifin Intends to Bid Waiting on Bid The Elgin Group,LLC Clark Solomon 2911 Aylesbury Or,Augusta 5 30909 N/A Unable to Reach phone number out of service Twentieth Century Construction Carl Jordan 2106 Kelly Street,August 6 Georgia Carl Jordan Intends to Bid Advanced Communications =MIN I Concepts,Inc. 2916 Hells Court Augusta,GA 30906 Geral Lee g 2124 Pepperidge Dr Augusta,GA 30906 N/A Unable to Reach MIIIIIIIIIM MI= M1111 , Charles Ware,LLC Charles Ware 2940 Hill Creek Drive,Augu 9 GA 30909 Charles Ware Intends to Bid Ten 4 Hauling,LLC • 10 61t HuntingA u9I ton Drive A G30909 Larry Mosley Intends to Bid Above Average Concrete 2911 Galahad WayA Il ugusta, ••• 30909 N/A Unable to Reach Unresponsive 12 Melton Greene 1 1605 Greenway Drive Augu liel= GA 30909 Melton GreeneMIMI scope li wor not applicable to Dream Home Painting Jacqueline Bennett 13 2898 Pepperdirx Drive N/A Unable to Reach RRB Trucking,LLC Ruby Jenkins-gassy Old Waynesboro Rot 14 Augusta,Georgia 3090E N/A Unable to Reach Georgia-Carolina Concrete Willie Wooden,Jr. 3020 Milledgeville Road Augusta,Georgia 30903 Willie Wooden,Jr. Intends to Bid Bid Received.Used in Bid Watkins Trucking and Landscape I Jimmy Watkins 3020 Milledgeville Road ns Augusta,Georgia 30903 Jimmy Watkin ■ Unable to Reach lg g Cedrick Kendrick 1247 New Savannah Roar Kendrick's Clearing&Haulin Augusta,Georgia 30901 Cedrick Kendrick Intends to Bid Bid not Received Yet Fogeys Carpet&Vinyl 2825 Washington Sg Ann Helms Road Suitt Augusta,Georgia 30909 Ann Helms scope of work not -� $Shine --_�--- applicable to 20 1760 Gordon Highway Augu----- Lawnc Risee/Landscaping Georgia 30815 Milledge Tyler Milledge Tyler P.O.Box 443 Hephzibah contractor Intends to Bid Terra Excavating,LLC Waiting on Bid 217onya Yost-Hodges Dexter's Contracting and Georgia 30904 Tonya Yost-Hodges Intends to Bid Waiting on Bid 22 Hauling,LLC Dexter Cartledge 4875 Old Waynesboro Roe He Spring Georgia ui e I N/A 43 Office Installation ��- Unable to Reach 23Stacie Middleton 3105 Spring Grove Dr Suite I Augusta,Georgia 30906 N/A Blade Trucking Inc. Unable to Reach 24 Brenda Shedrick 3893 Grape Avenue August Unresponsive Georgia 30909 N/A Patterson-Brown&Associates Unable to Reach 25 Brenda Brown 2452 Camak Drive Augusta-- Patterson-Brown uguste Unresponsive Georgia 30909 Brenda Brown II 26 Diverse Enterprise Johnnie Williams,Jr. 3070 Damascus Road Suite Intends to Bid Waiting on Biid Augusta,Georgia 30909 N/A Unable to Reach 27Ruby lames 149 Davis Road Augusta, - Exousia Marketing GroupUnresponsive __________ Georgia 30907 N/A _- Unable to Reach L—_Unresponsive Section 00010 Table of Contents • SPECIFICATIONS Section Title Division 0 - Contract Requirements 00010 Table of Contents 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00422 Corporate Certificate 00425 Contractor's License Certification 00430 Contractor E-Verify Affidavit 00431 Subcontractor E-Verify Affidavit 00480 Non-collusion Affidavit of Prime Bidder 00481 Non-collusion Affidavit of Subcontractor 00500 Contract Agreement 00550 Pre-Award Oath Of 00610 Performance Bond 00620 Payment Bond 00700 General Conditions 00800 Supplementary Conditions Division 1-General Requirements 01010 Summary of Work 01016 Occupancy 01025 Measurement and Payment 01041 Coordination of Work 01051 Grades, Lines and Levels 01055 Construction Staking 01091 Codes and Standards 01200 Project Meetings 01310 Construction Schedules 01320 Construction Videos and Photographs 01340 Shop Drawings, Product Data and Samples 01410 Testing Laboratory Services 01500 Construction Facilities 01510 Temporary Facilities 01540 Job Site Security Alk 01562 Dust Control 01569 Safety in Landfill Works 01590 Field Offices 01610 Transportation and Handling 8/31/2018 G003-109K\TS-00010 00010-2 Table of Contents • 01611 Storage and Protection 01630 Substitutions and Options 01640 General Equipment Stipulations 01645 Manufacturer Services 01655 Starting of Systems 01710 Cleaning 01720 Record Documents 01730 Operating and Maintenance Data 01740 Warranties and Bonds Division 2-Sitework 02010 Subsurface Conditions 02060 Demolition of Existing Facilities 02100 Site Preparation 02125 Erosion and Sedimentation Control 02140 Dewatering 02200 Earthwork 02225 Trench Excavation and Backfill 02230 Horizontal Directional Drilling of Gravity Sewers 02601 Testing Piped Systems 02665 Water Mains and Accessories 02700 HDPE Piping Systems • 02748 HDPE Fabrication Division 3 - Concrete 03300 Concrete Work Division 5 - Structural 05501 Anchor Bolts 05520 Handrails and Railings Division 9 - Finishes 09900 Painting and Finishing Division 11 - Equipment 11000 Equipment Erection 11255 Submersible Pumps 11312 Horizontal End Suction Centrifugal Process Pumps Division 13 - Special Construction 13206 Bolted Steel Storage Tanks 3/1/2018 G003-109K\TS-00010 00010-3 Table of Contents • Division 16 - Electrical 16000 Electrical DRAWINGS Sheet Title Cover C-0O1 Overall Site Plan, General Notes and Legend C-1O1 Lift Station 1 Existing Conditions and Demolition Plan C-1O2 Leachate Tank Farm Area Existing Conditions and Demolition Plan C-2O1 Lift Station 1 Grading and Drainage Plan C-2O2 Leachate Tank Farm Area Paving, Grading and Drainage Plan C-203 Phase 1 Leachate Tank Containment Area Plan and Sections C-2O4 Phase 2C Area Grading and Drainage Plan C-301 Forcemain and Sanitary Sewer Profiles C-4O1 Staking Plan C-5O1 Erosion,Sedimentation and Pollution Control Plan - Phase I A C-5O2 Erosion, Sedimentation and Pollution Control Plan - Phase I B C-5O3 Erosion,Sedimentation and Pollution Control Plan - Phase I C C-5O3 Erosion,Sedimentation and Pollution Control Plan - Phase II A C-5O4 Erosion,Sedimentation and Pollution Control Plan - Phase II B C-5O5 Erosion,Sedimentation and Pollution Control Plan - Phase II C C-5O6 Erosion, Sedimentation and Pollution Control Plan - Phase III A C-5O7 Erosion,Sedimentation and Pollution Control Plan - Phase III B C-5O8 Erosion, Sedimentation and Pollution Control Plan - Phase III C C-6O1 Erosion,Sedimentation and Pollution Control Notes C-6O2 Erosion, Sedimentation and Pollution Control Notes and Details C-6O3 Erosion,Sedimentation and Pollution Control Details C-6O4 NPDES Notes C-6O5 NPDES Sampling and Inspection Notes C-7O1 Lift Station 1 Plan,Section and Details C-7O2 Lift Station 2 Plan,Section and Details C-7O3 Leachate Tank Farm Area Phase 1 Plan C-7O4 Leachate Tank Farm Area Sections C-7O5 Leachate Tank Farm Area Sections and Details C-7O6 Construction Details C-7O7 Construction Details LS-1O1 Tree and Landscape Plan E-OO1 General Notes and Legend E-OO2 Electrical Details E-101 Existing Leachate Tank Area & Lift Station 1 Electrical Plan E-102 Leachate Tank Farm and Containment Area Electrical Plan E-201 One-Line Diagram, Panel Schedule and Detail 3/1/2018 G003-109K\TS-00010 Section 00020 Invitation to Bid ITB 18-207 DEANS BRIDGE ROAD MSW LANDFILL LEACHATE MANAGEMENT& EARTHWORK PACKAGE Augusta, Georgia Sealed Bids for furnishing all materials, labor, tools, equipment and appurtenances necessary for the construction of the ITB 18-207 Deans Bridge Road MSW Landfill Leachate Management and Earthwork Package will be received by the Owner at the Augusta Procurement Department, until Tuesday, May 22, 2018 Q 3:00 p.m. and then at said office publicly opened and read aloud. The Project consists of the following major elements: two 250,00 gallon leachate storage tanks with associated foundations, renovation of an existing 30,000 gallon leachate storage tank, concrete containment area, pumps, piping, controls and valves; all-weather gravel access road; duplex submersible pump station; improvements to the existing leachate storage tank containment area; miscellaneous piping and controls, 549,000 CY of structural fill placement, cleanout of two sediment ponds and erosion and sedimentation control items. A mandatory Pre-Bid Conference will be held for all Bidders at 10:00 a.m., local time, Friday, May 4, 2018, at the Augusta Procurement Department, 535 Telfair Street, Suite 605,Augusta, GA 30901. A Mandatory Site Visit will follow. A Bid submitted by a Bidder not having attended the Pre-Bid conference and the Mandatory Site Visit will be considered as non-compliant. The work will be awarded in one Contract. The Instructions to Bidders, Bid, Contract Agreement, Drawings, Specifications and forms of Bid Bond, Performance Bond, Payment Bond and other Contract Documents may be examined at the following: Augusta Procurement Department 535 Telfair Street, Suite 605 Augusta, Georgia 30901 Bid Documents may be examined at the Augusta Procurement Department, 535 Telfair Street, Suite 605,Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime contractors, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for plans and specifications which are non-refundable is$85.00. By purchasing the Contract Documents, purchaser agrees to having their company information (company name, city, state, phone number, fax number) published as a "planholder". Each Bid must be accompanied by a Bid Bond, prepared on the form of Bid Bond attached to 41" the Contract Documents or a Surety Company's Standard Bid Bond, duly executed by the Bidder as principal and having as surety thereon a surety company licensed to do business in 3/1/2018 G003-109K/TS-00020 00020-2 Invitation to Bid the State of Georgia and listed in the latest issue of U.S. Treasury Circular 570, in the amount of ten (10) percent of the Bid. The Bidder shall affix to the outside of its bid envelope, its Georgia Utility Contractor License Number, not the license number of a Utility Manager nor a subcontractor's Georgia Utility Contractor License Number. The Owner will in no way be liable for any costs incurred by any bidder in the preparation of its Bid in response to this Invitation to Bid. The successful Bidder for this Contract will be required to furnish a satisfactory Performance Bond and Payment Bond each in the amount of 100 percent of the Bid. Augusta, Georgia reserves the right to reject any or all Bids, to waive informalities and to readvertise. END OF SECTION • 3/1/2018 G003-109K/TS-00020 Section 00100 Instructions To Bidders 11101 1.01 Contract Documents A. The Contract Documents include the Contract Agreement, Invitation to Bid, Instructions to Bidders, Contractor's Bid (including all documentation accompanying the Bid and any post-Bid documentation required by the Owner prior to the Notice of Award), Bonds, all Special Conditions, General Conditions, Supplementary Conditions, Specifications, Drawings, and addenda, together with written amendments, change orders, field orders and the Engineer's written interpretations and clarifications issued in accordance with the General Conditions on or after the date of the Contract Agreement. B. Shop drawing submittals reviewed in accordance with the General Conditions, geotechnical investigations and soils reports, and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site, are not Contract Documents. C. The Contract Documents shall define and describe the complete work to which they relate. 1.02 Definitions • A. Where the following words or the pronouns used in their stead occur herein, they shall have the following meaning: 1. "Owner" shall mean the, Augusta, Georgia party of the first part to the Contract Agreement, or its authorized and legal representatives. 2. "Engineer"shall mean Atlantic Coast Consulting, Inc. 3. "Contractor" shall mean the party of the second part to the Contract Agreement or the authorized and legal representative of such party. 4. "Work" and "Project" shall mean the entire completed construction required to be furnished under the Contract Documents. 5. "Contract Time"shall mean 210 consecutive calendar days as provided in the Contract Agreement for completion of the Project, to be computed from the date of the Notice to Proceed. 6. "Liquidated Damages" shall mean the sum of $750.00 which the Bidder agrees to pay for each consecutive calendar day beyond the Contract Time required to complete the Project. Liquidated Damages will end upon written notification from the Owner of final acceptance of the Project. 4110) 7. "Products" shall mean materials or equipment permanently incorporated into the Project. 3/1/2018 G003-109K\TS-00100 00100-2 Instructions to Bidders 8. "Provide"shall mean to furnish and install. 9. "Balanced Bid" shall mean a Bid in which each of the unit prices and total amount bid for each of the listed items reasonably reflects the value of that item with regard to the entire job considering the prevailing cost of labor, material and equipment in the relevant market. A Bid is unbalanced when, in the opinion of the Owner, any unit prices or total amounts bid on any of the listed items do not reasonably reflect such values. 10. "Substantial completion of the work", solely for the purposes of Official Code of Georgia Annotated (O.C.G.A.) §13-10-8O(b)(2)(c), shall be defined as occurring on the date of the written notification from the Engineer that the Project is ready for final inspection, as specified in Section 00800, Article 30, paragraph (g)] 11. "Satisfactorily completed", solely for the purposes of O.C.G.A. §13-10-81(b), shall mean the completion of all work, certifications and affidavits as specified in Section 00800,Article 30, paragraph (g). 1.03 Preparation and Execution of Bid A. Each Bid must be prepared to represent that it is based solely upon the materials and equipment specified in the Contract Documents. B. Each Bid must be submitted on the Bid forms which are attached to the Contract Documents. All blank spaces for Bid prices, both words and figures, must be filled in, in ink. In case of discrepancy, the amount shown in words will govern. All required enclosed certifications must be fully completed and executed when submitted. C. Each Bid must be submitted in a sealed envelope, addressed to the Owner. Each sealed envelope containing a Bid must be plainly marked on the outside as, "Bid for Deans Bridge Road MSW Landfill Leachate Management and Earthwork Package". D. The Bidder shall provide on the outside of the sealed envelope the following information; otherwise the Bid will not be opened and will be returned to the Bidder: 1. Bidder's Name 2. Georgia Utility Contractor License Number E. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed to the Owner at the Augusta Procurement • Department, Attention: Geri Sams, Procurement Director, 535 Telfair Street, Suite 605,Augusta, GA 30901. 3/1/2018 G003-109K\TS-00100 00100-3 Instructions to Bidders 110 F. Any and all Bids not meeting the aforementioned criteria for Bid submittal, may be declared non-responsive, and subsequently returned to the Bidder. G. The Contractor, in signing a Bid on the whole or any portion of the Project, shall conform to the following requirements: 1. Bids which are not signed by individuals making them shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed. 2. Bids which are signed for a partnership shall be signed by all of the partners or by an attorney-in-fact. If a Bid is signed by an attorney-in-fact, there should be attached to the Bid a power of attorney executed by the partners evidencing authority to sign the Bid. 3. Bids which are signed for a corporation shall have the correct corporate name thereof and the signature of the president or other authorized officer of the corporation manually written below the corporate name following the wording "By ". Corporation seal shall also be affixed to the Bid. 4. The Bidder shall complete, execute and submit the following documents, 0) which are attached to these Contract Documents: a. Attachment B b. SAVE Program Documents c. LSB Goal Documents d. The Bid e. The Bid Bond f. Statement of Bidder's Qualifications g. Corporate Certificate, if the Bidder is a corporation h. Contractor's License Certification 1.04 Method of Bidding The unit or lump sum price for each of the several items in the Bid of each Bidder shall include its pro rata share of overhead and profit so that the sum of the products, obtained by multiplying the quantity shown for each item by the unit price, — represents the total Bid. Any Bid not conforming to this requirement may be rejected. Additionally, Unbalanced Bids will be subject to rejection. Conditional 3/1/2018 G003-109K\TS-00100 00100-4 Instructions to Bidders 0 i Bids will not be accepted. The special attention of all Bidders is called to this provision, for should ould conditions make it necessary to revise the quantities, no limit will be fixed for such increased or decreased quantities nor extra compensation allowed. 1.05 Addenda and Interpretations A. No interpretation of the meaning of the Drawings, Specifications or other pre-bid documents will be made to any Bidder orally. B. Every request for such interpretation should be made in writing by fax to (706) 821- 2811 or by email to procbidandcontract@augustaga.gov and addressed to Ms. Geri Sams, Augusta Procurement Department, and to be given consideration must be received by Tuesday, May 8, 2018 @ 5:00 PM. C. Any and all such interpretations and any supplemental instructions will be in the form of written Addenda to the Contract Documents which, if issued, will be mailed, shipped or faxed to all prospective Bidders (at the respective addresses furnished) five (5) business days prior to the date fixed for the opening of Bids. D. Failure of Bidders to receive or acknowledge any Addendum shall not relieve them of any obligation under the Bid. All Addenda shall become part of the Contract 4.1 Documents. 1.06 Bid Modifications Bidders may modify their Bid by telegraphic communication at any time prior to the scheduled closing time for receipt of Bids, provided such telegraphic communication is received by the Owner prior to the closing time, and provided further, the Owner is satisfied that a written confirmation of the telegraphic modification over the signature of the Bidder was mailed prior to the closing time. The telegraphic communication should not reveal the Bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed Bid is opened. If written confirmation is not received within two business days from the closing time, no consideration will be given to the telegraphic modification. 1.07 Bid Security A. Each Bid must be accompanied by a Bid Bond, prepared on the form of Bid Bond included herein or a Surety Company's Standard Bid Bond, duly executed by the Bidder as principal and having as surety thereon a surety company authorized to do business in the State of Georgia and listed in the latest issue of U.S. Treasury Circular 570, in the amount of ten percent of the Bid. Attorneys-in-fact who sign 01 Bonds must file with each Bond a currently dated copy of their power of attorney. 3/1/2018 G003-109K\TS-00100 00100-5 Instructions to Bidders B. If for any reason whatsoever the successful Bidder withdraws from the competition after opening of the Bids, or if Bidder refuses to execute and deliver the Contract and Bonds required within 10 days after receipt of conformed Contract Document for executing,the Owner may proceed to enforce the provisions of the Bid Bond. 1.08 Receipt and Opening of Bids A. The Owner may consider a minor irregularity any Bid not prepared and submitted in accordance with the provisions hereof and may waive any minor irregularities or reject any and all Bids. Any Bid may be withdrawn prior to the above scheduled time for the opening of Bids or authorized postponement thereof. Any Bid received after the time and date specified shall not be opened. B. If a Bidder, after the Bid opening determines that its Bid contained a material mistake, the Bidder may withdraw its Bid, subject to the provisions of, and, if the mistake meets the criteria in, O.C.G.A. 36-91-52. 1.09 Subcontracts The Bidder is specifically advised that any person, firm or other party to whom it is proposed to award a subcontract under this Contract must be acceptable to the Owner. 1.10 Conditions of the Project A. Each Bidder must be informed fully of the conditions relating to the construction of the Project and the employment of labor thereon. Failure to do so will not relieve a successful Bidder of the obligation to furnish all material and labor necessary to carry out the provisions of the Contract. Insofar as possible, the Contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor. B. The Bidder is advised to examine the location of the Project and to be informed fully as to its conditions; the conformation of the ground; the character, quality and quantity of the products 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 to be done under the Contract. Failure to examine the site will not relieve the successful Bidder of an obligation to furnish all products and labor necessary to carry out the provisions of the Contract. C. The Bidder shall notify the Owner of the date and time Bidder proposes to examine the location of the Project. The Bidder shall confine examination to the specific areas designated for the proposed construction, including easements and public right-of-ways. If, due to some unforeseen reason, the Owner's proceedings for 110, obtaining the proposed construction site (including easements), have not been completed, the Bidder may enter the site only with the express consent of the 3/1/2018 G003-109K\TS-00100 00100-6 Instructions to Bidders � property owner. The Bidder is solely responsible for any damages caused by examination of the site. 1.11 Notice of Special Conditions If any special federal, state, county or city laws, municipal ordinances, and the rules and regulations of any authorities having jurisdiction over construction of the Project, herein referred to, or applicable by law to the Project, conflict with requirements of the Contract Documents, then the most stringent requirement prevails. 1.12 Obligation of Bidder By submission of a Bid, each Bidder warrants that Bidder has inspected the site and has read and is thoroughly familiar with the Contract Documents (including all addenda). The failure or omission of any Bidder to examine any form, instrument or document shall in no way relieve any Bidder from any obligation in respect to the Bid. 1.13 Method of Award A. The Contract will be awarded to the responsive, responsible Bidder submitting the 110) lowest Bid complying with the conditions of the Contract Documents. Award will be made on the basis of the prices given in the Base Bid and Owner selected alternates. B. The Bidder to whom the award is made will be notified. The Owner reserves the right to reject any and all Bids and to waive any minor irregularities in Bids received whenever such rejection or waiver is in the Owner's interest. C. A responsive Bidder shall be one who submits a Bid in the proper form without qualification or intent other than as called for in the Contract Documents, and who binds himself or herself on behalf of the Bid to the Owner with the proper Bid Bond completed and attached, and who properly completes all forms required to be completed and submitted at the time of the Bidding. The Bidder shall furnish all data required by these Contract Documents. Failure to do so may result in the Bid being declared non-responsive. D. A responsible Bidder shall be one who can fulfill the following requirements: 1. The Bidder shall maintain a permanent place of business. This requirement applies to the Bidder where the Bidder is a division of a corporation, or where the Bidder is 50 percent or more owned by a person, corporation or firm. • 2. The Bidder shall demonstrate adequate construction experience and sufficient equipment resources to properly perform the work under and in 3/1/2018 G003-109K\TS-00100 00100-7 Instructions to Bidders • conformance with the Contract Documents. This evaluation will be based upon a list of completed or active projects and a list of construction equipment available to the Bidder to perform the work. The Owner may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may reasonably request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the Project contemplated therein. 3. The Bidder shall demonstrate financial resources of sufficient strength to meet the obligations incident to the performance of the work covered by these Contract Documents. The ability to obtain the required Performance and Payment Bonds will not alone demonstrate adequate financial capability. E. Acceptance of the Bidder's documentation and substantiation or Contract Award by the Owner does not relieve the Bidder of liability for non-performance as covered in the Contract Documents, nor will the Bidder be exempted from any other legal recourse the Owner may elect to pursue. 1.14 Employment of Local Labor • Preference in employment on the Project shall, insofar as practical, be given to qualified local labor. END OF SECTION 3/1/2018 G003-109K\TS-00100 Section 00300 Bid TO: Augusta, Georgia FROM: Gearing Brothers Civilworks, LLC (Bidder's Name) FOR: Deans Bridge Road MSW Landfill - Leachate Management and Earthwork Package RE Submitted: May 22 , 2018 The undersigned Bidder, in compliance with your Invitation to Bid for the construction of this Project having examined the Contract Documents, the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed Project, including the availability of materials and labor, hereby proposes to construct the Project in accordance with the Contract Documents. The Bidder proposes and agrees, if this Bid is accepted, to contract with Augusta, Georgia in the form of Contract Agreement specified, to furnish all necessary products, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Work in full and complete accordance with the reasonably intended requirements of the Contract Documents to the full and entire satisfaction of Augusta, Georgia with a definite . understanding that no money will be allowed for extra work except as set forth in the Contract Documents, for the following prices: • 9/13/2018 G003-109K/TS-00300 Section 00300-2 Bid • ITEM 1 - MOBILIZATION a. Lump Sum Mobilization $ 381,213.13 ITEM 2 -SITEWORK a. Lump Sum Clearing and Grubbing $ 127,639.12 b. Lump Sum Demolition $ 11,570.18 c. Lump Sum Stripping and Stockpiling Topsoil $ 24,720.05 ITEM 3- EROSION AND SEDIMENTATION CONTROL a. 4,832 LF Silt Fence - Type S $ 4.16 /LF $ 20,101.12 b. 4,303 LF Silt Fence -Type NS $ 4.74 /LF $ 20,396.22 c. 20,950 SY Erosion Control Matting $ 2.49 /SY $ 52,165.50 d. 21 AC Permanent Grassing $ 1,985.30 /AC $ 41,691.30 e. 2 EA Temporary Inlet Sediment Trap $ 393.18 /EA $ 786.36 f. 1 EA Stone Check Dams $ 3,307.53 /EA $ 3,307.53 g 1 EA Hay bale Check Dams $ 349.86 /EA $ 349.86 • h. 130 LF Diversion Berm $ 1.82 /LF $ 236.60 85 LF Downdrains $ 20.96 /LF $ 1,781.60 j. Lump Sum NPDES Monitoring and Reporting $ 17,798.43 ITEM 4 - EARTHWORK AND ROADWAY a. Lump Sum Top Soil Placement $ 17,033.72 b. Lump Sum Tank Farm Area Earthwork $ 30,566.16 c. 1,115 SY All Weather Access Road $ 18.10/SY $ 20.181.50 d. 180,000 CY Phase 2C - Onsite Materials $ 7.50/CY $1,350,000.00 Earthwork e. 9,500 CY Clean Existing Sediment Pond D $ 8.75/CY $ 83,125.00 f. 30,000 CY Clean Existing Sediment Pond E $ 8.97/CY $ 269,100.00 Phase 2C - Onsite Materials g. 250,000 CY Earthwork Behind Citizen Drop Off $ 6.00/CY $1,500,000.00 ITEM 5 - GRAVITY SEWER SYSTEM a. Lump Sum Connect to Existing Sanitary Sewer $ 4,712.96 • Manhole b. 90 LF 2-Inch HDPE(SDR-17) $ 44.51/LF $ 4,005.90 9/13/2018 G003-109K/TS-00300 00300-3 Bid • c. 58 LF 4-Inch HDPE(SDR-17) $ 65.62/LF $ 3,805.96 d. 289 LF 6-Inch HDPE(SDR-17) $ 60.86/LF $ 17,588.54 e. 290 LF 8-Inch HDPE(SDR-17) $ 40.56/LF $ 11,762.40 f. 10 LF 12-Inch HDPE(SDR-17) $ 328.78/LF $ 3,287.80 g. 154 LF Directional Drilling $ 134.67/LF $ 20,739.18 h. 1 EA HDPE Gravity Sewer Manhole $28,032.81/EA $ 28,032.81 1 EA Gravity Sewer Cleanout with Pad $ 614.35/EA $ 614.35 j. 695 LF Cleanup&Testing $ 23.31/LF $ 16,200.45 ITEM 6 - POTABLE WATER SYSTEM a. 30 LF 2-Inch HDPE(SDR-9)Water Service $ 27.39/LF $ 821.70 b. 18 LF 4-Inch Steel Casing(Open Cut) $ 45.60/LF $ 820.80 c. 1 EA 4-Inch x 8-Inch Tapping Sleeve in Box $ 3,735.69/EA $ 3,735.69 d. 1 EA 2-Inch RPZ in Enclosure $ 3,856.09/EA $ 3,856.00 e. 30 LF Clean-Up,Testing and Disinfection $ 31.00/LF $ 930.00 ITEM 7 - LEACHATE CONVEYANCE AND STORAGE SYSTEM a. Lump Sum Existing Tank Area Improvements $ 194,204.56 b. Lump Sum Lift Station 2 $ 286,823.88 c. Lump Sum Leachate Transfer System $ 124,933.11 d. 2 250,000 Gallon Bolted Steel Tank and $266,227.03/EA $ 532,454.06 Foundation e. 861 LF 4-Inch by 8-Inch Dual Contained HDPE $ 91.25/LF $ 78,566.25 Forcemain (SDR-11 by 17) f. 334 LF 2-Inch HDPE Forcemain (SDR-11) $ 55.01/LF $ 18,373.34 g. 267 LF 4-Inch HDPE Forcemain (SDR-11) $ 62.93/LF $ 16,802.31 h. 58 LF 16-Inch Steel Casing(Open-Cut) $ 141.34/LF $ 8,197.72 Connect to Existing 4-Inch by 8-Inch 1 EA Dual Contained Force main at Tank $ 41,706.36/EA $ 41,706.36 Farm with Manhole Connect to Existing 4-Inch by 8-Inch j. 1 EA Dual Contained Force main at Existing $ 7,619.61/EA $ 7,619.61 Tank Area • k. 130 EA Pipe Support Stands $ 473.53/EA $ 61,558.90 1,462 LF Cleanup and Testing $ 11.08/LF $ 16,198.96 9/13/2018 G003-109K/TS-00300 00300-4 Bid • ITEM 8 - CONCRETE AND MISCELLANEOUS ITEMS 6-Inch Fiber Reinforced Concrete a. Lump Sum Containment Area with Walls and $ 265,925 Sump b. 308 SY 8-Inch Gravel Pavement $ 22.48/SY $ 6,923.84 c. 9 EA 8-Inch Steel Bollard $ 349.23/EA $ 3,143.07 ITEM 9-CASH ALLOWANCES a. MATERIALS TESTING $ 50,000.00 b. CONSTRUCTION VERIFICATION SERVICES $ 115,500.00 c. LANDSCAPING $ 25,000.00 d. BLOWER&AERATION SYSTEM $300,000.00 e. CONTENGENCY $250,000.00 * * *ADDITIONAL WORK IF ORDERED BY THE ENGINEER * * * ITEM 10-TRENCH STABILIZATION • a. 200 C.Y. Beyond Bedding $ 60.00/CY $ 12,000.00 ITEM 11-REMOVAL OF UNSUITABLE MATERIAL AND REPLACEMENT WITH a. 10,000 C.Y. Suitable Earth Material $ 12.00/CY $ 120,000.00 b. 1,000 C.Y. Crushed Stone $ 60.00/CY $ 60,000.00 BASE BID TOTAL, ITEMS 1 THROUGH 11, INCLUSIVE, THE AMOUNT OF: Six-Million Six Hundred Ninety Thousand Six-Hundred Nine Dollars and Forty-One Cents DOLLARS ( $6.690,609.41 ). • 9/13/2018 G003-109K/TS-00300 00300-5 Bid BID DATA The Bidder shall designate below the one manufacturer for each product to be furnished and installed if awarded the Work. The Bidder understands that if this information is not provided, offering products meeting all Specification requirements and having the approval of the Engineer, then the Owner reserves the right either to determine the Bidder non-responsive and reject the Bid or to designate the manufacturer of the products to be provided which will meet all specification requirements, which Owner-designated manufacturer products must be furnished by the Bidder at no increase in the Contract Price. 1. Product: Manufacturer: Hydrotec (Tanks) 2. Product: Manufacturer: Flygt Pumps (Pumps) 3. Product: Manufacturer: Vertiflo (Pumps) 4. Product: Manufacturer: Asahi America (Valves) 5. Product: • Manufacturer: Eaton (Controls) 6. Product: Manufacturer: Square D (Controls) 7. Product: Manufacturer: Nema (Electrical) 8. Product: Manufacturer: Omni (Scuda & Monitoring) 9. Product: Manufacturer: Aqua Drive (VFD) 10. Product: Manufacturer: 11. Product: Manufacturer: i 9/13/2018 G003-109K/TS-00300 00300-6 Bid • The Bidder agrees hereby to commence Work under this Contract, with adequate personnel and equipment, on a date to be specified in a written order of the Engineer, and to fully complete all Work under this Contract within 210 consecutive calendar days from and including said date. Bidder further agrees to pay as liquidated damages the sum of $750.00 for each consecutive calendar day thereafter required to complete all work as provided in the Instructions to Bidders. The Bidder declares an understanding that the quantities shown for unit price items are subject to either increase or decrease, and that should the quantities of any of the items of Work be increased, the Bidder proposes to do the additional Work at the unit prices stated herein; and should the quantities be decreased, the Bidder also understands that payment will be made on the basis of actual quantities at the unit price bid and will make no claim for additional costs or anticipated profits for any decrease in quantities; and that actual quantities will be determined upon completion of Work, at which time adjustment will be made to the Contract amount by direct increase or decrease. In case of discrepancies between the figures shown in the unit prices and the totals, the unit prices shall apply and the totals shall be corrected to agree with the unit prices. In case of discrepancies between written amounts and figures, written amounts shall take precedence over figures and the sum of all Bid extensions (of unit prices) plus lump sum items shall take precedence over BID TOTAL. • The Bidder furthermore agrees that, in the case of a failure to execute the Contract Agreement and Bonds within ten days after receipt of conformed Contract Documents for execution, the attached Bid Bond accompanying this Bid and the monies payable thereon shall be paid into the funds of the Owner as liquidated damages for such failure. Attached hereto is a Bid Bond for the sum of 10% Bid Bond Dollars ($ 10% Bid Bond according to the conditions of"Instructions to Bidders"and provisions thereof. Bidder acknowledges receipt of the Following Addenda: Addendum No. 1, dated: May 14, 2018 Addendum No. 4, dated: Addendum No. 2, dated: Addendum No. 5, dated: Addendum No. 3, dated: Addendum No. 6, dated: S 9/13/2018 G003-109K/TS-00300 00300-7 Bid • BIDDER: Gearig Brothers Civilworks, LLC By: (signature on file) (name signed) Travis Gearig (name printed or typed) Title: President Address: 322 Grimaude Blvd Grovetown, GA 30813 Phone: 706-860-5981 Attest: (signature on file) (name signed) Dave Leehy (name printed or typed) Title: CFO (SEAL) • Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a notary. Note: If the Bidder is a corporation, the Bid shall be signed by an officer of the corporation; if a partnership, it shall be signed by a partner. If signed by others, authority for signature shall be attached. The full names and addresses of persons or parties interested in the foregoing Bid, as principals, are as follows: Name Address Travis Gearing 322 Grimaude Blvd, Grovetown, GA 30813 • 9/13/2018 G003-109K/TS-00300 00300-8 Bid • Selected Subcontractors The Bidder proposes to employ the below listed subcontractors: Subcontractor J & P Clearing Address 298 Hobbs Mill Road Dearing, GA 30808 Subcontractor Country Boy Grassing Address 125 Shortcut Road North Augusta, SC 29860 Subcontractor Georgia Carolina Concrete Address 3020 Milledgeville Road Augusta, GA 30903 • Subcontractor Address END OF SECTION • 9/13/2018 G003-109K/TS-00300 Section 00410 Bid Bond • STATE OF GEORGIA AUGUSTA, GEORGIA KNOW ALL MEN BY THESE PRESENTS,that we, as Principal, . � • �- 4 , as Surety, are held and firmly bound unto Augusta, Georgia in =' 4,` •. sum of Dollars ($ lawfu ::; the United States of America, for the o =5 payment of which sum well and truly to be ma• -, we bi;`• ourselves, our heirs, personal representatives, successors and assigns, joint . d veri firmly by these presents, WHEREAS, the Principal has submitted to the Owner a Bid for con ction BRIDGE ROAD MSW LANDFILL LEACHATE MANAGEMENT AND • E.PACKAGDEANS NOW THEREFORE, the conditions of this obligation are such t e : : be accepted, the 0„.aPrincipal shall, within ten days after receipt of conformeocuments, executea Contract in accordance with the Bid upon the ter • prices set forth therein, and in the form and manner required by the Contract Dacu s nd execute sufficient and satisfactory separate Performance and Payment 'r•} payab e to the Owner, each in an amount of 100 percent of the total Contract Primo �'n for j.atisfactory to the Owner, then this obligation shall be void; otherwise, it shall be . . re � n� "full force and effect in law;and the Surety shall, upon failure of the Principal to •m• it y or all of the foregoing requirements • within the time specified above, immed'' "+ =y `' e aforesaid Owner, upon demand, the amount hereof in good and lawful m•ney + +e ;.' ed States of America, not as a penalty, but as liquidated damages. This bond is given pursuant to :nd in :..•.rdance with 0.C.G.A. §36-91-1 et.seq . and all the provisions of the law refer+ g t. •'s =-racter of bond as set forth in said Sections or as may be hereinafter enacted a �` �"'� a e hereby made a part hereof to the same extent as if set out herein in full. : IN WITNESS W REO , e said Principal has hereunder affixed its signature and seal, and said Surety ereunto caused to be affixed its corporate signature and seal, by its duly authorized office = ;•n this day of , 2018. 04 3/1/2018 G003-109K\TS-00410 00410-2 Bid Bond • CONTRACTOR - PRINCIPAL: 5 By: (name signed) 4770 (name printed or typed) 1%, Title: Address: Attest: 4 _ , (nag.; ned) ( e e r typed) Title: ;; ' J. tvt ; (SEAL) µ Note: Attest fora corporation must be iy th- _•.rAate cretary;for a partnership by ianother partner; for an individual by a nbt : °E '', SURETY: (name signed) f .. (name printed or typed) Title: J Address: Attest: (name signed) ,< �' i (name printed or typed) Title: (SEAL) Note; Surety companies executing Bonds must appear on the Treasury Departments most ilk current list (Circular 570 as amended) and be authorized to transact business in the state Mr where the Project is located. END OF SECTION 3/1/2018 G003-109K\TS-00410 " 1.\ Liberty Mus ual Document A310TM - 2010 URETY Conforms with The American Institute of Architects AIA Document 310 Bid Bond 5222018 CONTRACTOR: SURETY: (Name,legal status and address) (Name, legal status and principal place of business) Gearig Brothers Civilworks, LLC The Ohio Casualty Insurance Company 322 Grimaude Blvd 62 Maple Avenue Grovetown,GA 30813 Keene, NH 03431 This document has important legal consequences. Mailing Address for Notices Consultation with an attorney is OWNER: The Ohio Casualty Insurance Company encouraged with respect to its (Name.legal status and address) Attention: Surety Claims Department completion or modification_ Augusta Richmond County Commission 1001 4th Avenue, Suite 1700 Seattle,WA 98154 Any singular reference to 535 Telfair Street Contractor,Surety,Owner or Augusta, GA 30901 other party shall be considered plural where applicable. BOND AMOUNT: 10%of Bid Amount Ten Percent of Bid Amount PROJECT: (Name,location or address.and Project number. if anr) Deans Bridge Road MSW Landfill Leachate Management& Earthwork Package The Contractor and Surety are hound to the Owner in the amount set forth above.for the payment of which the Contractor and Surety bind • themselves.their heirs,executors.administrators.successors and assigns.jointly and severally.as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents.or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid.and gives such bond or bonds as may be specified in the bidding or Contract Documents.with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner.for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof:or(2)pays to the Owner the difference.not to exceed the amount of this Bond.between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid.then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents.and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. if this Bond is issued in connection with a subcontractor's hid to a Contractor,the term Contractor in this Bond shall be deemed to he Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project.any provision in this Bond conflicting with said statutory or legal requirement shall he deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished.the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 22nd day of May .2018 . / Gearig Brothers Civilworks,LLC ?'1#C'' (Principal/ (Seal) (Wi Vis) 2/ (Title) Travis Gearig-Owner • t The Ohio Casualty Insurance Company Zvi INS, / L /.Stuety) gJ_a O1�r�y (Witness) `, �� � L "-' o �� m 13 tcck (Title) Attorney-in-Fact Bu eigh °�'yIrr9t'.aa'r dy4 * *' LMS-10054 08/10 • •Thlid POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power("Attorney limits tt»ads of Vicee marc herein.and Ihry have no authority b bind the Cooper,atm eta l the sunny and lo the silent krait staled. cedfigde No.eneseo American Are and Casu#y Company Lindy Alutud Insurance Company The Ohio Casualty kquranarCbmpeny West Anglican Insurance Corpeny POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: ThecAmerican Fre a Carruelly Com i. y and The aro Curdy insurance Comply are corporations dly oryerdasd under the kris of the SW d New1smpshire.rad Liberty-Ague Ileums Company lea croiporefbn diy crumbled under beams Of lieS1*of WnedIMell#.and Abet Antrum iaurard s Cordell is a oaporstion ddyagonized udrthe lamed fie Stb of ixluns(hersn,. ce d re*Cortrperr u ),pursued b and by authority herein setbre%does hereby nuns,oondibAe aril appoint, Bud Latch;Jeanie A.Aka Mary Leigh:Thanes M. eI of the city of Columbia .stele of SC each red eduraiy if there be mare Nen one named,is true and Weld allomeydrFfect b nide,exear s,sed, Mall barsi driver for and on its beret as surety and as le ars and deed,any and a u+derel nes,bonds,rewind's and ether 1 a.n p d twee present � s binding Wan the Companies as if they helve been duly signed by to presided and atlssle d by the secrelery of the C)rrhpanies in Nei awe props persona. IN Wi11YESS WHEREOF,this Pourer of Mornay has been subscribed by an authorized caw or official of the Compares and the corporals seers of the Compares hive been anted there")tis lam day of May 2015 American Ara and Casually Company i #01.1?,N il. !t,1401, sge-,-!-%% „es.m.,L.,11t‘ The Ohio Cam*Insurance Company a 1906 T9i9 S .. LibertylihuArelktaaaltceCclrnperty 1.... ; a .mss:'}. 04,......-• 1' ..•$.;- BY: 4AV4144/7.2m:refisient I STATE OF PENNSYLVANIA es DotSecretary COUNTY OF MONTGOMERY p On this 19th day of 1 Y 2015 before m e Dunn ly wed David M. C e Camper",The Otto Carey,who acknowledged hinted b be the Assistant Secretary d American Fre and E CasuMamalty the bran,g�b�rty Motu for al stance Cap.,The Cho Banos Company,and West American nsuance Campanl,and Vol he.as such.bei t aAhixixed sob do, taiby O on bee f of the corporations by thinselt as a day authorized olloer. IN WITNESS WHEREOF,I have hereunto suteaibed name end axed mynotarial elfi on the day and ear inabove w ren. pF •der COMMONWEALTHo PEr ,f' + Myroxiih Tap.,Uordioreery Cour*,wail esu '8 aj { Tyre PeiiNely Pubis grTeresa Pastels,Wary Public CaesiutiExpires 2!,2017 ` " `; i� r tfr elrneMr. A�mWorkalkYW o aThis Power ofAttomey is made and assailed pursuant o •by authority d the loiowkp By.1ews and Authonzaei ns a/Amer ca i fie and Cuddly Company,The Ohio Casualty kimonostl I S Company,Liberty Mutual Insurance Coupe y,and West American toured*Convoy whkdh resobrrons are now n Ibr bye and sited rsedkg ws:as M IN ARTICLE N-OFFICERS-Section 12.Paso of Attorney.Ary officer or other official of the Caporaaon authorized for(tat purpose n writing by the Chartist or the President,and subject '8 to such Imitation as the Chairmen Or the Pleaders may prefabs.shellappoi t such aUomsys-In-fact.as may be necessary to ect in behalf oar i Corporation to make,exeaAe.seal. acknowledge and delver as surely any andel tmduil ldnpc,bands,mcopnizancedard other surety°blustgi,. Such alcine, i h-lac t,,clued to tie Interiors set krt in then respective I g powers p of instruments have a�b bind the Corporacion by their signature'and exeaidon of any such I sin as and b rrteCh thereto tie del of the Corporation. When so v the provision arhe mwends binding as d by be President and stinted bbl the Semidry.dry pawner or Mulho f WOW b hof repraseseava or at own fact under >g msy be revoied at any time by the Bard,tee Ch.imn,tiro Presiders or by the allow railcars Orrery such power or authority, ARTICLE Xao-Execution d Contra*-SECTION 5,Suesty Bores and Ilthderfakkp.Aerr ry o of tie Compenyaithorixed for Net CurPbsa is w"ANby to dormor rte president, E V E and subject b such Imitations as the chairman or Cheprovident rimy smote,shit appoint such es.b f oma tot neaosseryr b ani in WWI d the Chxrpsy b mobs male, i sed,acknowledge aid delver as surely any and a tatderfakkva bonds,recogniamoss and other grey deplores. So:11 v respective powers of Away,shit have M power b bid the Canpsry by hair siQrnNs and a souttor of In and b aaadi t he ed d Ne When�so executed such nsburihents star be ss birdie as hailed by the deaden!and attested by lie secretary. v. o Csrtlwle of Designation-The President of Ne Company.acing pursuant to the Bytes of the Company,authorizes Dewed M.Carey,Assisted Secretary to appoint such aterneys-in- F-r fad as may be necessary b act on belief of Rhe Compeny b make,(sails,seat,aduwwisdge and delver as airily any and at undertaking',bonds,ncognizarhcee and other surety obligations. Autharlau on-By unanimous consent of the Conpny?e Board d Dische,the Conpay consents that facsimile or mechanic*reproduced signature of any assistant secretary of the Company, on s e,lonoe*waver&powering n a carded copy of any power of Niamey issued by the Company n connection with surety bonds,shed be welid and binding upon the Company wets the a+oi4i manly anted. Greg West American Insry urance,the undersigned, d,Assistant Sea aryy,oAmerkan Fire and Casually Company,The Ohio Caddy Insurance Company,Warty Wiwi!nuxahce Company,aro nyric Company do hereby certify whet fie original power of attorney d which the bregoip is a Gut,true and Corned copy of Ne Power of AUor wy=abed by slid Companies,is in MI force Ind effect and he not been revoked, IN TESTIMONY WHEREOF,I trews hereunto eat my hard and Abed the sear of said Companies this 14 ND day of /14 c'i.:+� .20$ 0 . 19(16 Q 1912 BY: 0111110 iv + % lir eporY W.Qawhport Aaeisisrht t3ec dry -- * .6 ,, :*, 'lar t r�11?7^+� 5701100 Section 00420 Statement of Bidder's Qualifications All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information desired. Attach all additional sheets to this statement. (Sample "Project Information Form"contained at the end of this Section.) 1. Name of Bidder: Gearig Brothers Civilworks 2. Permanent main office address and phone number: 322 Grimaude Blvd. Grovetown,GA 30813 (706)860-5981 3. When organized: August 2003 4. If a Corporation,where incorporated: Georgia 5. How many years have you been engaged in the contracting business under your present firm or trade name? 14 years 6. Contracts on hand. (Complete a "Project Information Form",for each Contract on hand.) 7. al if yf wpefby uatewk 410) 8. HaveGeneryoudescrever failedption oto tcopern pleteoanyork workrormed awardedyotor yocompu? If sony: Si,whereorand why? No 9. Have you ever defaulted on a contract? If so, where and why? No 10. Attach a list of the most important projects(minimum of five) recently completed by your company which are similar in scope and contract amount to this Project. (Complete a "Project Information Form",for each Project listed.) 11. Names, background and experience of the principal members of your project team and organization officers: Name Position Years Experience Travis Gearig President 19 Years Dave Leehy CFO 25 Years Jon Daniel Project Manager 12 Years Greg Kirby General Superintendent 15 Years Patrick Holdeman Grading Superintendent 20 Years 0) 8/31/2018 G003-109K\TS-00420 00420-2 Statement of Bidder's Qualifications 12. The undersigned hereby authorizes and requests any person,firm, or corporation to furnish any information requested by the Owner in verification of the recitals comprising this Statement of Bidder's Qualifications. Travis Gearig , certify that I am President of the Bidder, and that the answers to the foregoing questions and statements contained therein are true and correct. BIDDER: Gearig Brothers Civilworks, LLC By: (signature on file) (name signed) Travis Gearig (name printed or typed) Title: President Date: 5/22/18 Subscribed and sworn to me this 22 day of May , 2018. NOTARY PUBLIC: (signature on file) (name signed) Elizabeth Gerlach (name printed or typed) Commission Expires: July 7,2020 (Date) (SEAL) 8/31/2018 G003-109K\TS-00420 00420-3 Statement of Bidder's Qualifications 110 Project Information Form Project Title:EDS00-0545-00(040) Project Description: Mass Excavation (approx. 500.000 cy)on Highway widening project in between Thomson.GA and Washington.GA Project Owner: - Owner Name: Georgia DOT - Contact Person: Terrell McMillan.GDOT Area Engineer - Phone Number: (478)625-3681 Engineer/Construction Manager: Company Name: Reeves Construction Company Contact Person: Lee Smith - Phone Number: (912)690-1776 Contract Amount: 4110) - Initial: $3.807.842.48 - Final: Undetermined Contract Time: Initial: 1187 days - Final: Undetermined Completion: 60% • 8/31/2018 G003-109K\TS-00420 00420-4 Statement of Bidder's Qualifications • Project Information Form Project Title:EDS00-0545-00(053) Project Description: Mass Excavation(approx. 1.3 Million cy)on Highway widening project in between Thomson,GA and Washington.GA Project Owner: - Owner Name: Georgia DOT - Contact Person: Terrell McMillan.GDOT Area Engineer - Phone Number: (478)625-3681 Engineer/Construction Manager: - Company Name: Reeves Construction Company - Contact Person: Lee Smith - Phone Number: (912)690-1776 Contract Amount: • - Initial: $7.070,209.54 - Final: Undetermined Contract Time: - Initial: 1185 days - Final: Undetermined - Completion: 84% 411$ g 8/31/2018 G003-109K\TS-00420 00420-5 Statement of Bidder's Qualifications Project Information Form Project Title:Construct Parallel Taxiway- Phase 2 at Habersham County Airport Project Description: Mass Grading(approx. 950.000 cy).with a deepest fill of approx..80 ft.Also performing utilities. including a double 8'x 8' box culvert. Erosion Control is also under the scope of work. Project Owner: - Owner Name: Habersham County - Contact Person: Derick Canuoo Phone Number: (706)499-4782 Engineer/Construction Manager: - Company Name: Michael Baker International Contact Person: James J. Miorin Phone Number: (678)986-3104 411) Contract Amount: Initial: $7.448,592.00 Final: Undetermined Contract Time: - Initial: 195 days - Final: Undetermined - Completion: 95% 8/31/2018 G003-109K\TS-00420 00420-6 Statement of Bidder's Qualifications Project Information Form Project Title:River Island Sec 3 Phase 2C Project Description:Site Grading. Utilities(Water.Sewer.Storm Drain).Concrete Curb&Gutter. Aggregate Base and Asphalt Paving, Erosion Control and Grassing for a Residential Development Project Owner: - Owner Name: Blackstone Development. LLC Contact Person: Matt Mills - Phone Number: (706)854-6710 Engineer/Construction Manager: Company Name: James G.Swift&Associates Contact Person: Bo Slaughter Phone Number: (706)868-8803 Contract Amount: 410; Initial: $923.038.88 Final: Undetermined Contract Time: Initial: 180 days Final: Undetermined - Completion: 80% .' 8/31/2018 G003-109K\TS-00420 00420-7 Statement of Bidder's Qualifications s Project Information Form Project Title:Deans Bridge Road MSW Landfill Phase 1 Stage 1.Cell 3. Earthwork Package Project Description: Providing all labor, materials,tools.equipment.services.and incidentals and Performing all work required to construct approximately 750.000 CY of soil excavation.486.000 CY of structural fill placement. 264.500 stockpile fill Placement:Storm Drainage Systems and 6.300 SY of Concrete Fabriform Ditch.3 Sediment Ponds.6 Temp Sediment Tra•,.& Erosion Control Project Owner: - Owner Name: Augusta-Richmond County Contact Person: Lori M Videtto Phone Number: (706)592-3200 Engineer/Construction Manager: Company Name: Atlantic Coast Consulting. Inc - Contact Person: Robert Brown. P.E. - Phone Number: (912)547-6000 • Contract Amount: Initial: $4.308.561.90 Final: Undetermined Contract Time: - Initial: 180 days Final: Undetermined - Completion: 85% 8/31/2018 G003-109K\TS-00420 00420-8 Statement of Bidder's Qualifications Project Information Form Project Title:Deans Bridge Road MSW Landfill Phase 3,Stage 1, Cell 3 Construction Project Description: Excavation of approx. 104.550 CY of soil material and 22.600 CY of structural fill Placement: Installation of liner base.textured geomembrane: leachate collection layer. 6" Perforated leachate collection line,and cleanouts:asohalt pavement, fabriform lined ditch: installation of ore-manufactured restroom building.and erosion and sedimentation control items Project Owner: Owner Name: Augusta-Richmond County Contact Person: Lori M Videtto Phone Number: (706)592-3200 Engineer/Construction Manager: Company Name: Atlantic Coast Consulting, Inc Contact Person: Robert Brown. P.E. Phone Number: (912)547-6000 Contract Amount: Initial: $9,395,736.16 Final: Undetermined Contract Time: Initial: 180 days Final: Undetermined Completion: 10% .7 8/31/2018 G003-109K\TS-00420 00420-9 Statement of Bidder's Qualifications Project Information Form Project Title:Bid Item#14-238.Storage and Site Improvements for Augusta. GA- Env.Services Department Project Description: Performed all work required to construct complete and ready to operate approximately 225.000 CY of borrow excavation and haul.35.000 CY of structural fill placement:30.000 SF storage building,storm drain systems and sediment Ponds.9835 SY of all-weather access road.and erosion control. Project Owner: - Owner Name: Augusta-Richmond County - Contact Person: Mark Johnson - Phone Number: (706)592-3200 Engineer/Construction Manager: Company Name: Atlantic Coast Consulting, Inc - Contact Person: Robert Brown. P.E. - Phone Number: (912)547-6000 110) Contract Amount: - Initial: $4.087.783.60 - Final: $4.062.752.59 Contract Time: Initial: 210 days Final: 276 days Completion: 100% 8/31/2018 G003-109K\TS-00420 00420-10 Statement of Bidder's Qualifications Project Title:Habersham County Airport Project Description: Construct Parallel Taxiway- Including New Terminal Area Apron.Grading and Utilities Project Owner: - Owner Name: Reeves Construction Contact Person: Tyson Hoch Phone Number: (864)879-9232 Engineer/Construction Manager: - Company Name: LPA Group Contact Person: James Miorin Phone Number: (678)488-2925 Contract Amount: Initial: $1.9 Million Final: $1.9 Million 111) Contract Time: - Initial: 210 days Final: 180 days - Completion: 100% 8/31/2018 G003-109K\TS-00420 00420-11 Statement of Bidder's Qualifications 0,,, Project Title:Riverstone Apartment Community Phase 1 Project Description:Clearing and Grading. Utilities. Base and Paving Project Owner: - Owner Name: Riverstone Apartments LLC Contact Person: Clint Ward Phone Number: (478)474- 1180 Engineer/Construction Manager: - Company Name: Carter&Sl000e - Contact Person: Don Smith - Phone Number: (706) 769-4119 Contract Amount: - Initial: $1.6 Million - Final: $2.1 Million 11111, Contract Time: - Initial: 180 days - Final: 150 days - Completion: 100% • 8/31/2018 G003-109K\TS-00420 00420-12 Statement of Bidder's Qualifications Project Title:River Island Section 3 Project Description: Residential Development - Clearing and Grading. Utilities. Base and Paving Project Owner: Owner Name: Blanchard&Calhoun Contact Person: Matt Mills Phone Number: (706)854-6710 Engineer/Construction Manager: Company Name: James G.Swift&Associates Contact Person: Bo Slaughter Phone Number: (706)868-8803 Contract Amount: Initial: $2.2 Million Final: $2.3 Million Contract Time: Initial: 210 days - Final: 180 days Completion: 100% 8/31/2018 G003-109K\TS-00420 00420-13 Statement of Bidder's Qualifications • Project Title:Mill Branch Commercial Development Project Description:Clearing and Grading. Utilities. Base and Paving Project Owner: - Owner Name: Lewiston Road Investment Group. LLC - Contact Person: Bobby Meybohm Phone Number: (706)829-8850 Engineer/Construction Manager: Company Name: James G.Swift&Associates Contact Person: Bo Slaughter Phone Number: (706)868-8803 Contract Amount: - Initial: $2.3 Million - Final: $2.5 Million Contract Time: - Initial: 220 days - Final: 210 days - Completion: 100% 8/31/2018 G003-109K\TS-00420 00420-14 Statement of Bidder's Qualifications 411, Project Title:River Island Phase 2A Project Description: Clearing,Site Grading. Utilities(Water.Sewer.Storm Drain).Concrete Curb& Gutter,Aggregate Base and Asphalt Paving, Retaining Walls. Erosion Control and Grassing for a Residential Development Project Owner: - Owner Name: Blackstone Development. LLC - Contact Person: Matt Mills - Phone Number: (706)854-6710 Engineer/Construction Manager: - Company Name: James G.Swift&Associates - Contact Person: Bo Slaughter - Phone Number: (706)868-8803 Contract Amount: - Initial: $1.386.012.00 - Final: $1.383,722.00 • Contract Time: - Initial: 180 days - Final: 197 days - Completion: 100% •.) 8/31/2018 G003-109K\TS-00420 00420-15 Statement of Bidder's Qualifications e„ Project Title:Harlem Middle School No.8 Project Description:Complete site/civil package for new middle school.Scone consisted of grading. underground utilities(including_underground stormwater detention pond). paving. concrete curb and sidewalk. ball fields.grassing,and erosion&sedimentation control Project Owner: Owner Name: Columbia County Board of Education - Contact Person: Tim Beatty Phone Number: (706)541-2477 Ext.2 Engineer/Construction Manager: Company Name: EMC Engineering Services. Inc. - Contact Person: George McDavid Phone Number: (706)863-8010 Contract Amount: Initial: $4,905,000.O0 Final: 54.544.410.07 Contract Time: - Initial: 534 days Final: 625 days - Completion: 100% END OF SECTION • 8/31/2018 G003-109K\TS-00420 • i • Section 00422 Corporate Certificate I, Dave Leehy certify that I am the Secretary of the corporation named as Contractor in the foregoing proposal;that Travis Gearig who signed said proposal in behalf of the Contractor was then President of said corporation; that said proposal was duly signed for and in behalf of said corporation by authority of its Board of Directors, and is within the scope of its corporate powers; that said corporation is organized under the laws of the State of Georgia This 22 day of May , 2018. Corporate Secretary: (signature on file) (name signed) • Dave Leehy (name printed or typed) (SEAL on file) END OF SECTION • 8/31/2018 G003-109K\TS-00422 Section 00425 Contractor's License Certification Contractor's Name: Gearig Brothers Civilworks, LLC Georgia Utility Contractor's License Number: UC3O1407 Expiration Date of License: April 30. 2019 I certify that the above information is true and correct and that the classification noted is applicable to the Bid for this Project. BIDDER: Gearig Brothers Civilworks, LLC By: Travis Gearig. (signature on file) Title: President Date: May 22, 2018 END OF SECTION 410) 8/31/2018 G003-109K\TS-00425 Section 00430 Contractor E-Verify Affidavit • STATE OF GEORGIA AUGUSTA, GEORGIA BID # 18-207 By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program*[any of the electronic verification work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in 0.C.G.A 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A 13-10- 91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s) is retained to perform such service. 226337 E-Verify * User Identification Number Gearig Brothers Civilworks, LLC Name of Contractor (signature on file) Authorized Officer or Agent President Title of Authorized Officer or Agent Subscribed and sworn to me this 22 day of May ,2018. NOTARY PUBLIC: (signature on file) (name signed) Elizabeth Gerlach (name printed or typed) Commission Expires: July 7, 2020 (SEAL on file) • END OF SECTION 08/31/2018 G003-109K/TS-00430 Section 00431 Subcontractor E-Verify Affidavit • STATE OF GEORGIA AUGUSTA, GEORGIA BID # 18-207 By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of service under a proposed contract with Gear Brothers Civilworks, LLC on behalf of Augusta, Georgia has registered with and is participating in a federal work authorization program*[any of the electronic verification work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91. HMIL7420 E-Verify * User Identification Number Country Boy Grassing LLC Name of Subcontractor Harrry W. Miller(Signature on File) Authorized Officer or Agent • President Title of Authorized Officer or Agent Subscribed and sworn to me this 13 day of July ,2018. NOTARY PUBLIC: (Signature on File) (name signed) Andrea Hensley (name printed or typed) Commission Expires: 1-11-26 (SEAL on file) END OF SECTION • 03/01/2018 G003-109K/TS-00431 Section 00431 Subcontractor E-Verify Affidavit • STATE OF GEORGIA AUGUSTA, GEORGIA BID # 18-207 By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of service under a proposed contract with Gear Brothers Civilworks, LLC on behalf of Augusta, Georgia has registered with and is participating in a federal work authorization program*[any of the electronic verification work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in 0.C.G.A 13-10-91. 100183 E-Verify * User Identification Number Georgia-Carolina Paving Co Name of Subcontractor Willie Wooden, Jr. (Signature on File) Authorized Officer or Agent • Owner Title of Authorized Officer or Agent Subscribed and sworn to me this 12 day of July , 2018. NOTARY PUBLIC: (Signature on File) (name signed) Catherine Nicole Barnes (name printed or typed) Commission Expires: 1-26-19 (SEAL on file) END OF SECTION • 9/7/2018 G003-109U/TS-00431 Section 00431 Subcontractor E-Verify Affidavit • STATE OF GEORGIA AUGUSTA, GEORGIA BID # 18-207 By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of service under a proposed contract with Gear Brothers Civilworks, LLC on behalf of Augusta, Georgia has registered with and is participating in a federal work authorization program*[any of the electronic verification work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91. 928924 E-Verify * User Identification Number J&P Clearing and Grading Name of Subcontractor Phillip Burton (Signature on File) Authorized Officer or Agent • President Title of Authorized Officer or Agent Subscribed and sworn to me this 16 day of July . 2018. NOTARY PUBLIC: (Signature on File) (name signed) Amber Ashe (name printed or typed) Commission Expires: 4-8-22 (SEAL on file) END OF SECTION • 9/7/2018 G003-109U/TS-00431 Section 00481 Non-Collusion Affidavit of Subcontractor • STATE OF GEORGIA AUGUSTA, GEORGIA I, Harry W. Miller Jr certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e), Country Boy Grassing LLC has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of $84,260.00 is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. SUBCONTRACTOR: Country Boy Grassing, LLC By: (signature on file) (name signed) Harry W. Miller Jr (name printed or typed) Title: President Date: 7-13-18 Subscribed and sworn to me this 13 day of July , 2018. NOTARY PUBLIC: (signature on file) (name signed) Andrea Hensley (name printed or typed) Commission Expires : January 11, 2026 (SEAL on file) • END OF SECTION 08/31/2018 G003-109K\TS-00481 Section 00481 Non-Collusion Affidavit of Subcontractor • STATE OF GEORGIA AUGUSTA, GEORGIA I, Willie T Wooden, Jr certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e), Georgia- Carolina Paving Co. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of $244,580.00 is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. • SUBCONTRACTOR: Georgia-Carolina Paving Co. By: (signature on file) (name signed) Willie T Wooden, Jr (name printed or typed) Title: Owner Date: 7-12-18 Subscribed and sworn to me this 12 day of July , 2018. NOTARY PUBLIC: (signature on file) (name signed) Catherine Nicole Barnes (name printed or typed) Commission Expires : January 26, 2019 (SEAL on file) • END OF SECTION 08/31/2018 G003-109K\TS-00481 Section 00481 Non-Collusion Affidavit of Subcontractor STATE OF GEORGIA AUGUSTA, GEORGIA I, Phillip Burton certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e), J&P Clearing and Grading has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of $62,400.00 is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. • SUBCONTRACTOR: J&P Clearing and Grading By: (signature on file) (name signed) Phillip Burton (name printed or typed) Title: President Date: 7-16-18 Subscribed and sworn to me this 16 day of July , 2018. NOTARY PUBLIC: (signature on file) (name signed) Amber Ashe (name printed or typed) Commission Expires : April 8, 2022 (SEAL on file) END OF SECTION 08/31/2018 G003-109K\TS-00481 Section 00500 Contract 110 This Contract Agreement made and entered into on the day of 2018, by and between Augusta, Georgia, party of the first part (hereinafter c ed the Owner), and Gearig Brothers Civilworks, LLC , party of the second part, (hereinafter called the Contractor), WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: That the Contractor will furnish all products, tools, construction equipment, skill and labor of every description necessary to carry out and to complete in a good, firm, substantial workmanlike manner construction of the DEANS BRIDGE ROAD MSW LANDFILL LEACHATE MANAGEMENT AND EARTHWORK PACKAGE and will complete work in strict conformity with the Drawings and the Specifications, together with the foregoing Proposal made by the Contractor, the Invitation to Proposal, Instructions to Proposers, General and Supplementary Conditions, Special Conditions, Performance and Payment Bonds and all Addenda hereto incorporated (if applicable)which form essential parts of this Contract Agreement, as if fully contained herein. The Contractor will commence work required by the Contract Documents on or before a date specified in the written Notice to Proceed and will complete the same within 210 calendar • days unless the period for completion is extended otherwise by the Contract Documents. Time is of the essence and is an essential element of this Contract, and the Contractor further agrees to pay as liquidated damages $750.00 for each consecutive calendar day thereafter required to complete all work as provided in the Contract Documents or for failing to comply with associated milestones. If the Contractor abandons the Contract before commencement of the Work or defaults in completion of all the Work after commencement thereof, the Contractor shall be liable for such liquidated damages. These fixed liquidated damages are not established as a penalty but are calculated and agreed upon in advance by the Owner and the Contractor due to the uncertainty and impossibility of making a determination as to the actual and consequential damages incurred by the Owner and the general public of Augusta, Georgia as a result of the failure on the part of the Contractor to complete the Work on time. Such liquidated damages referred to herein are intended to be and are cumulative and shall be in addition to every other remedy now or hereafter enforceable at law, in equity, by statute, or under the Contract. The Owner hereby agrees to pay to the Contractor for the faithful performance of this Contract Agreement, subject to additions and deductions as provided in the Specifications and Bid, in lawful money of the United States of America, the sum of Six-Million Six Hundred Ninety Thousand Six-Hundred Nine Dollars and Forty-One Cents ( $6,690,609.41) which sum shall also pay for loss or damage arising out of the nature of the Work aforesaid, or from the action of the elements, or from unforeseen obstructions or difficulties encountered in the prosecution of the Work, and for all expenses incurred by, or in consequence of the • Work, its suspension or discontinuance and for well and faithfully completing the Work and the whole thereof, as herein provided, and for replacing defective work or products for a period of one year after completion. 9/13/2018 G003-109K\TS-00500 00500-2 Contract • The Owner shall make monthly partial payments to the Contractor in accordance with the provisions of the Contract Documents. Final payment on account of this Contract Agreement shall be made within 30 days after the completion by the Contractor of all work covered by this Contract Agreement and the acceptance of such work by the Owner, in accordance with the provisions of the Contract Documents. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Contract Agreement and the surety bonds hereto attached for its faithful performance, the Owner shall deem the surety or sureties upon such bond to be unsatisfactory, or if, for any reason, such bond ceases to be adequate to cover the performance of the Work, the Contractor shall, at no additional expense to Owner, within five days after the receipt of notice from the Owner to do so, furnish an additional bond or bonds in such form and amount, and with such surety or sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Contract Agreement until such new or additional security for the faithful performance of the Work shall be furnished in manner and form satisfactory to the Owner. IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement under their respective seals on the day and date first above written in six counterparts each of which shall, • without proof or accounting for the other counterparts, be deemed an original Contract. • 9/13/2018 G003-109K\TS-00500 00500-3 Contract • APPROV D AS TO F•RM BEFORE EXECUTION By: h ' A orney fort e ner OWNER: AUGUSTA, GEORGIA By: /-6,LAAAJC-,... /an (name signed) 10/0g e .JQ v/ (7F-, (name printed or typed) Title: Address: -45 Tel air Stree 4:1•_ 4" MUNt1� -ta, ,; .4 4 Attest: ff/ji >` '� /,,.' ,>r r � • + � ( �-� a print-• +r t�p/ Title: '_.I.r IC', /✓ � ���/ �/ ;F EORGt (SEAL) • Ueda+ CONTRACTOR: Gearig _ By: (name signed) �Y C4r G'iear e9 (name printed or type Title: Prestf' Address: 322 Grimaude Blvd. Grovetown, GA 30813 �Q Attest: (name signed) (name printed or type' Title: C Fe) (SEAL) Note: If the Contractor is a corporation, the Contract Agreement shall be signed by the president or vice president, attested by the secretary and the corporate seal affixed. If the Contractor is a partnership, the Contract Agreement shall be signed in the partnership name by one of the partners, with indication that he or she is a general partner. END OF SECTION 9/13/2018 G003-109K\TS-00500 Section 00550 Pre-Award Oath 41, STATE OF GEORGIA AUGUSTA, GEORGIA In accordance with O.C.G.A. §36-91-21(e), we,the undersigned of Gearig Brothers Civilworks. LLC being first duly sworn, deposes and says that: We have not directly or indirectly violated O.C.G.A. §36-91-21 (d), and more specifically, we have not - prevented or attempted to prevent competition in such bidding or proposals by any means whatever, - prevented or endeavored to prevent anyone from making a bid or proposal thereof by any means whatever, nor - caused or induced another to withdraw a bid or proposal for the work. We, the undersigned, to the best of our knowledge, affirm that no other officers, agents or M other persons acted for or represented the Contractor in the bidding for and procurement of this Contract. Signature Printed Name Title Date (signature on file) Travis Gearig President 05/22/18 Elizabeth Gerlach My Commission Expires: July 7, 2020 (Notary Public) (signature on file) 5/22/18 (SEAL) END OF SECTION 8/31/2018 G003-109K\TS-00550 a. Section 00610 Performance Bond STATE OF GEORGIA BOND NO.P)�r)53D3 • AUGUSTA, GEORGIA KNOW ALL MEN BY THESE PRESENTS, that we, Gearig Brothers Civilworks, LLC ,as Principal, (hereinafter known as Contractor), and we, ;o 1 zt :LA , as Surety, do hereby acknowledge ourselves indebted and firmly bound and held unto Augusta, Georgia for use and benefit of those entitled thereto, in the sum Six-Million Six Hundred Ninety Thousand Six-Hundred Nine Dollars and Forty-One Cents ( $6,690,609.41 )for the payment of which sum will and truly to be made, in lawful money of the United States of America, we do hereby bind ourselves, successors, assigns, heirs and personal representatives. BUT THE CONDITION OF THE FOREGOING OBLIGATION OR BOND IS THIS: WHEREAS, the Owner has engaged the said Contractor for the sum Six-Million Six Hundred Ninety Thousand Six-Hundred Nine Dollars and Forty-One Cents ($6,690,609.41) for construction of the Project, DEANS BRIDGE ROAD MSW LANDFILL LEACHATE MANAGEMENT AND EARTHWORK PACKAGE as more fully appears in a written Contract Agreement bearing the date of , 2018, a copy of which Contract Agreement is by reference hereby made a rt hereof. NOW, THEREFORE, if said Contractor shall fully and faithfully perform all the undertakings and obligations under the said Contract Agreement hereinbefore referred to and shall fully . indemnify and save harmless the said Owner from all costs and damage whatsoever which it may suffer by reason of any failure on the part of said Contractor to do so, and shall fully reimburse and repay the said Owner any and all outlay and expense which it may incur in making good any such default, and shall correct all defects in products and workmanship appearing within one year of the completion of all Work, then this obligation shall be null and void, otherwise, it shall remain in full force and effect. And for value received it is hereby stipulated and agreed that no change, extension of time, alteration or addition to the terms of the said Contract Agreement, or in the Work to be performed thereunder, or the Specifications accompanying the same shall in any wise affect the obligations under this Contract Agreement or Bond, and notice is hereby waived of any such damage, extension of time, alteration or addition to the terms of the Contract Agreement or to the Work or to the Contract Documents. This bond is given pursuant to and in accordance with the provisions of O.C.G.A. Section 36-91-1 et.seq. and all the provisions of the law referring to this character of Bond as set forth in said Sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in full. IN WITNESS WHEREOF, the said Contractor has hereunder affixed its signature and seal, and said Surety has hereunto caused to be affixed its corporate signature and seal, by its duly authorized officers, on this day of , 2018, executed in six(6) counterparts. • 9/13/2018 G003-109K\TS-00610 00610-2 Performance Bond • CONTRACTOR - PRINCIPAL: Gearig Brothers Civilworks, LLC By: (name signed) r i'tr?vLS ( QE) (name printed or typed) Title: Pr 65 id en.,L Address: 322 Grimaude Blvd. Grovetown, GA 30813 Attest: /1-WC/ (name_cDafv- Le.�� y (name printed or typed) Title: C a (SEAL) SURETY: l Cs(+1-1 0 41 tV t,Ca 0Lk./ t U�,rteA-tCL11(0 COr t_p n • By: LL Dr,i e (n�e signed) YY-I C I�1P Ile (nant printed or typed) Title: C.Mtc ut t : :t e ihr - (1,r Address: 4 r1 P 0$0 Poi n wry/41,6 Attest: ` /7 (name signed) fVV rYL C is e (name printed or typed) Title: t cc,(no, ,t om,- (SEAL) Note: Surety companies executing Bonds must appear on the Treasury Departments most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. END OF SECTION 9/13/2018 G003-109K\TS-00610 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,each does hereby make,constitute and appoint: SUZANNE YEATMAN,JONATHAN ERIK McMICHAEL, JENNIFER S. FREEMAN and MICHELLE DELIGNE JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." maw ..;t4.43.,.6130 .c�Q SRP j y'�f Y, tg-*-2"-- /1CSNgC 4-' SEAL Steven P.Anderson, Vice President of Washington International Insurance Company z,: SERI V 1. 1973 sw�.-- &Senior Vice President of North American Specialty Insurance Company Q .m_ s7 *,„,,,,,,,e `��iNNIIIiII0 Michael A.Ito Senior Vice President of ashtngton International Insurance Company &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 22 day of JANUARY ,2018 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 22 day of JANUARY ,2018 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFKIAl.SEAt I Id KENNY " \ Notary Public..Slate of Illinois - - - My Commission£YpH Y Nestar)•Pubi tc ?- M. Kenny ... 12/64202i I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this day of ,20 . Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company Section 00620 Payment Bond STATE OF GEORGIA BOND NO. ;r)5 3 D 9 AUGUSTA, GEORGIA KNOW ALL MEN BY THESE PRESENTS, that we, Gearig Brothers Civilworks, LLC as Principal, (hereinafter known as Contractor), and we,110B,(?„ ,trai, I�p�c slid 5�,+ w,cti,r,sCpr 0.4,.<6 as Surety, are held and firmly bound unto Augusta, Georgia, (hereinafter called the Owner), in the penal sum of Six-Million Six Hundred Ninety Thousand Six-Hundred Nine Dollars and Forty- One Cents ( $6,690,609.41) lawful money of the United States of America, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, personal representatives, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, said pontractor has entered into a certain Contract Agreement with said Owner, dated - ttit.( ANA2 , 2018, for construction of the DEANS BRIDGE ROAD MSW LANDFILL LEACHATE GEMENT AND EARTHWORK PACKAGE, (hereinafter called the Contract), which Contract Agreement and the Contract Documents for said Work shall be deemed a part hereof as fully as if set out herein. NOW, THEREFORE, the condition of this obligation is such, that if said Contractor and all subcontractors to whom any portion of the Work provided for in said Contract Agreement is sublet and all assignees of said Contractor and of such subcontractors shall promptly make payments to all persons supplying them with labor, products, services, or supplies for or in the • prosecution of the Work provided for in such Contract Agreement, or in any amendment or extension of or addition to said Contract Agreement, and for the payment of reasonable attorney's fees, incurred by the claimant in suits on this Bond, then the above obligation shall be void; otherwise, it shall remain in full force and effect. HOWEVER,this Bond is subject to the following conditions and limitations: (a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the prosecution of the Work provided for in said Contract Agreement shall have a direct right of action against the Contractor and Surety on this Bond, which right of action shall be asserted in a proceeding, instituted in the county in which the Work provided for in said Contract Agreement is to be performed or in any county in which Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the name of the claimant or claimants for its use and benefit against said Contractor and Surety or either party (but not later than one year after the final settlement of said Contract Agreement) in which action such claim or claims shall be adjudicated and judgment rendered thereon. (b) The Principal and Surety hereby designate and appoint the \jait , as the agent of each party to receive and acce service of 3rocess or other pleading issued or filed in any proceeding instituted on this Bond and hereby consent that such service shall be the same as 410 personal service on the Contractor and/or Surety. 9/13/2018 G003-109K\TS-00620 00620-2 Payment Bond • (c) In no event shall the Surety be liable for a greater sum than the penalty of this Bond, or subject to any suit, action or proceeding thereon that is instituted later than one year after the final settlement of said Contract Agreement. (d) This Bond is given pursuant to and in accordance with provisions of O.C.G.A. Section 36-91-1 et.seq. hereinafter, and all the provisions of law referring to this character of Bond as set forth in said Sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in full. IN WITNESS WHEREOF, the said Contractor has hereunder affixed its signature and seal, and said Surety has hereunto caused to be affi ed its corporate signature and seal, by its duly authorized officers, on this 6? 't Skday of u , 2018, executed in six (6) counterparts. • • 9/13/2018 G003-109K\TS-00620 00620-3 Payment Bond • CONTRACTOR - PRINCIPAL: Gearig Brothers Civilworks, LLC By: (name signed) I^4 I's Geo n9 (name printed or typed) Title: Pre S rG{*e it* Address: 322 Grimaude Blvd. Grovetown, GA 30813 Attest: (name signed) Oce v (7_ 1-...e-e-k (name printed or typed) Title: C V (SEAL) SURETY: 410,11- h C -u c' , r_ - -6.i .1' r -+-14 tilt G' Cit) r.a 111 By: 1-1 k(ski N IX brut. (name signed) 1111C'.hQ I.k 3r1� (name printed or typed) Title: ' �� _coC 11_10.t— L eA Address: 41 ( JA-c-. Q 0 11L712 CA Attest: szr? (name igned) tat r1kCn ...tr-cwt (name printed or typed) Title: k- 01 x1.Q,t (SEAL) Note: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. END OF SECTION 9/13/2018 G003-109K\TS-00620 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,each does hereby make,constitute and appoint: SUZANNE YEATMAN,JONATHAN ERIK McMICHAEL, JENNIFER S. FREEMAN and MICHELLE DELIGNE JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." acz_ _��,u�auaa `' ot�PoRyr 'apStON S17(71 EAL grys ByQ�oRPoi;� l, SEAL C'= Steven P.Anderson,Senior Vice President of Washington International Insurance Company $�L y- m. 1973 `erp = &Senior Vice President of North American Specialty Insurance Company O' Sm 66 0 tit 4nmfwmin0 BY r✓ >## Michael A.Ito,Senior Vice Presidentt of of ashmgton International Insurance Company &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 22 day of JANUARY ,2018 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 22 day of JANUARY ,2018 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL Notary Public KENNY Slate of MonisCssminls l bAy2D2f Expires M.Kenny,Notary Public12$04 ,y I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this day of ,20 Jeffrey Goldberg.Vice President&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company II Section 00700 General Conditions • TABLE OF CONTENTS Article Title Page General 00700-1 1 Notice of Award of Contract 00700-1 2 Execution of Contract Documents 00700-1 3 Contract Security 00700-1 4 Insurance 00700-2 5 Indemnification 00700-2 6 Notice to Proceed 00700-3 7 Termination of Work for Default 00700-3 8 Termination for Convenience of the Owner 00700-4 9 Assignments 00700-4 10 Subcontracting 00700-4 11 Authority of the Engineer 00700-5 12 Separate Contracts 00700-5 13 Laws and Regulations 00700-6 14 Taxes 00700-6 15 Notice and Service Thereof 00700-7 16 Patents 00700-7 17 Land and Rights-of-Way 00700-7 • 18 Products 00700-8 19 Supervision of Work 00700-8 20 Interruption of Facility Operations 00700-9 21 Protection of Work, Property and Persons 00700-9 22 Protection of the Environment 00700-10 23 Protection, Location and Relocation of Utilities 00700-10 24 Schedules, Reports and Records 00700-10 25 Drawings and Specifications 00700-11 26 Surveys 00700-11 27 Testing, Inspection and Rejection of Work 00700-12 28 Contract Time and Liquidated Damages 00700-13 29 Changes in the Contract 00700-13 30 Payments and Completion 00700-17 • 3/1/2018 G003-109K\TS-00700 00700- 1 General Conditions GENERAL: The provisions of these General Conditions are intended as, but are not limited to, providing general conditions of agreement and provisions toward the awarding of the Contract, the obligations of the successful Bidder and requirements for execution and administration of the Contract. IN ANY EVENT, PROVISIONS IN THIS SECTION ARE SUBJECT TO AND GOVERNED BY PROVISIONS IN THE SUPPLEMENTARY CONDITIONS, AS APPLICABLE. Article 1 - Notice of Award of Contract After receipt of Bids, the Owner shall notify the successful Bidder of the award of the Contract as stipulated in the Supplementary Conditions. Article 2 - Execution of Contract Documents Within 15 days of notification of Award of Contract, the Owner will furnish the Contractor with conformed copies of Contract Documents for execution by the Contractor and the surety. Within 10 days after receipt, the Contractor shall return all the Documents properly executed by the Contractor and the surety. Attached to each Document shall be an original power-of-attorney for the person executing the Bonds for the surety and certificates of insurance for the required insurance coverage. Within 30 days after receipt of the conformed Documents executed by the Contractor and the surety with the power-of-attorney and certificates of insurance, the Owner will complete the execution of the Documents. Distribution of the completed Documents will be made upon execution by the Owner. Should the Contractor and/or the surety fail to properly execute the Documents within the specified time, the Owner will have the right to proceed on the Bid Bond accompanying the Bid. If the Owner fails to execute the Documents within the time limit specified, the Contractor will have the right to withdraw the Proposal without penalty. In such event the Owner will have no liability to the Contractor under these Documents or otherwise. Should either party require an extension of any of the time limits stated above, this shall be done only by written mutual agreement between both parties. Article 3 - Contract Security The Contractor shall furnish separate Performance and Payment Bonds each in a sum equal to the amount of the Contract Price, the Performance Bond conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions and agreements of the • Contract Documents, and the Payment Bond conditioned upon the prompt payment by the Contractor to all persons supplying labor and products in the prosecution of the Work provided by the Contract Documents. Such Bonds shall be executed by the Contractor and a corporate 3/1/2018 G003-109K\TS-00700 00700-2 General Conditions bonding company licensed to transact such business in the State where the Project is located and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these Bonds on anysuch Bond is declared bankrupt II borne bythe Contractor. If at anytime a suretyp sha be or loses its right to do business in the State where the Project is located or is removed from the list of Surety Companies accepted on Federal Bonds, the Contractor shall, within 10 days after notice from the Owner to do so, substitute an acceptable Bond (or Bonds) in such form and sum and signed by such other surety as may be satisfactory to the Owner. The premium on such Bond (or Bonds) shall be paid by the Contractor. No further progress payments shall be deemed due, nor shall be made, until the new surety furnishes an acceptable Bond to the Owner. The person executing the Bond on behalf of the surety shall file with the Bond a general power of attorney, unlimited as to amount and type of Bond covered by such power of attorney and certified to by an official of said surety. Article 4 - Insurance The Contractor shall not commence any work under this Contract until all insurance, as stipulated in the Supplementary Conditions, has been obtained and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence any work on subcontractor's contract until all similar insurance required of the subcontractor has been so obtained and approved by the Contractor. • Article 5 - Indemnification The Contractor shall indemnify and hold harmless the Owner, the Engineer and their agents and employees from and against all claims, damages, losses and expenses including claims for consultants' and attorneys' fees arising out of or resulting from the performance of the Work, provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by negligence, willful act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. In any and all claims against the Owner or the Engineer, or any of their agents or employees, by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under worker's compensation acts, disability benefit acts or other employee benefits acts. This indemnification and hold harmless obligation shall extend to cover any and all claims not covered by the Owner's Protective Liability Insurance, the requirements of which are specified in Article 4 of the Supplementary Conditions. • 3/1/2018 G003-109K\TS-00700 00700-3 General Conditions • Article 6 - Notice to Proceed The Notice to Proceed will be issued, following the pre-construction conference, within 10 days of the execution of the Contract Agreement by the Owner. The time may be extended by mutual agreement between the Owner and the Contractor. If the Notice to Proceed has not been issued within the 10 day period or within the period mutually agreed upon, the Contractor may terminate the Contract Agreement without further liability on the part of either party. Article 7 - Termination of Work for Default (a) The Work may be terminated if: (1) The Contractor is adjudged bankrupt or insolvent. (2) The Contractor makes a general assignment for the benefit of creditors. (3) A trustee or receiver is appointed for the Contractor or for any of Contractor's property. (4) The Contractor files a petition to take advantage of any debtor's act, or to • reorganize under the bankruptcy or applicable laws. (5) The Contractor repeatedly fails to supply sufficient skilled workmen, materials or equipment. (6) The Contractor fails to make satisfactory progress toward timely completion of the Work. (7) The Contractor repeatedly fails to make prompt payments to subcontractors or material suppliers for labor, materials or equipment. (8) The Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the Work. (9) The Contractor fails to comply with directives of the Engineer. (10) The Contractor otherwise violates any provision of the Contract Documents. (b) The Owner may, without prejudice to any other right or remedy and after giving the Contractor and surety a minimum of 10 days from delivery of a written notice, terminate the services of the Contractor and take possession of the Project and of all products thereon owned by the Contractor, and finish the Work by whatever • method the Owner may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing 3/1/2018 G003-109K\TS-00700 00700-4 General Conditions the Project, including compensation for additional professional services, such 41, excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor and/or surety shall pay the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. (c) Where the Contractor's services have been so terminated by the Owner, said termination will not affect any right of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the Owner due the Contractor will not release the Contractor from compliance with the Contract Documents. Article 8 - Termination for Convenience of the Owner If, for any reason other than those provided for under Article 7, the Owner elects to discontinue, in whole or part, the Work under this Contract, the Owner may, after 10 days from delivery of a written notice to the Contractor and the Engineer, terminate, in whole or in part, the Contractor's performance of the Work under this Contract. The notice of termination shall specify the extent to which performance of the Work under the Contract is terminated. In the event of such termination by the Owner, the Contractor shall be entitled to payment for the Work at the jobsite acceptably performed up to the time of the termination and reimbursement for such costs as are reasonably incurred by the Contractor due to the termination and not otherwise compensated. The Contractor shall also be entitled to profit on the amounts payable to the Contractor, but such profit shall be limited to 6 percent of such amounts. The Contractor will not be entitled to any payment, including any anticipated profit, on Work not performed and will not be entitled to any compensation for other economic loss arising out of or resulting from such compensation or damages of any nature. Article 9 -Assignments The Contractor shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the Work called for under this Contract. Article 10 -Subcontracting (a) The Contractor shall not subcontract the complete Work, or any part thereof, and shall not award any work to any subcontractor without prior written approval of the Owner. Owner approval will not be given except upon the basis of written statements containing such information as the Owner may require. At the pre-construction conference, the Contractor shall submit all subcontractors that the 3/1/2018 G003-109K\TS-00700 00700-5 General Conditions • Contractor plans to use on the Project. Any changes or additional subcontractors should be submitted at least 14 days prior to the needed approval. (b) The Contractor shall utilize the services of specialty subcontractors on those parts of the Work which, under normal contracting practices, are best performed by specialty subcontractors, as required by the Engineer in Engineer's sole discretion, at no additional cost to the Owner. If the Contractor desires to perform specialty work, the Contractor shall submit a request to the Owner, accompanied by evidence that the Contractor's own organization has successfully performed the type of work in question, is presently competent to perform the type of work, and the performance of the work by specialty subcontractors will result in materially increased costs or inordinate delays. (c) The Contractor shall be fully responsible to the Owner for the acts and omissions of the Contractor's subcontractors and of persons either directly or indirectly employed by the Contractor. The Contractor shall be fully responsible to the Owner for the acts and omissions of independent contractors or independent subcontractors of the Contractor and of persons indirectly employed by the Contractor as the Contractor is for the acts and omissions of persons directly employed by the Contractor. • (d) The Contractor shall cause appropriate rovisi provisions to be inserted in all subcontracts relative to the Work to bind subcontractors to the Contractor by the terms of the General Conditions and other Contract Documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. (e) Nothing contained in this Contract shall create any contractual relation between any subcontractor and the Owner. Article 11 -Authority of the Engineer The Engineer will act as the Owner's representative during the construction period. The Engineer will decide questions which may arise as to quality and acceptability of products furnished and Work performed. The Engineer will interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. The Engineer will judge as to the accuracy of quantities submitted by the Contractor in partial payment estimates and the acceptability of the Work which these quantities represent. The decisions of the Engineer will be final and conclusive. • 3/1/2018 G003-109K\TS-00700 OM 00700-6 General Conditions Article 12 -Separate Contracts • (a) The Owner reserves the right to let other contracts in connection with this Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their products and the execution of their work, and the Contractor and other contractors shall properly connect and coordinate their work with each other. If the proper execution or results of any part of the Contractor's work depends upon the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. (b) The Owner may perform additional work related to the Project with Owner's own forces. The Contractor shall afford the Owner reasonable opportunity for the introduction and storage of products and the execution of work, and shall properly connect and coordinate Contractor's work with work performed by Owner's own forces. (c) If the performance of additional work by other contractors or the Owner is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof will be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the Owner or others involves the Contractor in additional expense or entitles the Contractor to an extension of the Contract Time, the Contractor may make a claim therefore as provided in Article 29. Article 13 - Laws and Regulations The Contractor's attention is directed to the fact that all applicable federal, state, county and city laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the Contract throughout, and they will be deemed to be included in the Contract as though written out in full herein. The Contractor shall keep fully informed of all laws, ordinances and regulations of the federal, state, county, city and municipal governments or authorities in any manner affecting those engaged or employed in the Work or the materials used in the Work or in any way affecting the conduct of the Work and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents herein referred to, in relation to any such law, ordinance, regulation, order or decree, the Contractor shall herewith report the same, in writing, to the Owner. The Contractor shall at all times observe and comply with all such existing and future laws, ordinances and regulations, and shall protect and indemnify the Owner,the Engineer and their agents against the violation of any such law, ordinance, regulation, order or decree, whether by the Contractor or by the Contractor's employees. • 3/1/2018 G003-109K\TS-00700 00700-7 General Conditions • Article 14 -Taxes The Contractor shall pay all sales, consumer, use and other similar taxes required by the law of the place where the Work is performed. The Owner will be responsible for any sales or use tax due on products furnished by the Owner to the Contractor to be incorporated into the Work. Article 15 - Notice and Service Thereof (a) All notices, demands, requests, instructions, approvals, and claims shall be in writing. (b) Any notice to or demand upon the Contractor will be sufficiently given if delivered at the office of the Contractor specified in the Proposal (or at such other office as the Contractor may from time to time designate to the Owner in writing), or if delivered by the United States Mail in a sealed, postage-prepaid envelope, or delivered by facsimile transmission, followed by written confirmation, in each case addressed to such office. (c) All papers required to be delivered to the Owner shall be delivered as stipulated in the Supplementary Conditions. • (d) Any such notice or demand shall be deemed to have been given to the Owner or made as of the time of actual delivery to Owner. Article 16 - Patents (a) The Contractor shall hold and save the Owner, the Engineer and their agents harmless from liability of any kind, including cost and expenses, reasonable attorney's fees, for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the Work, including its use by the Owner. (b) If the Contractor uses any design, process, device or materials covered by letters, trademarks, patent or copyright, the Contractor shall provide for such use by suitable agreement between the Owner and the holder of such patented or copyrighted design, device or material. The Contract prices shall include royalties or costs arising from the use of such design, device or materials, in any way involved in the Work. The Contractor and the Contractor's sureties shall indemnify and save harmless the Owner, the Engineer and their agents from claims for infringement by reason of the use of such patented or copyrighted design, process, device or materials or any trademark or copyright in connection with Work agreed to be performed under this Contract, and shall indemnify the Owner, the Engineer and their agents for any cost, expense, damage and reasonable attorney's fees which it • may be obliged to pay by reason of such infringement, at any time during the prosecution of the Work or after completion of the Work. 3/1/2018 G003-109K\TS-00700 00700-8 General Conditions Article 17 - Land and Rights-of-Way • The Owner will provide, as indicated in the Contract Documents and prior to the Notice to Proceed, the lands upon which the Work is to be done, rights-of-way for access thereto, and such other lands which are designated for the use of the Contractor. The Contractor shall confine work and all associated activities to the easements and other areas designated for the Contractor's use. The Contractor shall comply with any limits on construction methods and practices which may be required by easement agreements. If, due to some unforeseen reason, the necessary easements are not obtained, the Contractor shall receive an equitable extension of Contract Time and/or an equitable increase in the Contract Price to cover the Contractor's additional costs as a result thereof, provided the Owner is notified immediately of the claim. The Contractor's claim therefore shall be handled as provided for under Article 29. Should additional temporary easements for ingress or egress be required by the Contractor for more suitable access to the Work, these easements shall be obtained by the Contractor, at no additional cost to the Owner. Additional requirements shall be as stipulated in the Supplementary Conditions. Article 18 - Products • (a) Products shall be so stored in accordance with the manufacturer's recommendations to insure the preservation of their quality and fitness for the Work. Stored products to be incorporated in the Work shall be located so as to facilitate prompt inspection. (b) Manufactured products shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. (c) Products shall be furnished in accordance with shop drawings and/or samples submitted by the Contractor and approved by the Engineer. (d) Products to be incorporated into the Work shall not be purchased by the Contractor or the subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. • 3/1/2018 G003-109K\TS-00700 00700-9 General Conditions • Article 19 -Supervision of Work The Contractor shall supervise and direct the Work. The Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. The Contractor shall employ and maintain on the Work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor's representative at the site. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the Work. The supervisor shall have full authority to act on behalf of the Contractor and to execute the orders or directions of the Engineer without delay. The supervisor shall have full authority to promptly supply products, tools, plant equipment and labor as may be required. The supervisor's authority shall be such that all communication given to the supervisor shall be as binding as if given to the Contractor. The Contractor shall employ only competent and skilled personnel. The Contractor shall, upon demand from the Engineer, immediately remove any superintendent, foreman or workman whom the Engineer or Owner may consider incompetent or undesirable. Article 20 - Interruption of Facility Operations The Contractor shall provide the Owner with written notice at least five days prior to any 1111 interruption in facility operations required by construction activity. The notice shall include the date and time of the scheduled interruption; the length of time the interruption will be in effect; the procedures to be followed in effecting the interruption; a complete identification of all those processes, equipment and operations to be affected; and all other information the Owner may require. The Contractor shall provide any equipment, piping, auxiliary power or other means necessary to sustain facility operations or function for interruptions which have not been identified by the Specifications, or when interruptions must exceed the time allowed by the Specifications. Additional requirements, if any, shall be as stipulated in the Supplementary Conditions. Article 21 - Protection of Work, Property and Persons (a) The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to all employees on the Work and other persons who may be affected thereby, all the Work and all products to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or • replacement in the course of construction. 3/1/2018 G003-109K\TS-00700 00700- 10 General Conditions (b) 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 Hours and Safety Standards Act (PL 91-54). The Contractor shall erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards for safety and protection. (c) The Contractor shall remedy all damage, injury or loss to any property, improvements or facilities caused, directly or indirectly, in whole or in part, by the Contractor or any of the Contractor's subcontractors or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The property, improvements or facilities shall be replaced or restored to a condition as good as when the Contractor entered upon the Work. In case of failure on the part of the Contractor to restore such property, or make good such damages or injury, the Owner may, after 48 hours written notice, proceed to repair, rebuild, or otherwise restore such property, improvements or facilities as may be deemed necessary. The cost thereof will be deducted from any monies due or which may become due the Contractor under this Contract. (d) In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or Owner, shall act to prevent threatened damage, injury or loss. (e) Completed Work and stored products shall be suitably protected during • unseasonable weather,to allow Work to proceed in a timely fashion. Work planned, or in progress, should be performed to minimize impact of adverse weather. Article 22 - Protection of the Environment (a) The Contractor shall be responsible for taking all measures required to minimize all types of pollution associated with the undertaking of the proposed Work, and shall abide by the requirements of all governmental agencies having jurisdiction over the Work or Contractor's Project operations. (b) Any area used or involved in the Project that is disturbed by the Contractor, shall be restored to original or better condition, even though such area is outside the limits of that specified for grading, grassing or landscaping. Article 23 - Protection, Location and Relocation of Utilities The Contractor shall notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor shall protect from damage all existing improvements or utilities at, or in proximity to, the site of the Work, and shall repair or restore any damage to such facilities resulting from failure to exercise reasonable care in the performance of Work. If the 111 Contractor fails or refuses to repair any such damage promptly, the Owner may have the Work performed and charge the cost thereof to the Contractor. 3/1/2018 G003-109K\TS-00700 00700- 11 General Conditions • Prior to the construction or installation of any proposed facility or pipeline, the Contractor shall expose all existing utilities true to their vertical and horizontal location, within the vicinity of the Work. In order to avoid conflicts between existing and proposed facilities or utilities, the Contractor shall either relocate the existing or proposed utility on a temporary or permanent basis, or shall take whatever means necessary to protect the existing facilities or utilities during the installation of proposed utilities, as approved by the Engineer. No separate payment will be made for the relocation of existing utilities or for any work associated with the protection of existing facilities or utilities. Article 24 -Schedules, Reports and Records The Contractor shall submit to the Owner progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed as stipulated in the Supplementary Conditions. Article 25 - Drawings and Specifications The Drawings, Specifications, Contract Documents, and all supplemental documents, are considered essential parts of the Contract, and requirements occurring in one are as binding as though occurring in all. They are intended to define, describe and provide for all Work • necessary to complete the Project in an acceptable manner, ready for use, occupancy, or operation by the Owner. The Engineer will furnish the Contractor five copies of the Contract Documents, one copy of which the Contractor shall have available at all times on the Project site. Any additional copies will be furnished at additional cost. In case of conflict between the Drawings and Specifications, the Specifications will govern. Figure dimensions on Drawings will govern over scale dimensions, and detailed Drawings will govern over general Drawings. In cases where products or quantities are omitted from the Specifications, the description and quantities shown on the Drawings will govern. Any materially differing site condition as between what is shown on the Drawings and Specifications and actually found on site shall be immediately reported to the Engineer, in writing, prior to the commencement of Work at the site. Failure of the Contractor to notify the Engineer, in writing, of the differing site condition prior to performance of Work at the site shall constitute a waiver of any claim for additional monies. Any Change Order necessitated by the differing site condition shall be processed as provided under Article 29. • 3/1/2018 G003-109K\TS-00700 00700- 12 General Conditions Any ambiguities or need for clarification of the Drawings or Specifications shall be immediately • reported in writing to the Engineer. Any such ambiguity or need for clarification will be handled by the Engineer, in writing, as authorized by Article 11. No clarification of the Drawings and Specifications hereunder by the Engineer will entitle the Contractor to any additional monies unless a Change Order has been processed as provided by Article 29 hereof. Any work done by the Contractor following a discovery of such differing site condition or ambiguity or need for clarification in the Contract Drawings and Specifications, prior to a written report to the Engineer, shall not entitle the Contractor to additional monies and shall be done at the Contractor's risk. Article 26 -Surveys The Owner will furnish a land survey to establish a base line for locating the principal component parts of the Work, as shown in the Contract Documents. A bench mark will be established adjacent to the Work. From this information, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detailed surveys needed for construction, such as alignment, slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. Article 27 - Testing, Inspection and Rejection of Work (a) Testing of Materials: Unless otherwise specifically provided for in the • Specifications, the inspection and testing of products to be incorporated in the Work at the site shall be made by bureaus, laboratories, or agencies approved by the Owner; the cost of such inspection and testing shall be paid by the Contractor. The Contractor shall furnish evidence, satisfactory to the Owner, that the products have passed the required tests prior to their incorporation into the Work. The Contractor shall promptly segregate and remove rejected products from the site of the Work. (b) Inspection: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the Work performed and products used are in accordance with the requirements and intent of the Specifications and Contract Documents. No Work shall be done or products used without suitable inspection by the Engineer or Engineer's representative. Failure to reject any defective Work or product shall not in any way prevent later rejection when such defect is discovered, or obligate the Owner to final acceptance. (c) Authority and Duties of the Resident Inspector: The Resident Inspector will be authorized to inspect all Work done and all products furnished, including preparation, fabrication and manufacture of the products to be used, but the Resident Inspector will not be authorized to alter or waive any requirements of the Contract Documents. The Resident Inspector may reject products or suspend the Work until any question at issue can be referred to and decided by the Engineer. 110 The responsibility of the Contractor is not lessened by the presence of the Resident 3/1/2018 G003-109K\TS-00700 00700-13 General Conditions • Inspector. The Resident Inspector will be identified at the Pre-Construction Conference. (d) Rejection of Work and Materials: All products furnished and all Work done that is not in accordance with the Drawings or Specifications or that is defective will be rejected. All rejected products or Work shall be removed immediately. If rejected products or Work is not removed within 48 hours, the Engineer will have the right and authority to stop the Work immediately and will have the right to arrange for the removal of said rejected products or Work at the cost and expense of the Contractor. All rejected products or Work shall be replaced with other products or Work which conforms with the Drawings and Specifications. (e) Contractor's Responsibilities: Inspection of the Work will not relieve the Contractor of any obligations to fulfill the Contract and defective Work shall be made good regardless of whether such Work has been previously inspected by the Engineer and accepted or estimated for payment. The failure of the Engineer to reject improper Work shall not be considered a waiver of any defect which may be discovered later, or for Work actually defective. Article 28 - Contract Time and Liquidated Damages The Contract Time and Liquidated Damages shall be defined in the Advertisement for 11111 Proposal. The Contractor shall proceed with the Work at a rate of progress which will insure completion within the Contract Time. It is expressly understood and agreed by and between the Contractor and the Owner, that the Contract Time for the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions, and other factors prevailing in the locality of the Work. If the Contractor shall fail to perform the Work required within the Contract Time, or extended Contract Time if authorized by Change Order, then the Contractor shall pay to the Owner the full amount of liquidated damages specified in the Contract Documents for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in performance of the Work is due to the following and the Contractor has promptly given written notice of such delay to the Owner and Engineer: (a) To any preference, priority or allocation order duly issued by the Owner. (b) To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God or of the public enemy, acts of the Owner, acts of another contractor in the performance of a contract with • the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather; and, 3/1/2018 G003-109K\TS-00700 00700- 14 General Conditions (c) To any delays of subcontractors occasioned by any of the causes specified in • paragraphs(a)and (b). Article 29 - Changes in the Contract (a) Changes in the Work: The Owner may at any time, as the need arises, order changes within the scope of the Work without invalidating the Contract Agreement. If such changes increase or decrease the amount due under the Contract Documents, or in the time required for performance of the Work, an equitable adjustment will be authorized by Change Order. The Engineer, also, may at any time, by issuing a field order, make changes in the details of the Work. These changes by field order will not affect Contract Time or Contract Price. The Contractor shall proceed with the performance of any changes in the Work so ordered by the Engineer, unless the Contractor believes that such field order entitles Contractor to a change in Contract Price or Contract Time or both, in which event Contractor shall give the Engineer immediate, written notice thereof and if required by the Owner, an immediate estimate of the direct cost of Work as outlined in (b) below, after the receipt of the ordered change, and the Contractor shall not execute such changes pending the receipt of an executed Change Order or further written instruction from the Owner. Should the Contractor encounter, or the Owner discover, during the progress of the • Work, subsurface or latent conditions at the site materially differing from those shown on the Drawings or indicated in the Specifications, or unknown conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in Work of the character provided for in the Drawings and Specifications, the Owner shall immediately be notified in writing of such conditions before they are disturbed. The Owner will thereupon promptly investigate the conditions. If the Owner finds that conditions do so materially differ, or are of an unusual nature, and upon written request of the Contractor, an equitable adjustment will be authorized by Change Order. If the Contractor does not immediately notify the Owner in writing of the belief that a field order, additional work by other contractors or the Owner, or subsurface, latent or unusual unknown conditions entitles the Contractor to a Change Order, no consideration for time or money will be given the Contractor. The Owner may, with the Contractor's concurrence, elect to postpone the issuance of a Change Order until such time that a single Change Order of substantial importance can be issued incorporating several changes. In such cases,the Owner will indicate this intent for each change in the Contract in a written response to the Contractor's request for a change, following agreement by the Owner and Contractor on the change's scope, price and time. • 3/1/2018 G003-109K\TS-00700 00700-15 General Conditions 0 (b) Changes in Contract Price: The Contract Price may be changed only by a Change Order. The value of any Work covered by a Change Order for increase or decrease in the Contract Price will be determined by one or more of the following methods, in the order of precedence listed below: (1) By estimating the number of unit quantities of each part of the Work which is changed (either increased or decreased) and then multiplying the estimated number of such unit quantities by the price Proposed (which price shall include the Contractor's overhead and profit) for a unit quantity thereof. (2) The Owner will fix the total lump sum value of the change in the Work of the Contractor following the Contractor's submittal, within a reasonable time, of an estimate of the direct cost of the Work. The direct cost estimate will be added to, or deducted from, the Contract Price (which price will include the Contractor's overhead and profit as outlined below). If the Contractor does not submit a cost estimate of the Work in a reasonable time or if the Owner and Contractor do not reach agreement on the cost, the Owner may fix the total lump sum value at a reasonable amount. On any lump sum change which involves a net credit to the Owner, no allowance for overhead and profit will be figured. III (3) By ordering the Contractor to proceed with the Work and to keep and present, in such form as the Owner may direct, a correct account of the cost of the change together with all vouchers therefore. The cost hereunder will only include an allowance for overhead and profit as outlined below. For the Work performed in item (2) or (3) above, payment will be made for the documented actual direct cost of the following: (aa) Labor, including foremen, for those hours they are assigned and participating in the Work covered by the change order (actual direct payroll cost of wages). The Contractor shall furnish, if required by the Owner, certified payrolls to verify wages. All labor related costs will be included in a 30 percent markup of the cost of direct payroll wages. This refers to the Contractor's specific labor wages. (bb) Material delivered and used on the designated Work, including sales tax, if paid for by the Contractor and as verified by original invoices or otherwise verifiable to the Owner's acceptance. (cc) Rental, or ownership cost of equipment, including necessary transportation of equipment, having a purchase value in excess IIIof $300.00. Rental or ownership cost will be allowed for only those hours during which the equipment is required on the 3/1/2018 G003-109K\TS-00700 00700- 16 General Conditions project site. Cost allowances will not exceed the rates defined as • follows: the hourly rate, for equipment not used exclusively in the change to the scope of work, will be the monthly rate, as printed in the current Rental Blue Book for Construction Equipment published by Dataquest, divided by 176; the rate, for equipment used exclusively for those tasks identified in the change to the scope of work, will be the daily, weekly or monthly rate, used singularly or in combination, which will provide the lowest total cost. The rates will be modified by the Rate Adjustment Table factors to reflect a depreciation allowance indexed to the year a machine was originally manufactured and sold. The rates will be adjusted to account for regional differences in annual use hours, cost of labor, freight, taxes, etc. The amount by which basic rates will be increased or decreased is shown on the adjustment maps included in the "Blue Book". The equipment use period will begin only at the time equipment is unloaded at the site if the changed work, will include each day that the equipment is required at the site of the changed work and will terminate at the end of the day on which the use of such equipment becomes unnecessary, plus reasonable transportation time. The maximum time to be paid per day will not exceed eight hours unless the equipment is in operation for a longer time. The time which will be paid for per day, for equipment not used 41) exclusively in the change to the scope of work, will be the hours which the equipment was actually in operation on the changed work. In addition to the actual costs in items (aa)through (cc) above, there will be, for the Contractor actually performing the work, a fixed fee of 16 percent for bond, insurance, overhead and profit added to the cost of Items (aa), (bb) and (cc), above. If all or a portion of the Change Order is performed by a subcontractor, payment will be made for the documented actual direct cost as outlined in (aa), (bb) and (cc), above. A fixed fee of 16 percent for bond, insurance, overhead and profit will be added to the cost of (aa), (bb) and (cc) of the subcontractor's work only. A fixed fee of 10 percent will be added to the subcontractor's Work for the Contractor's administrative handling of portions of the Work that are performed by an approved subcontractor. No additional fixed fee will be allowed for the Contractor's or a subcontractor's administrative handling of Work performed by a subcontractor's subcontractor, unless by written permission from the Owner. All other costs not specifically listed above are considered to be included in the fixed fee. • 3/1/2018 G003-109K\TS-00700 00700- 17 General Conditions • (4) The Contractor shall, when required by the Owner, furnish the Owner with an itemized breakdown of the quantities and prices used in computing the value of any change that might be ordered, in a printed format, and with sufficient detail as required by the Owner. (c) Changes in Contract Time: The Contract Time may be changed only by a Change Order. Changes in the Work described in (a) and any other claim made by the Contractor for a change in the Contract Time will be evaluated by the Owner with the assistance and input of the Engineer and if the conditions warrant, an appropriate adjustment of the Contract Time will be made. The Owner, when making these evaluations will take into consideration the amount and scope of Work which has been changed and will evaluate if the change in Work has affected the critical path as currently accepted on the progress schedule such that it would delay the completion of the Project. If after these evaluations have been made and in the sole opinion of the Owner, the Contractor is due an extension of time, then it will be granted by a Change Order and the Owner will pay the associated cost due the Contractor for direct field costs, only as outlined under Changes in Contract Price (aa) and (cc), exclusive of Item (bb), based on any delays to the overall Project. Extensions of time granted as a result of weather will not result in a change in Contract Price. • Article 30 - Payments and Completion (a) Contract Price: The Contract Price is either a lump sum or the sum of the unit prices, or a combination thereof, stated in the Contract Agreement, for each item multiplied by the actual quantities installed of each item, and is the total amount payable by the Owner to the Contractor for the performance of the Work set forth in the Contract Documents. It is understood that the Contractor shall provide and pay for all products, labor (including labor performed after regular working hours, on Sundays, or on legal holidays), equipment, tools, water, light, power, sewer, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, place into operation, and deliver the Work. It is further understood that the Contractor's proposed construction schedule is based on a normal 40 hour, 5 day work week, less recognized holidays. If the Contractor desires to work in excess of this limit, the Contractor shall submit a written request to the Owner a minimum of five days prior to the desired work date. The Contractor shall be responsible for any additional expenses incurred by the Owner as a result of the extended work hours, including resident inspection overtime. The cost associated with resident inspector overtime will be deducted from the Contractor's monthly payment request. 3/1/2018 G003-109K\TS-00700 00700- 18 General Conditions (b) Breakdown of Cost: Before the first application for payment the Contractor shall • submit to the Engineer a breakdown of cost for the various portions of the Work, including quantities if required by the Engineer, aggregating the total Contract Price prepared in such form as specified or as the Engineer and the Contractor may agree upon and supported by such data to substantiate its correctness as the Engineer may reasonably require. This schedule of values, when approved by the Engineer, will be used only as a basis for the Contractor's application for payment; however, the payment schedule will correlate directly with the Overall Project Schedule (OPS) cost information, when applicable. (c) Progress Payments: At the end of each calendar month, the Contractor shall submit to the Engineer an itemized application for payment supported by such other substantiating data as the Engineer may reasonably require covering Work completed through the 25th day of the month. Any progress payment submitted by the Contractor after the fifth of the month will be included in the following month's payment. Application for payment may include, at the Contractor's option, the cost of products not yet incorporated into the Work which have been delivered to the site or to other storage locations authorized and approved by the Engineer. The Owner reserves the right to accept or reject pay requests for stored materials, and to limit payments to those stored materials which, in the Engineer's judgement, are necessary for continuing satisfactory Project progress. Payment for stored products will be subject to the following conditions being met or satisfied: (1) The products shall be received in a condition satisfactory for incorporation in the Work, including manufacturer's storage and installation instructions. (2) The products shall be stored in accordance with the manufacturer's recommendations and in such manner that any and all manufacturer's warranties will be maintained and that they will not be damaged due to weather, construction operations or any other cause. (3) An invoice from the manufacturer shall be furnished for each item on which payment is requested. The request may include reimbursement for cost of delivery, limited to common carrier rates, to the site, but will not include the Contractor handling, on or off site, or for storage expense. (4) The Contractor shall, on request of the Engineer, furnish written proof from the supplier of payment (less retention equal in percentage to that being retained by the Owner) for the products no later than 30 days after receipt of payment for same from the Owner. The Owner will have the right to deduct from the next payment estimate an amount equal to the payment for 410 the products if reasonable and adequate proof is not submitted. 3/1/2018 G003-109K\TS-00700 00700- 19 General Conditions • (5) Shop drawings, product data and samples, showing Exceptions Exce tions Taken" , has been received from the Contractor for that specific equipment or material. The Contractor warrants that title to all Work and products covered by an Application for Payment, whether incorporated into the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances (except retention equal in percentage to that being retained by the Owner which may be withheld from suppliers and subcontractors to guarantee completion and performance). (d) Certificate for Payment: If the Contractor has made application for payment as provided above, the Engineer will issue a Certificate for Payment to the Owner, with a copy to the Contractor, for such amount as the Engineer determines to be properly due, or the Engineer will state, in writing, itemized and specific reasons for withholding a Certificate as provided herein. After the Engineer has issued a Certificate for Payment, the Owner will pay to the Contractor the amount covering Work completed plus stored products, less retention and less previous payments made. • No certificate for a progress payment, nor any progress payment, nor any partial or entire use of occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents. (e) Retention: The Owner will retain the following amounts from each properly certified estimate: (1) Until the value of the Work completed, including stored materials, is at least 50 percent of the Contract amount, 10 percent of the value of all Work satisfactorily completed, including stored materials. (2) When the value of the completed Work totals at least 50 percent of the Contract amount, the Owner will discontinue retaining additional amounts provided the Work is progressing satisfactorily and there is no specific cause for retaining a larger sum. The total amount retained will be at least 5 percent of the Contract amount, adjusted for Change Orders, until the date of final payment. (3) The Owner may elect to reinstate retention of 10 percent of the value of the Work completed if at any time the Contractor fails to make satisfactory progress or if there is other specific cause. Satisfactory progress is identified as conforming to the construction progress schedule as required II/ in Article 24, as modified by the Supplementary Conditions. 3/1/2018 G003-109K\TS-00700 00700-20 General Conditions No form of collateral in lieu of cash will be acceptable as retainage. • Amounts retained by the Contractor from payments due to suppliers and subcontractors (expressed as a percentage) shall not exceed that being retained by the Owner. (f) Payments Withheld: The Engineer may decline to approve an Application for Payment and may withhold certificate, in whole or in part, as may be necessary to protect the Owner from loss because of: (1) Failure of the Contractor to make payments properly to subcontractors or for labor or products. (2) Unsatisfactory prosecution of the Work by the Contractor either due to quality of the Work or if the Contractor is behind the currently approved construction schedule. When the above reasons for nonpayment are corrected, then payment will be made for amounts withheld because of such reasons, not later than the next payment. Completion and Final Acceptance shall be as stipulated in the Supplementary Conditions. • END OF SECTION • 3/1/2018 G003-109K\TS-00700 Section 00800 Supplementary Conditions • General The provisions in this Section of the Specifications shall govern in the event of any conflict between this Section and the General Conditions. Article 1 - Notice of Award of Contract Article 1- Notice of Award of Contract, of the General Conditions, is hereby modified to include the following: Within 60 days after receipt of Proposals, the Owner will notify the successful Proposer of the award of the Contract. Should the Owner require additional time to award a Contract, the time may be extended by the mutual agreement between the Owner and the successful Proposer. If an award of Contract has not been made within 60 days from the Proposal date or within the extension mutually agreed upon, the Proposer may withdraw the Proposal without further liability on the part of either party. Article 4 - Insurance • Article 4- Insurance, of the General Conditions, is hereby modified to include the following: (a) Worker's Compensation: The Contractor shall procure and shall maintain during the life of the Contract Agreement, Worker's Compensation Insurance for all of Contractor's employees to be engaged in work on the Project under this Contract, and in case any such Work is sublet, the Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees to be engaged in such Work unless such employees are covered by the protection afforded by the Contractor's Worker's Compensation Insurance. Worker's Compensation Insurance shall include Broad Form All States Endorsement and Voluntary Compensation. The amount of insurance shall not be less than the following: Each Accident $100,000.00 Disease- Policy Limit $500,000.00 Disease- Each Employee $100,000.00 (b) Comprehensive General Liability: The Contractor shall procure and shall maintain during the life of the Contract Agreement, such Comprehensive General Liability and Broad Form Property Damage Insurance as shall protect Contractor and any subcontractor performing Work covered by this Contract from claims for damages for bodily injury, including accidental death, as well as from claims for property • damages, which may arise from operations under the Contract Agreement, whether such operations are by the Contractor or by any subcontractor or by anyone directly or indirectly employed by either of them. The amount of insurance shall not be less than the following: 3/1/2018 G003-109K\TS-00800 00800-2 Supplementary Conditions General Aggregate $2,000,000.00 • Products Comp/Ops Aggregate $2,000,000.00 Personal and Advertising Injury $1,000,000.00 Each Occurrence $1,000,000.00 Fire Damage (Any one fire) $ 50,000.00 Medical Expenses(Any one person) $ 5,000.00 The insurance shall include coverage of the following hazards: Underground Explosion/Collapse NOTE: For the purpose of insurance coverage, each detonation of blasting is a single occurrence. (c) Owner's and Contractor's Protective Liability: The Contractor shall procure and shall maintain during the life of the Contract Agreement, Owner's and Contractor's Protective Liability Insurance with the same limits as the Comprehensive General Liability. (d) Automobile Liability: The Contractor shall procure and shall maintain during the life of the Contract Agreement, Comprehensive Automobile Liability Insurance. The 41) insurance shall include coverage for owned, non-owned and hired vehicles. Amounts shall not be less than the following: Comprehensive Single Limits (CSL) $1,000,000.00 (e) Materials and Equipment Floater: The Contractor shall procure and shall maintain during the life of the Contract Agreement Materials and Equipment Floater Insurance to protect the interests of the Owner, the Contractor, and subcontractors against loss by vandalism, malicious mischief, and all hazards included in a standard All Risk Endorsement. The amount of the insurance shall at all times equal or exceed the full amount of the Contract. The policies shall be in the names of the Owner and the Contractor. (f) Certificates of Insurance: Certificates acceptable to the Owner shall be attached to the signed Contract Documents when they are transmitted to the Owner for execution. The Engineer and Owner shall be a named insured. • 3/1/2018 G003-109K\TS-00800 00800-3 Supplementary Conditions • Article 13 - Laws and Regulations Article 13 - Laws and Regulations, of the General Conditions is hereby modified to include the following: Article 13,following first paragraph, Add, Each and every provision of this agreement shall be construed in accordance with and governed by Georgia law. The parties acknowledge that this contract is executed in Augusta, Georgia and that the contract is to be performed in Augusta, Georgia. Each party hereby consents to the Augusta, Georgia Superior Court's sole jurisdiction over any dispute which arises as a result of the execution or performance of this agreement, and each party hereby waives any and all objections to venue in the Augusta, Georgia Superior Court. Where professional engineering work is required in connection with any of the components required by the Contract, all Bidders and component suppliers must ensure that there is full compliance with all applicable laws of the state of Georgia and any other state governing professional engineering. The Owner and Engineer do not warrant that the name of an entity listed as an acceptable manufacturer is or will be in compliance with said laws. Article 14 - Taxes Article 14-Taxes, of the General Conditions is hereby modified to include the following: The Contractor shall provide a written tabulation, plus other documentation as may be required, of all taxes, including sales tax, paid by the Contractor to assist the Owner in obtaining sales and/or use tax refunds for eligible machinery and equipment used for the primary purpose of reducing or eliminating air or water pollution in accordance with O.C.G.A. §48-8-4. Such written tabulation shall be included with each partial payment request. Additionally, the tabulation shall be documented with copies of invoices indicating the amount of tax paid, with all blanks completed on the invoice, and with a description of the function of the item included in the tabulation. All taxes will be paid by the Contractor. All refunds will accrue to the Owner. Article 15 - Notice and Service Thereof Article 15- Notice and Service Thereof, of the General Conditions is hereby modified to include the following: (c) All papers required to be delivered to the Owner shall, unless otherwise specified in • writing to the Contractor, be delivered to Augusta, Georgia, 535 Telfair Street, Suite 605,Augusta, Georgia 30901,Attn: Geri Sams, Procurement Director. 3/1/2018 G003-109K\TS-00800 00800-4 Supplementary Conditions (d) Any notice to or demand upon the Owner shall be sufficiently given if delivered to • the Office of Augusta, Georgia Procurement Director or if delivered by the United States Mail in a sealed, postage-prepaid envelope, or delivered by facsimile transmission, followed by written confirmation, in each case addressed to said Director or to such other representative of the Owner or to such other address as the Owner may subsequently specify in writing to the Contractor for such purposes. (e) The Contractor shall file all "Notices of Commencement" required for this Project in accordance with O.C.G.A. §44-14-361.5 et.seq. and §36-91-92 et.seq., as applicable. The Contractor shall respond to all requests for copies of a Notice of Commencement. Should the Owner or Engineer receive such a request, this request will be forwarded to the Contractor for further handling. The name and address of the Owner shall be as stated in paragraph (c) of this Article. The name and general description of the Project shall be as stated in the Advertisement for Proposal. Article 20 - Interruption of Facility Operations Article 20 - Interruption of Facility Operations, of the General Conditions, is hereby modified to include the following: The Contractor shall schedule the work such that the Contractor does not interrupt the existing landfill operations or any existing facility, including water mains and sewers. • Any damages resulting from surcharging, overflow or back-up caused by the Contractor's operations shall be the Contractor's responsibility. Fines charged to the Owner for overflows caused by the Contractor shall be paid for by the Contractor. Article 24 -Schedules, Reports and Records Article 24 - Schedules, Reports and Records, of the General Conditions, is hereby modified to include the following: (a) The Contractor shall submit to the Owner progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed as stipulated in the various sections of these Specifications. (b) Immediately after execution of the Contract by the Owner, and before the first partial payment is made, the Contractor shall deliver to the Owner a construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the Contractor in accordance with the • Progress Schedule. 3/1/2018 G003-109K\TS-00800 00800-5 Supplementary Conditions • (c) An updated schedule and an updated Schedule of Submittals shall be presented with each partial payment request. Lack of an updated schedule and/or an updated Schedule of Submittals will delay processing of the pay request until receipt of the updated schedule and/or an updated Schedule of Submittals. (d) If the schedule reflects a completion date prior to the completion date established by the Contract Agreement, this shall afford no basis to claim for delay should the Contractor not complete the Work prior to the projected completion date. Instead all "float" between the completion date in the Contractor's schedule and the completion date established in the Contract Agreement shall belong to and be exclusively available to the Owner. Should a change order be executed with a revised completion date, the progress schedule shall be revised to reflect the new completion date. (e) The Contractor shall maintain a complete set of up-to-date Record Documents on the Project site. (f) Project Coordination Meetings: The General Contractor shall participate in Project Coordination Meetings to be held on the site monthly, or more often if conditions warrant, to establish the current state of completion and revise the schedule as necessary. The Project Coordination Meeting will be conducted by the Owner and the Engineer. • (g) Contractor's Responsibilities (1) Implement the detailed Near Term Schedule of activities to the fullest extent possible between Project Coordination Meetings. (2) The Contractor shall prepare the Contractor's Daily Report by 10:00 a.m. of the day following the Report date. This Daily Report will contain, as a minimum, the weather conditions; number of workers by craft, including supervision and management personnel on site; active and inactive equipment on site; work accomplished by CPM activity item; problems; and visitors to the jobsite. (3) If a current activity or series of activities on the OPS is behind schedule and if the late status is not due to an excusable delay for which a time extension would be forthcoming, the Contractor shall attempt to reschedule the activity to be consistent with the Overall Project Schedule so as not to delay any of the Contract milestones. The Contractor agrees that: a. The Contractor shall attempt to expedite the activity completion so as to have it agree with the OPS. Such measures as the Contractor may choose shall be made explicit during the Project Coordination Meeting. • 3/1/2018 G003-109K\TS-00800 00800-6 Supplementary Conditions b. If, within two weeks of identification of such behind-schedule activity, the • Contractor is not successful in restoring the activity to an on schedule status,the Contractor shall: 1. Carry out the activity with the scheduled crew on an overtime basis until the activity is complete or back on schedule. 2. Increase the crew size or add shifts so the activity can be completed as scheduled. 3. Commit to overtime or increased crew sizes for subsequent activities, or some combination of the above as deemed suitable by the Engineer. These actions shall be taken at no increase in the Contract amount. (4) Maintain a current copy of all construction schedules on prominent display in the Contractor's field office at the Project site. (5) Cooperate with the Owner or Owner's representative in all aspects of the Project Scheduling System. Failure to implement the Project Scheduling System or to provide specified schedules, diagrams and reports, or to implement actions to re-establish progress consistent with the OPS may be 41110 causes for withholding of payment. Article 30 - Payments and Completion Article 30- Payments and Completion, of the General Conditions, is hereby modified to include the following: Paragraph (a),third paragraph, delete in its entirety. (g) Completion: ALL WORK REQUIRED BY THE CONTRACT DOCUMENTS, CONTRACT DRAWINGS AND SPECIFICATIONS MUST BE COMPLETED BEFORE THE FINAL INSPECTION IS PERFORMED. This includes, but is not limited to,the following: (1) Performing all tests as described in the detailed Specifications. (2) Final inspection by the Georgia Department of Natural Resources, Environmental Protection Division. (3) Removing temporary plugs, bulkheads, bypasses, etc. and diverting flow into the facility when directed by the Engineer. (4) Demonstrating operation of all pumps, compressors, and other equipment, III and making adjustments of gates, valves, controls, and other equipment. 3/1/2018 G003-109K\TS-00800 00800-7 Supplementary Conditions (5) Flushing all lines with potable water furnished by the Owner. (6) Demonstrating operation of all hatches, safety climb devices, etc. (7) Grassing and restoration of the work area. Upon completion of all work required, the Contractor shall submit completed Record Drawings to the Engineer and request, in writing,that the final inspection be performed. If the Engineer finds the work of the Contractor complete and acceptable in accordance with the provisions of the Contract Documents and that the Record Drawings accurately depict the complete work, Engineer will recommend to the Owner that the job be accepted and that final payment be made. In the event that the final inspection reveals deficiencies in meeting the Contract requirements, the Contractor shall complete all remaining items of work, and make adjustments found to be necessary. Upon receipt of written notice from the Contractor that the work is complete and ready for re-inspection, the Engineer will make a final inspection. The Contractor will be notified, in writing, by the Owner of the final acceptance of the work. The date of final acceptance shall be the termination date for the Contractor's liability for the physical properties of the facilities and the beginning of the warranty period. Before final payment can be made, the Contractor must certify, in writing, to the Owner that all payrolls, materials bills, and other indebtedness connected with the work have been paid. Final payment will not be made if there is disputed indebtedness or if there are liens upon the property. If upon completion of all work there is disputed indebtedness or there are liens upon the property, semi-final payment may be made, at the Owner's option, in accordance with the following provisions: (1) The Owner will retain an amount equal to the disputed indebtedness and/or liens upon the property including all related cost and interest in connections with said disputed indebtedness and liens which the Owner may be compelled to pay upon and subsequent adjudication. (2) The Contractor shall certify to those items of work not disputed that all payables, materials bills and other indebtedness connected with the work have been paid or otherwise satisfied. • The making of the final payment shall constitute a waiver of all claims by the Owner, other than those for faulty work covered by and appearing within the warranty period. 3/1/2018 G003-109K\TS-00800 00800-8 Supplementary Conditions The acceptance of final payment shall constitute a waiver of all claims by the 411 Contractor, except those previously made, in writing, and still unsettled. (h) Prompt Payment Clause (1) Owner and Contractor agree that all partial payments and final payments shall be subject to the Georgia Prompt Pay Act, as originally enacted and amended, and as set forth in O.C.G.A. §§13-11-1 through 13-11-11, except as provided below to the extent authorized by law: a. Interest Rate: For purposes of computing interest on late payments, the rate of interest shall be one-half percent per month or a pro-rata fraction thereof on the unpaid balance as may be due. b. Payment Periods: 1. When the Contractor has performed in accordance with the provisions of these Contract Documents, the Owner shall pay the Contractor within 45 days of receipt by the Owner or the Owner's representative of any properly completed Application for Payment, based upon work completed or service provided pursuant to the terms of these Contract Documents. 2. When a subcontractor has performed in accordance with the provisions of its subcontract and the subcontract conditions precedent to payment have been satisfied, the Contractor shall pay to that subcontractor and each subcontractor shall pay to its subcontractor, within ten days of receipt by the Contractor or subcontractor of each periodic or final payment, the full amount received for such subcontractors work and materials based on work completed or service provided under the subcontract, less retainage expressed as a percentage, but such retainage shall not exceed that retainage being held by the Owner, provided that the subcontractor has provided or provides such satisfactory reasonable assurances of continued performance and financial responsibility to complete its work as the Contractor in its reasonable discretion may require, including but not limited to a payment and performance bond. c. Interest on Late Payment: Except as otherwise provided in these Contract Documents and/or in O.C.G.A. §13-11-5, if a periodic or final payment to the Contractor is delayed by more than the time allotted in Paragraph b. of this Prompt Payment Clause or if a periodic or final payment to a subcontractor is delayed more than ten days after receipt of periodic or final payment by the Contractor or subcontractor, the • Owner, Contractor, or subcontractor, as the case may be, shall pay interest to its Contractor, or subcontractor beginning on the day following 3/1/2018 G003-109K\TS-00800 00800-9 Supplementary Conditions • the due dates as provided in Paragraph b. of this Prompt Payment Clause at the rate of interest as provided herein. Interest shall be computed per month or a pro-rata fraction thereof on the unpaid balance. There shall be no compounded interest. No interest is due unless the person or entity being charged interest receives "Notice" as provided in Paragraph d. of this Prompt Payment Clause. Acceptance of progress payments or final payment shall release all claims for interest on said payments. d. Notice of Late Payment and Request for Interest: Any person or entity asserting entitlement to interest on any periodic or final payment pursuant to the provisions of this Prompt Payment Clause shall provide "Notice" to the person or entity being charged interest of the charging party's claim to interest on late payment. "Notice" shall be in writing, served by U.S. Certified Mail - Return Receipt Requested at the time the properly completed Application for Payment is received by the Owner or Owner's representative, and shall set forth the following: 1. A short and concise statement that interest is due pursuant to the provisions of the Georgia Prompt Pay Act and this Prompt Payment Clause; • 2. The principal amount of the periodic or final payment which is allegedly due to the charging party; and 3. The first day and date upon which the charging party alleges that said interest will begin to accrue, pursuant to the provisions of the Georgia Prompt Pay Act and this Prompt Payment Clause. These "Notice" provisions are of the essence; therefore, failure to comply with any requirement as set forth in this Prompt Payment Clause precludes the right to interest on any alleged late payment to which said "Notice" would otherwise apply. (2) Integration with the Georgia Prompt Pay Act: Unless otherwise provided in these Contract Documents, the parties hereto agree that these provisions of this Prompt Payment Clause supersede and control all provisions of the Georgia Prompt Pay Act (O.C.G.A. §§13-11-1 through 13-11-11 (1994)), as originally enacted and as amended, and that any dispute arising between the parties hereto as to whether or not the provisions of this contract or the Georgia Prompt Pay Act control will be resolved in favor of these Contract Documents and its terms. • END OF SECTION 3/1/2018 G003-109K\TS-00800 00800- 10 Supplementary Conditions . THIS PAGE INTENTIONALLY LEFT BLANK. IIII IIII 3/1/2018 G003-109K\TS-00800 Section 01010 Summary of Work • Part 1 General 1.01 Description A. The Project consists of the following major elements: two 250,00 gallon leachate storage tanks with associated foundations, renovation of an existing 30,000 gallon leachate storage tank, concrete containment area, pumps, piping, controls and valves; all-weather gravel access road; duplex submersible pump station; improvements to the existing leachate storage tank containment area; miscellaneous piping and controls, 549,000 CY of structural fill placement, cleanout of two sediment ponds and erosion and sedimentation control items. B. All Work described above shall be performed as shown on the Drawings and as specified. 1.02 Project Location The equipment and materials to be furnished will be installed at the locations shown on the Drawings. • 1.03 Quantities The Owner reserves the right to alter the quantities of work to be performed or to extend or shorten the improvements at any time when and as found necessary, and the Contractor shall perform the work as altered, increased or decreased. Payment for such increased or decreased quantity will be made in accordance with the Instructions to Bidders. No allowance will be made for any change in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract and Bond. 1.04 Partial Owner Occupancy The existing facilities to which these improvements are being made will continue operating during the period of construction. END OF SECTION • 5/16/2017 G003-109K\TS-01010 01010-2 Summary of Work 0 THIS PAGE INTENTIONALLY LEFT BLANK. • • 5/16/2017 G003-109K\TS-01010 Section 01016 Occupancy • Part 1 General 1.01 Partial Occupancy by Owner Whenever, in the opinion of the Engineer, any section or portion of the Work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer and such usage will not be held in any way as an acceptance of said Work or structure, or any part thereof, or as a waiver of any of the provisions of these Specifications and the Contract. Pending final completion and acceptance of the Work, all necessary repairs and replacements, due to defective materials or workmanship or operations of the Contractor, for any section of the Work so put into use shall be performed by the Contractor at Contractor's own expense. END OF SECTION • • 3/1/2018 G003-109K\TS-01016 01016-2 Occupancy • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-01016 Section 01025 Measurement and Payment • Part 1 General 1.01 Scope A. The Bid lists each item of the Project for which payment will be made. No payment will be made for any items other than those listed in the Bid. B. Required items of work and incidentals necessary for the satisfactory completion of the work which are not specifically listed in the Bid, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid, shall be considered as incidental to the work. All costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the lump sum or unit prices proposed for the various Bid items. The Contractor shall prepare the Bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials, which are not furnished by the Owner and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. 1.02 Descriptions • A. Measurement of an item of work will be by the unit indicated in the Bid. B. Final payment quantities shall be determined from the record drawings. The record drawing lengths, dimensions, quantities, etc. shall be determined by a survey after the completion of all required work. Said survey shall conform to Sections 01055 and 01720 of these Specifications. The precision of final payment quantities shall match the precision shown for that item in the Bid. C. Payment will include all necessary and incidental related work not specified to be included in any other item of work listed in the Bid. D. Unless otherwise stated in individual sections of the Specifications or in the Bid, no separate payment will be made for any item of work, materials, parts, equipment, supplies or related items required to perform and complete the work. The costs for all such items required shall be included in the price proposed for item of which it is a part. E. Payment will be made by extending unit prices multiplied by quantities provided and then summing the extended prices to reflect actual work. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools and materials not furnished by the Owner and for performing all operations required to provide to the Owner the entire Project, complete in place, as • specified and as indicated on the Drawings. F. "Products" shall mean materials or equipment permanently incorporated into the work. 9/13/2018 G003-109K\TS-01025 01025-2 Measurement and Payment 1.03 Mobilization • The lump sum amount for Mobilization will be eligible for payment upon the completion of all related preparatory work and after transportation of the materials and equipment necessary for the first 30 days of the Contract Time. 1.04 Erosion and Sedimentation Control A. General 1. No separate payment shall be made for temporary and/or permanent erosion and sedimentation controls, except as noted below. All other temporary and/or permanent erosion and sedimentation control costs shall be included in the unit price for the item to which it pertains. 2. No payment will be made for any portion of the Project for which temporary erosion and sedimentation controls are not properly maintained. 3. Quantities for payment shall be based upon actual quantity constructed and authorized by the Engineer. B. Silt Fence: All costs for silt fence (whichever type is indicated), including installation, 1111 maintenance, repair, replacement, and removal, shall be included in the unit price for Silt Fence. C. Erosion Control Matting: All costs for erosion control matting, including materials, necessary earthwork, installation, periodic maintenance and repair, and removal of sediment following establishment of permanent erosion control measures shall be included in the unit price for Erosion Control Matting. D. Stone Check Dams: All costs for stone check dams, including stone, necessary earthwork, periodic maintenance and repair, and removal of sediment following establishment of permanent erosion control measures shall be included in the unit price for Stone Check Dams. E. Hay Bale Check Dams: All costs for hay bale check dams, including hay bales, necessary earthwork, periodic maintenance and repair, and removal of sediment following establishment of permanent erosion control measures shall be included in the unit price for Hay Bale Check Dams F. Temporary Inlet Sediment Trap: All costs for inlet protection, including gravel,fabric, materials, installation, necessary earthwork, periodic maintenance and repair, and removal of sediment following establishment of permanent erosion control measures shall be included in the unit price bid for Temporary Inlet Sediment Trap. 11111 9/13/2018 G003-109K\TS-01025 01025-3 Measurement and Payment 1111 G. Permanent Grassing 1. No separate payment will be made for temporary grassing. 2. Payment shall be made only for the final permanent perennial grassing. All costs for grassing, including seeding, fertilizing, mulching as well as temporary measures, shall be included in the unit price for Permanent Grassing. H. Diversion Berm: All cost for diversion berm, including necessary earthwork, installation, periodic maintenance and repair, and removal of sediment following establishment of permanent erosion control measures shall be included in the unit price for Diversion Berm. I. Downdrains: All costs for pipes and inlets, including materials, installation, necessary earthwork, periodic maintenance and repair, removal of sediment following establishment of permanent erosion control measures shall be included in the unit price bid for Downdrains. Measurement shall be along the length of pipe. J. NPDES Monitoring and Reporting: All costs associated with NPDES monitoring and reporting in accordance with Georgia EPD requirements and these Contract documents shall be included in the lump sum price bid for this item. This includes, • but is not limited to, preparation and submission of all inspections, record keeping, sampling and reporting as required under the permit. Additionally, this shall include preparation and submission of the project NOT to the Georgia EPD as well as EPD acceptance of the NOT. The NOI shall be the responsibility of the Owner. 1.05 Site Preparation and Demolition A. Clearing and Grubbing: Payment for clearing and grubbing of the Project site shall be made at the lump sum price for Clearing and Grubbing. No payment shall be made if proper erosion control devices are not constructed and maintained. Partial payments will be made based on the estimated percentage of the amount of clearing and grubbing which is complete at the time of the payment request. No additional payment will be made for disposal of clearing debris. B. Stripping and Stockpiling Topsoil: All cost of stripping and stockpiling of all topsoil for the Project site shall be included in the lump sum price for Stripping and Stockpiling Topsoil. No separate payment will be made for stripping and stockpiling of topsoil for areas not on the Project site. Partial payments will be made based on the estimated percentage of the amount of stripping and stockpiling which is complete at the time of the payment request. C. Demolition: All cost for demolition for the Project site shall be included in the lump sum price for Demolition. No separate payment will be made for demolition of items 411 not on the Project site. Areas where items are demolished or removed below existing grades, the cost for demolition shall include resorting the grades to pre- construction elevations. Partial payments will be made based on the estimated 9/13/2018 G003-109K\TS-01025 01025-4 Measurement and Payment percentage of the amount of demolition which is complete at the time of the • payment request. No additional payment will be made for disposal of debris resulting from demolition activities. 1.06 Earthwork and Roadway A. Tank Farm Area Earthwork lump sum work shall include the site preparation, grading, excavation and fill required between existing grade elevations and final grade elevations. B. Topsoil Placement: All costs for placement of topsoil on the perimeter berms and other areas to be grassed shall be included in the lump sum price for Topsoil Placement. Partial payment will be made based on the estimated percentage of the amount of topsoil placement which is complete at the time of the payment request. C. Phase 2C-On-Site Materials Earthwork 1. Item shall include all work associated with the excavation of materials and placement of structural fill on the Phase 2C area future building pad as identified on the plans. Excavation and backfill of pipelines, topsoil, stockpile work, and unsuitable materials will not be included in quantities for payment as Phase 2C - onsite materials earthwork. 2. Payment will be made at the unit price for Phase 2C - On Site Materials. • Quantities shall be determined from the analysis of the net difference between the total structural fill for the Phase 2C area building pad and the quantities determined for Phase 2C - On-Site Materials Earthwork Behind Citizens Drop-Off. Structural fill on the Phase 2C area building pad shall be based on field surveys in accordance with Sections 01055 and 01720 performed before and after the work was performed. Quantities for Phase 2C - On-Site Materials Earthwork Behind Citizens Drop-Off shall be determined in accordance with Part 1.06 K in this Section. The Contractor shall calculate the quantities and submit them to the Engineer with each request for payment. 3. Partial payment will be made based on the estimated percentage of the amount of earthwork which is complete at the time of the payment request. No additional payment will be made for extra Earthwork by Contractor for convenience, test preparation/sampling or as otherwise not defined in the Contract Documents. D. Unsuitable Materials 1. Payment for removal and replacement of soft or excessively wet material which is ordered by the Engineer or Owner's Representation that is not shown on the Drawings or specified shall be made at the unit price for Removal of Unsuitable Material and Replacement with Suitable Earth Material or Crushed Stone. No measurement for payment will be made 9/13/2018 G003-109K\TS-01025 01025-5 Measurement and Payment • unless all dewatering as specified in Section 02140 has been successfully accomplished. 2. Additional costs of corrective work made necessary by unauthorized excavation shall be borne by the Contractor. E. Sheeting, Bracing, and Timbering: No separate payment will be made for providing sheeting, bracing and timbering. F. Rock Excavation: No separate payment will be made for rock excavation. G. Dewatering: No separate payment will be made for dewatering required to accomplish the work. H. Backfilling: No separate payment will be made for backfilling or excavation, hauling and placement of borrow material. The cost of all such work and all costs incidental thereto shall be included in the unit price for the item to which the work pertains. I. All-Weather Access Road: All costs for constructing the all-weather access road including stone, geotextile fabric, surface preparation, excavation, grading, placement, and compaction shall be included in the unit price bid for All-Weather Access Road. No partial payments will be made for section of paving that are not full • thickness. J. Clean Existing Sediment Ponds 1. Clean Existing Sediment Ponds shall include all work associated with the removal of sediment from Pond D and from Pond E and stockpiling the material near the top or working face of the Phase 3 area as directed by the Owner. The cost of all such work and all costs incidental thereto shall be included in the unit price for the item Clean Existing Sediment Ponds for each pond. 2. Payment will be made at the unit price for Clean Existing Sediment Ponds. Quantities shall be determined from the analysis of the total fill for the stockpiled area as shown on the plans, based on field surveys in accordance with Sections 01055 and 01720 performed before and after the work was performed. The Contractor shall calculate the quantities and submit them to the Engineer with each request for payment. K. Phase 2C-On-Site Materials Earthwork Behind Citizens Drop-Off 1. Item shall include all work associated with the excavation of materials from an area adjacent to the existing Citizen Drop Off and placement of structural fill on the Phase 2C area future building pad as identified on the plans. Excavation and backfill of pipelines, topsoil, stockpile work, and unsuitable • materials will not be included in quantities for payment as Phase 2C - Onsite Materials Earthwork Behind Citizens Drop Off. 9/13/2018 G003-109K\TS-01025 01025-6 Measurement and Payment 2. Payment will be made at the unit price for Phase 2C - On Site Materials • Earthwork Behind Citizens Drop-Off. Quantities shall be determined from analysis of the net difference of the total excavated structural material removed from the area adjacent to the Citizens Drop-Off facility. Excavated structural material removed shall be based on field surveys in accordance with Sections 01055 and 01720 performed after Clearing and Grubbing is complete in accordance with Section 02100 and after the excavation work is complete. The Contractor shall calculate the quantities and submit them to the Engineer with each request for payment. 3. Partial payment will be made based on the estimated percentage of the amount of earthwork which is complete at the time of the payment request. No additional payment will be made for extra Earthwork by Contractor for convenience, test preparation/sampling or as otherwise not defined in the Contract Documents. 1.07 Trench Foundation and Stabilization, Excavation, and Backfill A. No separate or additional payment will be made for any special or unique method, means, techniques or equipment necessary for the Contractor's compliance with these Specifications, regulatory requirements, permits, laws or regulations which govern this Project. B. Trench Excavation: No separate payment will be made for trench excavation. All • costs shall be included in the unit price for the item to which it pertains at the appropriate depth. C. Sheeting, Bracing and Shoring: No separate payment will be made for providing any sheeting, bracing and shoring. D. Trench Foundation and Stabilization 1. No payment for trench stabilization shall be authorized until after the trench has been dewatered. If the pipe is installed in an inadequately prepared trench bottom, the Engineer shall notify the Contractor in writing of the deficiency and will not authorize payment for that portion of that length of pipe which was improperly installed. 2. Payment for trench stabilization shall be made on the basis of the amount authorized and the unit price for Trench Foundation and Stabilization. Payment shall include all costs for the removal and disposal of the unsuitable material and replacement with crushed stone. No additional payment will be made for material required for specified bedding. E. Bedding and Haunching 1. The unit price for pipe for leachate lines, gravity sewers and forcemains shall • include excavation of the trench to the depth below the pipe necessary to 9/13/2018 G003-109K\TS-01025 01025-7 Measurement and Payment IIIprovide specified bedding and to lay the utility to grade. 2. No additional payment will be made for additional trench depth. 3. No separate payment will be made for material used to provide specified bedding. The cost of all bedding materials shall be included in the unit price for the item to which it relates, except for trench stabilization. 4. No additional payment will be made for improved bedding required to compensate for over excavation of the trench. F. Initial Backfill 1. No separate payment shall be made for initial backfill. 2. No separate payment shall be made for drying out the initial backfill material in order to meet the compaction requirements. 3. No separate payment shall be made for the adding of moisture to the initial backfill materials in order to meet the compaction requirements. 4. No separate payment shall be made for providing select material if the in- • situ material cannot meet the compaction requirements. G. Final Backfilling 1. No additional payment will be made for additional material when excavated materials are used. 2. No separate payment shall be made for drying out the final backfill material in order to meet the compaction requirements. 3. No separate payment shall be made for the adding of moisture to the final backfill materials in order to meet the compaction requirements. 4. No additional payment will be made for providing select material if the in-situ material cannot meet the compaction requirements. 1.08 Gravity Sewer System A. Existing Utilities and Obstructions - Horizontal and Vertical Conflict: Payments for conflicts with existing utilities shall be made only where additional manholes and/or additional lengths of sewer are approved by the Engineer. Said payment shall be made at the unit prices in the Bid. No other payment will be made for any delay or extra cost encountered by the Contractor due to protection, avoidance or relocation • of existing utilities, mains or services or changing the horizontal alignment of the sewer. 9/13/2018 G003-109K\TS-01025 01025-8 Measurement and Payment B. No separate payment shall be made for survey work performed by or for the • Contractor in the establishment of reference points, bench marks, limits of right-of- way or easement, including the restoration, as well as centerline or baseline points. C. Pipe and Accessories 1. Measurement and payment at the unit price for HDPE Gravity Sewers shall be made for the quantity provided. Measurement for HDPE pipe shall be along centerline of structure or fitting to centerline of structure or fitting and from edge of structure penetration or connection at existing line to edge of structure termination. Quantities for payment shall be determined from a field run survey in accordance with Section 01055. 2. The cost of fittings, joints, connectors and end treatments shall be included in the unit price for the appropriate line. 3. No additional payment will be made for replacement of defective materials. D. Connect to Existing Sanitary Sewer Manhole: The lump sum price for Connect to Existing Sanitary Sewer Manhole shall include all cost for labor, materials, equipment, tools and incidentals required to connect the new gravity sewer to the manhole as shown on the drawings. The cost shall include, but not be limited to, excavation, manhole coring, grouting, manhole channel forming/ reforming, boots, • backfill and site restoration required to provide a complete and functional connection to the existing sanitary sewer system. E. Directional Drilling: All costs for providing the gravity sewer directional drilling installation including, but not limited to, equipment, material, launching/receiving pit, shoring, bracing, excavation, and backfill shall be included in the unit price for the Directional Drilling. F. HDPE Gravity Sewer Manhole: All costs for providing the HDPE Gravity Sewer Manhole including, but not limited to, equipment, material, installation, manhole structure, lid, flanges, hardware, shoring, bracing, excavation, and backfill shall be included in the unit price for the HDPE Gravity Sewer Manhole. G. Gravity Sewer Cleanout and Pad: Payment for gravity sewer cleanout and pad shall be made at the unit price shown for Gravity Sewer Cleanout and Pad. The unit price shall include all equipment, material, installation, fittings, flanges, hardware, shoring, bracing, excavation, and backfill required. H. Cleanup and Testing: Payment for cleanup and testing of gravity lines shall be made at the unit price shown for Cleanup and Testing. Payment will only be approved after both cleanup and testing are completed and approved by the Engineer. 1.09 Potable Water System 9/13/2018 G003-109K\TS-01025 01025-9 Measurement and Payment • A. Existing Utilities and Obstructions - Horizontal and Vertical Conflict: Payments for conflicts with existing utilities shall be made only where additional manholes and/or additional lengths of sewer are approved by the Engineer. Said payment shall be made at the unit prices in the Bid. No other payment will be made for any delay or extra cost encountered by the Contractor due to protection, avoidance or relocation of existing utilities, mains or services or changing the horizontal alignment of the sewer. B. No separate payment shall be made for survey work performed by or for the Contractor in the establishment of reference points, bench marks, limits of right-of- way or easement, including the restoration, as well as centerline or baseline points. C. Thrust Restraint: No separate payment will be made for thrust restraint. The cost of all required work shall be included in the unit price bid for related items. D. Pipe and Accessories 1. Measurement and payment at the unit price for HDPE water lines and Steel Casings shall be made for the quantity provided. Measurement for HDPE pipe shall be along centerline of fitting to centerline of fitting and from edge of connection to existing line to edge of connection at termination. Measurement for Steel Casing shall be from end of casing pipe to end of • casing pipe. Quantities for payment shall be determined from a field run survey in accordance with Section 01055. 2. The cost of fittings and bends shall be included in the unit price for the appropriate line. 3. No additional payment will be made for replacement of defective materials. E. 4-Inch x 8-Inch Tapping Sleeve in Box: All costs for providing connection to existing 8-inch water main using the 4-Inch x 8-Inch Tapping Sleeve in Box including, but not limited to, equipment, material, installation, valve box, 2-inch reducer, lid, concrete collar, fittings, hardware, box extensions, valves, excavation, and backfill shall be included in the unit price for the 4-Inch x 8-Inch Tapping Sleeve in Box. F. 2-Inch RPZ in Enclosure: All costs for providing the 2-Inch RPZ in Enclosure including, but not limited to, equipment, material, installation, valves, fittings, and above ground enclosure shall be included in the unit price for the 2-Inch RPZ in Enclosure. G. Cleanup, Testing and Disinfection: Payment for cleanup, testing and disinfection of water lines and shall be made at the unit price shown for Cleanup, Testing and Disinfection. Payment will only be approved after cleanup, testing and disinfection are completed and approved by the Engineer. • 1.10 Leachate Conveyance and Storage System Y g 9/13/2018 G003-109K\TS-01025 01025- 10 Measurement and Payment A. Existing Utilities and Obstructions - Horizontal and Vertical Conflict: Payments for • conflicts with existing utilities shall be made only where additional manholes, and/or fittings, valves, additional lengths of forcemain are approved by the Engineer. Said payment shall be made at the unit prices in the Bid. No other payment will be made for any delay or extra cost encountered by the Contractor due to protection, avoidance or relocation of existing utilities, mains or services or changing the horizontal alignment of the forcemain. B. No separate payment shall be made for survey work performed by or for the Contractor in the establishment of reference points, bench marks, limits of right-of- way or easement, including the restoration, as well as centerline or baseline points. C. Pipe and Accessories 1. Measurement and payment at the unit price for HDPE Forcemains and Steel Casings shall be made for the quantity provided. Measurement for HDPE pipe shall be along centerline of manhole to centerline of manhole and from edge of manhole penetration to edge of manhole termination. Measurement for Steel Casing shall be from end of casing pipe to end of casing pipe. Quantities for payment shall be determined from a field run survey in accordance with Section 01055. 2. The cost of fittings, bends, connectors and end treatments shall be included in the unit price for the appropriate line. • 3. No additional payment will be made for replacement of defective materials. D. Existing Tank Area Improvements 1. The lump sum price for Existing Tank Area Improvements shall include all cost for labor, materials, equipment, tools and incidentals required to construct Lift Station 1 and make improvements to existing tank and containment area as shown on the drawings. The cost shall include, but not be limited to construction of the pump pad, control panel, electrical connection(s), control panel sunshade, installation of the pumps, piping, valves, fittings and all connections making the lift station complete and functional. 2. All costs for rehabilitation of the existing 50,000 Gallon Bolted Steel Tank including, but not limited to, equipment, material, tank draining, interior and exterior cleaning, providing Manus Bond Sealant on all exposed interior and exterior tank edges, providing Manus Bond Sealant on all exposed exterior hardware, replacement of the roof hatch and roof knuckle panel, replacement of two cathodic bars, replacement of a maximum of three (3) tank panels in Ring 3 (bottom full ring), replacement of a maximum of three (3)tank panels in Ring 4 (bottom starter ring), replacement of a maximum of • two (2) tank panels in Tank Floor, replacement of one (1) tank panel in Ring 1 (upper ring) for sump discharge connection and control penetrations, 9/13/2018 G003-109K\TS-01025 01025-11 Measurement and Payment • replacement of the level indicator tape of the liquid level indicator, paint level indicator target with red epoxy, replacement of all warning placards, and touching-up of all coating chips shall be included in the lump sum price for Existing Tank Area Improvements. 3. No separate payment shall be made for the epoxy coating at the existing leachate tank containment area. All costs for completing the epoxy coating as shown on the drawings and as specified from the top of the cleaned and prepared concrete surface to the top of the finished epoxy coating shall be included in the lump sum price for Existing Tank Area Improvements. All costs shall include, but are not limited to, concrete preparation, crack remediation and sealing, joint cleaning and sealing, concrete cleaning, application equipment and all other preparation, application and curing requirements specified by the manufacturer. E. Lift Station 2: The lump sum price for Lift Station 2 shall include all cost for labor, materials, equipment, tools and incidentals required to construct the pump station as shown on the drawings. The cost shall include, but not be limited to, excavation and installation of wetwell, receiving manhole, and valve vault, control panel, electrical connection(s), data connection(s), data logger/monitor, concrete support pad, control panel sunshade, finished grading, bypass discharge and suction connections, gauges, installation of the pumps, piping, valves, fittings and all connections making the lift station complete and functional. 1111 F. Leachate Transfer System 1. The lump sum price Leachate Transfer System shall include all cost for labor, materials, equipment, tools and incidentals required to construct the Leachate Transfer Pumps, the Containment Area Access Stairs, the Valves and all Electrical Work associated with leachate transfer as shown on the drawings. 2. The Leachate Transfer System cost shall include, but not be limited to construction of the pump pad, blower pad, control panel, electrical connection(s), control panel sunshade, installation of the pumps, piping, valves, fittings and all connections making the pumps complete and functional. Pads shall include all materials, installation, curing and coatings as indicated on the drawings. 3. All costs for completing the containment area access stairs as shown on the drawings and as specified from the top of the prepared subgrade to top of the concrete surface and railings shall be included in the lump sum price bid for Leachate Transfer System. All costs shall include, but are not limited, subgrade preparation, graded aggregate base, forms, reinforcement, materials,jointing,joint sealing,finishing, curing, railings, and backfill. • 4. The electrical and equipment costs shall include, but not be limited to hardware, junction boxes, blower variable frequency drives, data 9/13/2018 G003-109K\TS-01025 01025- 12 Measurement and Payment logger/monitor (SCADA), autosampler, discharge weir, discharge flowmeter, • conduit, wire, fittings, electrical connections and connectors as required to make the electrical system and equipment complete and functional. Conduit, wire, fittings, electrical connections and connectors required to connect the blower variable frequency drives and SCADA system to the blowers shall be included in the Leachate Aeration System Cash Allowance. G. 250,000 Gallon Bolted Steel Tank and Foundation: All costs for providing the 250,000 Gallon Bolted Steel Tank and Foundation including, but not limited to, equipment, material, coatings as required for pH 11 leachate, sump, visual level indicator, installation, excavation, bedding, foundation and backfill shall be included in the unit price for the 250,000 Gallon Bolted Steel Tank and Foundation. H. Connect to Existing 4-Inch by 8-Inch Dual Contained Force main at Tank Farm with Manhole: All costs for providing the Connection to Existing 4-Inch by 8-Inch Dual Contained Forcemain at Tank Farm with Manhole including, but not limited to, equipment, excavation, manhole, material, valves, extension stems and handles, fittings, hardware, installation, excavation, bedding, backfill and surface restoration shall be included in the unit price for the Connect to Existing 4-Inch by 8-Inch Dual Contained Forcemain at Tank Farm with Manhole. I. Connect to Existing 4-Inch by 8-Inch Dual Contained Force main at Existing Tank Farm Area: All costs for providing the Connection to Existing 4-Inch by 8-Inch Dual Contained Force main at Existing Tank Farm Area including, but not limited to, 110 equipment, excavation, material, fittings, hardware, installation, excavation, bedding, backfill and surface restoration shall be included in the unit price for the Connect to Existing 4-Inch by 8-Inch Dual Contained Force main at Existing Tank Farm Area. J. Pipe Support Stands: All costs for providing the Pipe Support Stands including, but not limited to, equipment, material, pipe cradle, pipe collar, hardware, and installation shall be included in the unit price for the Pipe Support Stands. K. Cleanup and Testing: Payment for cleanup and testing of forcemains shall be made at the unit price shown for Cleanup and Testing. Payment will only be approved after both cleanup and testing are completed and approved by the Engineer. 1.11 Concrete and Miscellaneous Items A. 6-Inch Fiber Reinforced Concrete Containment Area with Walls and Sump: Payment for 6-Inch fiber reinforced concrete containment area with walls and sump shall be made at the unit price bid for constructed in-place quantities. All costs for constructing the 6-Inch fiber reinforced concrete containment area as shown on the drawings and as specified from the top of the compacted subgrade to the top of the concrete surface shall be included in the unit price bid for 6-Inch Fiber Reinforced Concrete Containment Area with Walls and Sump. All costs shall • include, but are not limited to, subgrade preparation, graded aggregate base, forms, reinforcement, materials, jointing, joint sealing, finishing, curing, water 9/13/2018 G003-109K\TS-01025 01025- 13 Measurement and Payment 1111 proof coating, water stops, parging, sump inlet grate, sump and grate penetrations and backfill. All costs for completing the tank containment area membrane coating as shown on the drawings and as specified from the top of the clean concrete surface to the top of the finished membrane coating shall be included in the unit price bid for 6-Inch fiber reinforced concrete containment area with walls and sump. All costs shall include, but are not limited to, concrete preparation, crack remediation and sealing, joint cleaning and sealing, concrete cleaning, application equipment and all other preparation, application and curing requirements specified by the manufacturer. B. 8-Inch Gravel Pavement: Payment for 8-Inch gravel pavement shall be made at the unit price bid for constructed in-place quantities. All costs for constructing the 8- Inch gravel pavement as shown on the drawings and as specified from the top of the compacted subgrade to the top of the gravel surface shall be included in the unit price bid for 8-Inch Gravel Pavement. All costs shall include, but are not limited to, subgrade preparation, geotextile fabric, graded aggregate base, placement, grading, and compaction. No partial payments will be made for sections of paving that are not full thickness. C. 8-Inch Steel Bollards: Payment for steel bollards shall be made at the unit price bid • for constructed in-place quantities.All costs for completing the 6-Inch and 8-Inch Steel Bollards as shown on the drawings and as specified from the top of the bottom of the excavation to top of the concrete crown shall be included in the unit price bid for 8-Inch Steel Bollards. All costs shall include, but are not limited, excavation, graded aggregate base, materials, painting, concrete fill, and backfill. 1.14 Cash Allowances A. General 1. The Contractor shall include in the Bid Total all allowances stated in the Contract Documents. These allowances shall cover the net cost of the services provided by a firm selected by the Owner. The Contractor's handling costs, labor, overhead, profit and other expenses contemplated for the original allowance shall be included in the items to which they pertain and not in allowances. 2. No payment will be made for nonproductive time on the part of testing personnel due to the Contractor's failure to properly coordinate testing activities with the work schedule or the Contractor's problems with maintaining equipment in good working condition. The Contractor shall make all necessary excavations and shall supply any samples of materials 11111 necessary for conducting compaction and density tests. 3. No payment shall be provided for services that fail to verify required results. 9/13/2018 G003-109K\TS-01025 01025- 14 Measurement and Payment B. Should the net cost be more or less than the specified amount of the allowance, the 41) Contract will be adjusted accordingly by change order. The amount of change order will not recognize any changes in handling costs at the site, labor, overhead, profit and other expenses caused by the adjustment to the allowance. C. Documentation 1. Submit copies of the invoices with each periodic payment request from the firm providing the services. 2. Submit results of services provided which verify required results. D. Schedule of Cash Allowances 1. Construction Verification Surveying a. Allow the amount provided in the Bid for construction surveying by an independent surveying firm, selected by the Owner, to perform horizontal and vertical alignment checks at the discretion of the Engineer. b. This allowance is solely for the use of the Engineer for verification of the Contractor's reference points, centerlines and work performed. The presence of this cash allowance in no way relieves the Contractor of the responsibility of installing reference points, centerlines, temporary bench marks or verifying that the work has been performed accurately. • 2. Materials Testing: Allow the amount provided in the Bid for the services of an engineering firm and testing laboratory for the testing of concrete cylinders for poured in place concrete and other testing services as required by the project specifications. 3. Landscaping: Allow the amount provided in the Bid for the construction of landscaping and irrigation systems by a firm selected by the Owner. Landscaping shall be constructed in accordance with separate documents and/or requirements to be provided by the Owner. Contractor shall not hinder the construction of these items and shall coordinate with the selected landscaping contractor at no additional charge to the Owner. 4. Contingency: Total amount shown for Contingency shall be treated as a separate cash allowance as defines above. Contractor shall allow the amount provided in the Bid for construction or purchase of miscellaneous items by a firm selected by the Owner. 5. Leachate Aeration System: Allow the amount provided in the Bid for the purchase and installation of the Leachate Aeration System by a firm selected by the Owner. The Owner shall direct the Contractor to purchase, receive delivery, store, protect, and deliver for installation at the Facility, the equipment deemed necessary by the Owner. The Contractor shall not include any costs in the Bid for the installation of the equipment. If deemed 9/13/2018 G003-109K\TS-01025 01025- 15 Measurement and Payment 411 necessary by the Owner, Contractor services for installation will be requested by the Owner in the form of a Change Order, as outlined in these Specifications. END OF SECTION • 9/13/2018 G003-109K\TS-01025 01025- 16 Measurement and Payment • THIS PAGE INTENTIONALLY LEFT BLANK. • • 9/13/2018 G003-109K\TS-01025 Section 01041 Coordination of Work • Part 1 General 1.01 General Management of the project shall be through the use of a logical method of construction planning, scheduling, and cost value documentation. 1.02 Existing Landfill Facilities A. The existing facilities at the Deans Bridge Road MSWLF must of necessity remain in operation while new construction is in progress. B. The Contractor shall coordinate his work with the Owner so that construction will not restrain or hinder operation of the existing facilities at the Landfill. If, at any time, any portion of the Landfill is out of service, the Contractor must obtain prior approval from the Owner as to the date, time and length of time that portion of the existing facilities are out of service. C. Connections to the existing facilities or alteration of existing facilities will be made at times when the facility involved is not in use or at times, established by the Owner, when use of the facility can be conveniently interrupted for the period of • time needed to make the connection or alteration. D. After having coordinated his work with the Owner, the Contractor shall notify the Engineer of the time, time limits and methods of each connection or alteration and have approval of the Engineer before any work is undertaken on the connections or alterations. E. Before any roadway or facilities are blocked off the Owner shall be contacted to coordinate operations for the landfill. 1.03 Other Utilities The Contractor shall coordinate his operations with all utility companies in or adjacent to the area of his work. The Contractor shall require said utilities to identify in the field their property and provide drawings as necessary to locate them. END OF SECTION • 3/1/2018 G003-109K\TS-01041 01041-2 Coordination of Work • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-01041 Section 01051 Grades, Lines and Levels • Part 1 General 1.01 Description A. All work under this contract shall be constructed in accordance with the lines and grades on the plans or as given by the Engineer or Owner. The full responsibility for holding to alignment and grade shall rest upon the Contractor. B. The Owner will provide a bench mark and minimal horizontal control. The Contractor will be responsible for setting offsets from these points and all other layout and staking. C. The Contractor shall safeguard all points, stakes, grade marks, bench marks, and monuments established on the work, shall bear the cost of reestablishing same if disturbed, and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain and protect such established points, stakes, and marks. END OF SECTION • • 3/1/2018 G003-109K\TS-01051 01051-2 Grades, Lines and Levels. • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-01051 Section 01055 Construction Staking • Part I General 1.01 Scope A. Construction staking shall include all of the surveying work required to layout the Work and control the location of the finished Project. The Contractor shall have the full responsibility for constructing the Project to the correct horizontal and vertical alignment, as shown on the Drawings, as specified, or as ordered by the Engineer. The Contractor shall assume all costs associated with rectifying work constructed in the wrong location and/or elevations. B. From the information shown on the Drawings and the information to be provided as indicated under Project Conditions below,the Contractor shall: 1. Be responsible for setting reference points and/or offsets, establishment of baselines, and all other layout, staking, and all other surveying required for the construction of the Project. 2. Safeguard all reference points, stakes, grade marks, horizontal and vertical control points, and shall bear the cost of re-establishing same if disturbed. • 3. Stake out the permanent and temporary easements or the limits of construction to ensure that the Work is not deviating from the indicated limits. 4. Be responsible for all damage done to reference points, baselines, center lines and temporary bench marks, and shall be responsible for the cost of re-establishment of reference points, baselines, center lines and temporary bench marks as a result of the operations. C. Baselines shall be defined as the line to which the location of the Work is referenced, i.e., edge of pavement, road centerline, property line, right-of-way or survey line. D. Record drawing surveys shall be performed in accordance with this Section and Section 01720 of these specifications. 1.02 Project Conditions A. The Drawings provide the location and/or coordinates of principal components of the Project. The alignment of some components of the Project may be indicated in the Specifications. The Engineer may order changes to the location of some of the • components of the Project or provide clarification to questions regarding the correct alignment. 3/1/2018 G003-109K\TS-01055 01055-2 Construction Staking B. The surveypoints, controlpoints, and baseline to be provided to the Contractor • shall be limited to only that information shown on the Drawings and which can be found on the Project site by the Contractor. C. A topographic survey is included on the Drawings. 1.03 Quality Assurance A. The Contractor shall furnish documentation, prepared by a surveyor currently registered in the State in which the Project is located, confirming that staking is being done to the horizontal and vertical alignment shown in the Contract Documents. This requires that the Contractor hire, at the Contractor's own expense, a currently registered surveyor, acceptable to the Owner, to provide ongoing construction staking or confirmation of such. B. Any deviations from the Drawings shall be confirmed by the Engineer prior to construction of that portion of the Project. C. Quantities for payments measured under this Contract shall be certified by the registered surveyor. D. Number of Topographical Surveys: The Contractor shall perform all surveying el required on the Project. The Contractor shall anticipate performing the following minimum number of surveys, the accuracy and handling of which is specified elsewhere: 1. Prior to performing any earthwork; (Before topsoil is stripped) 2. After final excavation/placement of all structural fill; 3. Before and after placement of unsuitable material and pond cleaning materials in the stockpile area. 1.04 Site Work A. Staking Precision: The precision of construction staking shall match the precision of a component's location indicated on the Drawings. If not indicated on the Drawings, staking of utilities shall be done in accordance with generally accepted practice for the type of utility. B. Paved Surfaces: The Contractor shall establish a reference point for establishing and verifying the paving subgrade and finished grade elevations. Any variance with plan grades shall be identified by the Contractor and confirmed by the Engineer • prior to constructing the base. 3/1/2018 G003-109K\TS-01055 01055-3 Construction Staking • 1.05 Earthwork Quantities for Payment A. Earthwork 1. The surveyor shall survey before and after the work is performed in such a manner to produce a topographical map with a two foot contour interval and sufficient spot elevations to define the topography. Ground elevations shall be obtained at a frequency equal to a 50 foot by 50 foot grid, plus intermediate spot elevations obtained at every change in slope. The initial survey shall be completed prior to any earthwork. The final survey shall be completed after replacement of topsoil has been completed. 2. The surveyor shall calculate the quantities of earthwork cut and fill and shall certify as to the accuracy of said survey and calculations. 3. The surveyor shall provide an electronic copy of the topography in an AutoCAD 2015 or later format. The drawing should be formatted for plotting at 1"=100'. Additionally, the drawing should include AutoCAD points, as well as, contours that are polylines with appropriate imbedded elevations. A separate survey point file shall be provided in a point number, northing, easting, elevation, and description comma delimited format. . 1.06 Pipe Quantities for Payment A. Pipe 1. The surveyor shall survey as-built locations of all piping as constructed. Field survey shots shall be at a minimum at every break in grade, every 100ft, every change in pipe type, every change in direction, every structure and at the pipe termination. The field survey shots shall include northings, eastings, elevations and description. 2. The surveyor shall calculate the length of all pipes installed by category identified in the Bid or Proposal Form. The lengths shall be based on the field surveys and in accordance with requirements of Section 01025. The surveyor shall report the quantities in a signed and sealed summary letter. The surveyor shall also calculate and report slopes of pipes. The surveyor shall note all slopes that are not in compliance with the project requirements. 3. The surveyor shall provide an electronic copy of the survey in an AutoCAD 2015 or later format. The drawing should be formatted for plotting at 1"=100'. Additionally, the drawing should include AutoCAD points, as well as, three dimensional polylines representing pipes with appropriate imbedded elevations. A separate survey point file shall be provided in a point 40 number, northing, easting, elevation, and description comma delimited format. 10/13/2016 G003-109K\TS-01055 01055-4 Construction Staking 1.05 As-Built Plans • A. The professionally certified as-built survey submittal shall include a reproducible drawing and three blue line copies at a scale of 1"=100', sealed by a Georgia registered land surveyor showing point numbers, locations, descriptions, elevations, and two-foot contours for each constructed component as detailed above. END OF SECTION • 3/1/2018 G003-109K\TS-01055 Section 01091 Codes and Standards • Part 1 General 1.01 Description A. Whenever reference is made to conforming to the standards of any technical society, organization, body, code or standard, it shall be construed to mean the latest standard, code, specification or tentative specification adopted and published at the time of advertisement for Bids. This shall include the furnishing of materials, testing of materials, fabrication and installation practices. In those cases where the Contractor's quality standards establish more stringent quality requirements, the more stringent requirement shall prevail. Such standards are made a part hereof to the extent which is indicated or intended. B. The inclusion of an organization under one category does not preclude that organization's standards from applying to another category. C. In addition, all work shall comply with the applicable requirements of local codes, utilities and other authorities having jurisdiction. D. All material and equipment, for which a UL Standard, an AGA or NSF approval or an • ASME requirement is established, shall be so approved and labeled or stamped. The label or stamp shall be conspicuous and not covered, painted, or otherwise obscured from visual inspection. E. The standards which apply to this Project are not necessarily restricted to those organizations which are listed in Article 1.02. 1.02 Standard Organizations A. Piping and Valves ACPA American Concrete Pipe Association ANSI American National Standards Institute API American Petroleum Institute ASME American Society of Mechanical Engineers AWWA American Water Works Association CISPI Cast Iron Soil Pipe Institute DIPRA Ductile Iron Pipe Research Association FCI Fluid Controls Institute MSS Manufacturers Standardization Society NCPI National Clay Pipe Institute NSF National Sanitation Foundation • PPI Plastic Pipe Institute Uni-Bell PVC Pipe Association 3/1/2018 G003-109K\TS-01091 01091-2 Codes and Standards B. Materials 111 AASHTO American Association of State Highway and Transportation Officials ANSI American National Standards Institute ASTM American Society for Testing and Materials GSI Geosynthetic Institute C. Painting and Surface Preparation NACE National Association of Corrosion Engineers SSPC Steel Structures Painting Council D. Electrical and Instrumentation AEIC Association of Edison Illuminating Companies AIEE American Institute of Electrical Engineers EIA Electronic Industries Association ICEA Insulated Cable Engineers Association IEC International Electrotechnical Commission IEEE Institute of Electrical and Electronic Engineers IES Illuminating Engineering Society • IPC Institute of Printed Circuits IPCEA Insulated Power Cable Engineers Association ISA ISA - The Instrumentation, Systems, and Automation Society NEC National Electric Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association REA Rural Electrification Administration TIA Telecommunications Industries Association UL Underwriter's Laboratories VRCI Variable Resistive Components Institute E. Aluminum AA Aluminum Association MMA American Architectural Manufacturers Association F. Steel and Concrete ACI American Concrete Institute AISC American Institute of Steel Construction, Inc. AISI American Iron and Steel Institute CRSI Concrete Reinforcing Steel Institute • NRMA National Ready-Mix Association PCA Portland Cement Association 3/1/2018 G003-109K\TS-01091 01091-3 Codes and Standards • PCI Prestressed Concrete Institute G. Welding ASME American Society of Mechanical Engineers AWS American Welding Society H. Government and Technical Organizations AIA American Institute of Architects APHA American Public Health Association APWA American Public Works Association ASA American Standards Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASQC American Society of Quality Control ASSE American Society of Sanitary Engineers CFR Code of Federal Regulations CSI Construction Specifications Institute EDA Economic Development Administration EPA Environmental Protection Agency IIIFCC Federal Communications Commission FmHA Farmers Home Administration FS Federal Specifications IAI International Association of Identification ISEA Industrial Safety Equipment Association ISO International Organization for Standardization ITE Institute of Traffic Engineers NBFU National Board of Fire Underwriters (NFPA) National Fluid Power Association NBS National Bureau of Standards NISO National Information Standards Organization OSHA Occupational Safety and Health Administration SI Salt Institute SPI The Society of the Plastics Industry, Inc. USDC United States Department of Commerce USGBC United States Green Building Council WEF Water Environment Federation I. General Building Construction AHA American Hardboard Association AHAM Association of Home Appliance Manufacturers IIIAITC American Institute of Timber Construction APA American Parquet Association, Inc. 3/1/2018 G003-109K\TS-01091 01091-4 Codes and Standards APA American Plywood Association • BHMA Builders Hardware Manufacturers Association BIFMA Business and Institutional Furniture Manufacturers Association DHI Door and Hardware Institute FM Factory Mutual Fire Insurance Company HPMA Hardwood Plywood Manufacturers Association HTI Hand Tools Institute IME Institute of Makers of Explosives ISANTA International Staple, Nail and Tool Association ISDSI Insulated Steel Door Systems Institute IWS Insect Screening Weavers Association MBMA Metal Building Manufacturers Association NAAMM National Association of Architectural Metal Manufacturers NAGDM National Association of Garage Door Manufacturers NCCLS National Committee for Clinical Laboratory Standards NFPA National Fire Protection Association NFSA National Fertilizer Solutions Association NKCA National Kitchen Cabinet Association NWMA National Woodwork Manufacturers Association NWWDA National Wood Window and Door Association RMA Rubber Manufacturers Association SBC SBCC Standard Building Code • SDI Steel Door Institute SIA Scaffold Industry Association SMA Screen Manufacturers Association SPRI Single-Ply Roofing Institute TCA Tile Council of America UBC Uniform Building Code J. Roadways AREA American Railway Engineering Association GDOT Georgia Department of Transportation K. Plumbing AGA American Gas Association NSF National Sanitation Foundation PDI Plumbing Drainage Institute SPC SBCC Standard Plumbing Code L. Refrigeration, Heating, and Air Conditioning AMCA Air Movement and Control Association • ARI American Refrigeration Institute 3/1/2018 G003-109K\TS-01091 01091-5 Codes and Standards • ASHRAE American Societyof Heating, Refrigeration, and Air Conditioning Engineers ASME American Society of Mechanical Engineers CGA Compressed Gas Association CTI Cooling Tower Institute HEI Heat Exchange Institute IIAR International Institute of Ammonia Refrigeration NB National Board of Boilers and Pressure Vessel Inspectors PFMA Power Fan Manufacturers Association SAE Society of Automotive Engineers SMACNA Sheet Metal and Air Conditioning Contractors National Association SMC SBCC Standard Mechanical Code TEMA Tubular Exchangers Manufacturers Association M. Equipment AFBMA Anti-Friction Bearing Manufacturers Association, Inc. AGMA American Gear Manufacturers Association ALI Automotive Lift Institute CEMA Conveyor Equipment Manufacturers Association CMAA Crane Manufacturers Association of America • DEMA Diesel Engine Manufacturers Association MMA Monorail Manufacturers Association OPEI Outdoor Power Equipment Institute, Inc. PTI Power Tool Institute, Inc. RIA Robotic Industries Association SAMA Scientific Apparatus Makers Association 1.03 Symbols Symbols and material legends shall be as scheduled on the Drawings. END OF SECTION • 3/1/2018 G003-109K\TS-01091 01091-6 Codes and Standards • THIS PAGE INTENTIONALLY LEFT BLANK •• 3/1/2018 G003-109K\TS-01091 Section 01200 Project Meetings 111 Part 1 General 1.01 Scope A. Work under this Section includes all scheduling and administering of pre-construction and progress meetings as herein specified and necessary for the proper and complete performance of this Work. B. Scheduling and Administration by Engineer: 1. Prepare agenda. 2. Make physical arrangements for the meetings. 3. Preside at meetings. 4. Record minutes including significant proceedings and decisions. 5. Distribute copies of the minutes to participants. 1.02 Preconstruction Conference A. The Engineer shall schedule the preconstruction conference prior to the issuance of the Notice to Proceed. B. Representatives of the following parties are to be in attendance at the meeting: 1. Owner. 2. Engineer. 3. Contractor and superintendent. 4. Major subcontractors. 5. Representatives of governmental or regulatory agencies when appropriate. C. The agenda for the preconstruction conference shall consist of the following as a minimum: 1. Distribute and discuss a list of major subcontractors and a tentative construction schedule. 2. Critical work sequencing. 3. Designation of responsible personnel and emergency telephone numbers. 4. Processing of field decisions and change orders. 5. Adequacy of distribution of Contract Documents. • 3/1/2018 G003-109K\TS-01200 01200-2 Project Meetings 6. Schedule and submittal of shop drawings, product data and samples. • 7. Pay request format,submittal cutoff date, pay date and retainage. 8. Procedures for maintaining record documents. 9. Use of premises, including office and storage areas and Owner's requirements. 10. Major equipment deliveries and priorities. 11. Safety and first-aid procedures. 12. Security procedures. 13. Housekeeping procedures. 14. Work hours. 1.03 Project Coordination Meetings A. Schedule regular monthly meetings as directed by the Engineer. B. Hold called meetings as the progress of the Work dictates. • C. The meetings shall be held at the location indicated by the Engineer. D. Representatives of the following parties are to be in attendance at the meetings: 1. Engineer. 2. Contractor and superintendent. 3. Major subcontractors as pertinent to the agenda. 4. Owner's representative as appropriate. 5. Representatives of governmental or other regulatory agencies as appropriate. E. The minimum agenda for progress meetings shall consist of the following: 1. Review and approve minutes of previous meetings. 2. Review work progress since last meeting. 3. Note field observations, problems and decisions. ro 4. Identify problems which impede planned progress. • 3/1/2018 G003-109K\TS-01200 01200-3 Project Meetings • 5. Review Contractor's corrective measures androcedures to regain egain plan schedule, when applicable. 6. Review Contractor's revision to the construction schedule as outlined in the Supplementary Conditions. 7. Review submittal schedule; expedite as required to maintain schedule. 8. Maintenance of quality and work standards. 9. Review changes proposed by Owner for their effect on the construction schedule and completion date. 10. Complete other current business. END OF SECTION • III 3/1/2018 G003-109K\TS-01200 • 01200-4 Project Meetings • THIS PAGE INTENTIONALLY LEFT BLANK • 3/1/2018 G003-109K\TS-01200 Section 01310 Construction Schedules • Part 1 General 1.01 Scope A. The work under this Section includes preparing, furnishing, distributing, and periodic updating of the construction schedules as specified herein. B. The purpose of the schedule is to demonstrate that the Contractor can complete the overall Project within the Contract Time and meet all required interim milestones. 1.02 Submittals A. Overall Project Schedule (OPS) 1. Submit the schedule within 10 days after date of the Notice to Proceed. 2. The Engineer will review the schedule and return it within 10 days after receipt. • 3. If required, resubmit within 10 days after receipt of a returned copy. B. Near Term Schedule (NTS) 1. Submit the first Near Term Schedule within 10 days of the Notice to Proceed. 2. The Engineer will review the schedule and return it within 10 days after receipt. C. Submit an update of the OPS and NTS with each progress payment request. D. Submit the number of copies required by the Contractor, plus three copies to be retained by the Engineer. 1.03 Approval Approval of the Contractor's detailed construction program and revisions thereto shall in no way relieve the Contractor of any of the Contractor's duties and obligations under the Contract. Approval is limited to the format of the schedule and does not in any way indicate approval of, or concurrence with, the Contractor's means, methods and ability to carry out the Work. • 3/1/2018 G003-109K\TS-01310 01310-2 Construction Schedules 1.04 Overall Project Schedule (OPS) • A. The Contractor shall submit to the Owner for approval a detailed Overall Project Schedule of the Contractor's proposed operations for the duration of the Project. The OPS shall be in the form of a Gantt/bar chart. B. Gantt/Bar Chart Schedule 1. Each activity with duration of seven or more days shall be identified by a separate bar. Activities with duration of more than 30 days shall be sub-divided into separate activities. 2. The schedule shall include activities for shop drawing preparation and review, fabrication, delivery, and installation of major or critical path materials and equipment items. 3. The schedule shall show the proposed start and completion date for each activity. A separate listing of activity start and stop dates and working day requirements shall be provided unless the information is shown in text form on the Gantt/bar chart. 4. The schedule shall identify the Notice to Proceed date, the Contract Completion date, major milestone dates, and a critical path. • 5. The schedule shall be printed on a maximum 11 x 17-inch size paper. If the OPS needs to be shown on multiple sheets, a simplified, one page, summary bar chart showing the entire Project shall be provided. 6. The schedule shall have a horizontal time scale based on calendar days and shall identify the Monday of each week. 7. The schedule shall show the precedence relationship for each activity. 1.05 Near Term Schedule (NTS) A. The Contractor shall develop and refine a detailed Near Term Schedule showing the day to day activities with committed completion dates which must be performed during the upcoming 30 day period. The detailed schedule shall represent the Contractor's best approach to the Work which must be accomplished to maintain progress consistent with the Overall Project Schedule. B. The Near Term Schedule shall be in the form of Gantt/bar chart and shall include a written narrative description of all activities to be performed and describe corrective action to be taken for items that are behind schedule. • 3/1/2018 G003-109K\TS-01310 01310-3 Construction Schedules • 1.06 Updating A. Show all changes occurring since previous submission of the updated schedule. B. Indicate progress of each activity and show actual completion dates. C. The Contractor shall be prepared to provide a narrative report at the Project Coordination Meetings. The report shall include the following: 1. A description of the overall Project status and comparison to the OPS. 2. Identify activities which are behind schedule and describe corrective action to be taken. 3. A description of changes or revisions to the Project and their effect on the OPS. 4. A description of the Near Term Schedule of the activities to be completed during the next 30 days. The report shall include a description of all activities requiring participation by the Engineer and/or Owner. i END OF SECTION • 3/1/2018 G003-109K\TS-01310 01310-4 Construction Schedules • THIS PAGE INTENTIONALLY LEFT BLANK •• 3/1/2018 G003-109K\TS-01310 Section 01320 Construction Videos and Photographs • Part 1 General e al 1.01 Scope A. The Contractor shall furnish all equipment and labor materials required to provide the Owner with digital construction videos and photographs of the Project. B. Photo and video files shall become the property of the Owner and none of the videos or photographs herein shall be published without written permission of the Owner. 1.02 Pre and Post Construction Videos and Photographs A. Prior toh t e beginning of any work, the Contractor shall take project videos and photographs of the work area to record existing conditions. B. Following completion of the work, another video and photos shall be made showing the same areas and features as in the pre-construction video and photographs. C. All conditions which might later be subject to disagreement shall be shown in • sufficient detail to provide a basis for decisions. D. The pre-construction video and photographs shall be submitted to the Engineer within 25 calendar days after the date of receipt of Notice to Proceed. Post-construction videos and photographs shall be provided prior to final acceptance of the project. 1.03 Progress Photographs A. Photo files shall be provided in a .jpg or.tif format. B. The photographs shall be embedded with a date and time marking. All image files shall be named to indicate date and description of work shown. C. A minimum of ten photographs shall be submitted with each request for payment. The view selection will be as agreed to with the Engineer. 1.04 Submittals A. Photographs and videos shall be submitted on either a CD or DVD, as well as, printed hard copies. Format for the video shall be MPEG or AVI. B. Construction photographs shall be submitted with each payment request. Failure to include photographs may be cause for rejection of the payment request. END OF SECTION 3/1/2018 G003-109K\TS-01320 01320-2 Construction Videos and Photographs THIS PAGE INTENTIONALLY LEFT BLANK. . • 3/1/2018 G003-109K\TS-01320 Section 01340 Shop Drawings, Product Data, and Samples • Part 1 General 1.01 Scope A. The work under this Section includes submittal to the Engineer of shop drawings, product data and samples required by the specifications and drawings. B. Submittal Contents: The submittal contents required are detailed in each applicable specification section. C. Definitions: Submittals are categorized as follows: 1. Shop Drawings a. Shop drawings shall include technical data, drawings, diagrams, procedure and methodology, performance curves, schedules, templates, patterns, test reports, calculations, instructions, measurements and similar information as applicable to the specific item for which the shop drawing is prepared. b. Provide newly-prepared information, on reproducible sheets, with graphic • information at accurate scale (except as otherwise indicated) or appropriate number of prints hereof, with name or preparer (firm name) indicated. The Contract Drawings shall not be traced or reproduced by any method for use as or in lieu of detail shop drawings. Show dimensions and note dimensions that are based on field measurement. Identify materials and products in the work shown. Indicate compliance with standards and special coordination requirements. Do not allow shop drawings to be used in connection with the Work without appropriate final "Action" markings by the Engineer. c. Drawings shall be presented in a clear and thorough manner. Details shall be identified by reference to sheet and detail, specification section, schedule or room numbers shown on the Contract Drawings. d. Minimum assembly drawings sheet size shall be 24 x 36-inches. e. Minimum detail sheet size shall be 8-1/2 x 11-inches. f. Minimum Scale: i. Assembly Drawings Sheet, Scale: 1-inch = 30 feet. • ii. Detail Sheet,Scale: 1/4-inch = 1 foot. 3/1/2018 G003-109K\TS-01340 01340-2 Shop Drawings, Product Data,and Samples 2. Product Data • a. Product data includes standard printed information on materials, products and systems, not specially prepared for this Project, other than the designation of selections from among available choices printed therein. b. Collect required data into one submittal for each unit of work or system, and mark each copy to show which choices and options are applicable to the Project. Include manufacturer's standard printed recommendations for application and use, compliance with standards, application of labels and seals, notation of field measurements which have been checked and special coordination requirements. 3. Samples a. Samples include both fabricated and un-fabricated physical examples of materials, products and units of work, both as complete units and as smaller portions of units of work, either for limited visual inspection or, where indicated,for more detailed testing and analysis. b. Provide units identical with final condition of proposed materials or products for the work. Include "range" samples, not less than three • units, where unavoidable variations must be expected, and describe or identify variations between units of each set. Provide full set of optional samples where the Engineer's selection is required. Prepare samples to match the Engineer's sample where indicated. Include information with each sample to show generic description, source or product name and manufacturer, limitations and compliance with standards. Samples are submitted for review and confirmation of color, pattern, texture and "kind" by the Engineer. Engineer will note "test" samples, except as otherwise indicated, for other requirements, which are the exclusive responsibility of the Contractor. 4. Miscellaneous submittals related directly to the Work (non-administrative) include warranties, maintenance agreements, workmanship bonds, project photographs, survey data and reports, physical work records, statements of applicability, quality testing and certifying reports, copies of industry standards, record drawings, field measurement data, operating and maintenance materials, overrun stock, security/protection/safety keys and similar information, devices and materials applicable to the Work but not processed as shop drawings, product data or samples. • 3/1/2018 G003-109K\TS-01340 01340-3 Shop Drawings, Product Data,and Samples • 1.02 Specific Category Requirements A. General: Except as otherwise indicated in the individual work sections, comply with general requirements specified herein for each indicated category of submittal. Submittals shall contain: 1. The date of submittal and the dates of any previous submittals. 2. The Project title. 3. Numerical submittal numbers, starting with 1.0, 2.0, etc. Revisions to be numbered 1.1, 1.2, etc. 4. The Names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification section number, . permanent equipment tag numbers and applicable Drawing Number. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Notification to the Engineer in writing, at time of submissions, of any deviations on the submittals from requirements of the Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8"x 3" blank space for Contractor and Engineer stamps. 12. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria and coordination of the information within the submittal with requirements of the Work and of Contract Documents. 13. Submittal sheets or drawings showing more than the particular item under consideration shall have all but the pertinent description of the item for • which review is requested crossed out. 3/1/2018 G003-109K\TS-01340 01340-4 Shop Drawings, Product Data,and Samples 1.03 Routing of Submittals • A. Submittals and routine correspondence shall be routed as follows: 1. Supplier or Subcontractor to Contractor(through representative if applicable) 2. Contractor to Engineer 3. Engineer to Contractor and Owner 4. Contractor to Supplier or Subcontractor Part 2 Products 2.01 Shop Drawings A. Unless otherwise specifically directed by the Engineer, make all shop drawings accurately to a scale sufficiently large to show all pertinent features of the item and its method of connection to the Work. B. The number of shop drawings to be submitted shall be no less than the number required to be returned, plus three copies which will be retained by the Engineer. • 2.02 Manufacturer's Literature A. Where content of submitted literature from manufacturers includes data not pertinent to this submittal, clearly indicate which portion of the contents is being submitted for the Engineer's review. B. Submit the number of copies which are required to be returned (not to exceed three) plus three copies which will be retained by the Engineer. 2.03 Samples A. Samples shall illustrate materials, equipment or workmanship and established standards by which completed work is judged. B. Unless otherwise specifically directed by the Engineer, all samples shall be of the precise article proposed to be furnished. C. Submit all samples in the quantity which is required to be returned plus one sample which will be retained by the Engineer. • 3/1/2018 G003-109K\TS-01340 01340-5 Shop Drawings, Product Data, and Samples • 2.04 Colors A. Unless the precise color and pattern is specifically described in the Contract Documents, wherever a choice of color or pattern is available in a specified product, submit accurate color charts and pattern charts to the Engineer for review and selection. B. Unless all available colors and patterns have identical costs and identical wearing capabilities, and are identically suited to the installation, completely describe the relative costs and capabilities of each. Part 3 Execution 3.01 Contractor's Coordination of Submittals A. Prior to submittal for the Engineer's review, the Contractor shall use all means necessary to fully coordinate all material, including the following procedures: 1. Determine and verify all field dimensions and conditions, catalog numbers and similar data. 2. Coordinate as required with all trades and all public agencies involved. • 3. Submit a written statement of review and compliance with the requirements of all applicable technical Specifications as well as the requirements of this Section. 4. Clearly indicate in a letter or memorandum on the manufacturer's or fabricator's letterhead, all deviations from the Contract Documents. B. Each and every copy of the shop drawings and data shall bear the Contractor's stamp showing that they have been so checked. Shop drawings submitted to the Engineer without the Contractor's stamp will be returned to the Contractor for conformance with this requirement. C. The Owner may backcharge the Contractor for costs associated with having to review a particular shop drawing, product data or sample more than two times to receive a "No Exceptions Taken" mark. D. Grouping of Submittals 1. Unless otherwise specifically permitted by the Engineer, make all submittals in groups containing all associated items. • 2. No review will be given to partial submittals of shop drawings for items which interconnect and/or are interdependent. It is the Contractor's responsibility to assemble the shop drawings for all such interconnecting and/or 3/1/2018 G003-109K\TS-01340 01340-6 Shop Drawings, Product Data,and Samples interdependent items, check them and then make one submittal to the • Engineer along with Contractor's comments as to compliance, non-compliance or features requiring special attention. E. Schedule of Submittals Within 30 days of Contract award and prior to any shop drawing submittal, the Contractor shall submit a schedule showing the estimated date of submittal and the desired approval date for each shop drawing anticipated. A reasonable period shall be scheduled for review and comments. Time lost due to unacceptable submittals shall be the Contractor's responsibility and some time allowance for resubmittal shall be provided. The schedule shall provide for submittal of items which relate to one another to be submitted concurrently. 3.02 Timing of Submittals A. Make all submittals far enough in advance of scheduled dates for installation to provide all required time for reviews, for securing necessary approvals, for possible revision and resubmittal, and for placing orders and securing delivery. B. In scheduling, allow sufficient time for the Engineer's review following the receipt of the submittal. Reviewed ShopIII 3.03 Drawings A. Engineer Review 1. Allow a minimum of 30 days for the Engineer's initial processing of each submittal requiring review and response, except allow longer periods where processing must be delayed for coordination with subsequent submittals. The Engineer will advise the Contractor promptly when it is determined that a submittal being processed must be delayed for coordination. Allow a minimum of two weeks for reprocessing each submittal. Advise the Engineer on each submittal as to whether processing time is critical to progress of the Work, and therefore the Work would be expedited if processing time could be foreshortened. 2. Acceptable submittals will be marked "No Exceptions Taken". A minimum of three copies will be retained by the Engineer for Engineer's and the Owner's use and the remaining copies will be returned to the Contractor. 3. Submittals requiring minor corrections before the product is acceptable will be marked "Make Corrections Noted". The Contractor may order, fabricate and ship the items included in the submittals, provided the indicated corrections are made. Drawings must be resubmitted for review and marked III "No Exceptions Taken" prior to installation or use of products. 3/1/2018 G003-109K\TS-01340 01340-7 Shop Drawings, Product Data,and Samples • 4. Submittals marked "Amend and Resubmit" must be revised to reflect required changes and the initial review procedure repeated. 5. The "Rejected - See Remarks" notation is used to indicate products which are not acceptable. Upon return of a submittal so marked, the Contractor shall repeat the initial review procedure utilizing acceptable products. 6. Only two copies of items marked "Amend and Resubmit" and "Rejected - See Remarks" will be reviewed and marked. One copy will be retained by the Engineer and the other copy with all remaining unmarked copies will be returned to the Contractor for resubmittal. B. No work or products shall be installed without a drawing or submittal bearing the "No Exceptions Taken" notation. The Contractor shall maintain at the job site a complete set of shop drawings bearing the Engineer's stamp. C. Substitutions: In the event the Contractor obtains the Engineer's approval for the use of products other than those which are listed first in the Contract Documents, the Contractor shall, at the Contractor's own expense and using methods approved by the Engineer, make any changes to structures, piping and electrical work that may be necessary to accommodate these products. • D. Use of the "No Exceptions Taken" notation on shop drawings or other submittals is general and shall not relieve the Contractor of the responsibility of furnishing products of the proper dimension, size, quality, quantity, materials and all performance characteristics, to efficiently perform the requirements and intent of the Contract Documents. The Engineer's review shall not relieve the Contractor of responsibility for errors of any kind on the shop drawings. Review is intended only to assure conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The Contractor is responsible for dimensions to be confirmed and correlated at the job site. The Contractor is also responsible for information that pertains solely to the fabrication processes or to the technique of construction and for the coordination of the work of all trades. 3.04 Resubmission Requirements A. Shop Drawings 1. Revise initial drawings as required and resubmit as specified for initial submittal, with the resubmittal number shown. 2. Indicate on drawings all changes which have been made other than those requested by the Engineer. • B. Project Data and Samples: Resubmit new data and samples as specified for initial submittal, with the resubmittal number shown. 3/1/2018 G003-109K\TS-01340 01340-8 Shop Drawings, Product Data,and Samples 3.05 Project Closeout A. Prior to final completion, Contractor shall submit electronic copies of all approved (NET) shop drawings. Each shop drawing shall be scanned as a separate pdf file and named to match the submittal number. B. Electronic, scanned copy of approved shop drawings shall be submitted to the Engineer on a CD or DVD. END OF SECTION • 1111 3/1/2018 G003-109K\TS-01340 Section 01410 Testing Laboratory Services • Part 1 General 1.01 Scope A. This Section includes testing which the Owner may require, beyond that testing required of the manufacturer, to determine if materials provided for the Project meet the requirements of these Specifications. B. This work also includes all testing required by the Owner to verify work performed by the Contractor is in accordance with the requirements of these Specifications, i.e., concrete strength and slump testing, soil compaction, etc. C. This work does not include materials testing required in various sections of these Specifications to be performed by the manufacturer, e.g., testing of liner materials. D. The testing laboratory or laboratories will be selected by the Owner. The testing laboratory or laboratories will work for the Owner. E. The testing laboratory services to be performed by the Engineer may or may not be performed by the independent testing laboratory required elsewhere in these • Specifications. 1.02 Payment for Testing Services A. The cost of testing services required by the Contract to be provided by the Contractor shall be paid for by the Owner through the CASH ALLOWANCE, i.e., concrete testing, soil compaction, asphalt testing and geosynthetic testing. B. The cost of additional testing services not specifically required in the Specifications, but requested by the Owner or Engineer, shall be paid for by the Owner through the CASH ALLOWANCE. C. The cost of testing laboratory services required to be performed by the Engineer shall be paid for by the Owner through the CASH ALLOWANCE or outside of this contract. D. The costs that the Owner is to pay for testing laboratory services will be paid for in one of the following manners, as appropriate: 1. The testing laboratory will invoice the Contractor, who would then include such eligible costs in periodic payment requests under the terms and conditions of Cash Allowances. • 2. Directly to the Engineer. 3/1/2018 G003-109K\TS-01410 01410-2 Testing Laboratory Services E. The cost of material testingdescribed in various sections of these Specifications or III as required in referenced standards to be provided by a material manufacturer, shall be included in the price proposed for that item and shall not be paid for by the Owner. F. The cost of retesting any item that fails to meet the requirements of these Specifications shall be paid for by the Contractor. Retesting shall be performed by the testing laboratory working for the Owner. 1.03 Laboratory Duties A. Cooperate with the Owner, Engineer and Contractor. B. Provide qualified personnel promptly on notice. C. Perform specified inspections, sampling and testing of materials. 1. Comply with specified standards, ASTM, other recognized authorities, and as specified. 2. Ascertain compliance with requirements of the Contract Documents. • D. Promptly notify the Engineer and Contractor of irregularity or deficiency of work which are observed during performance of services. E. Promptly submit three copies (two copies to the Engineer and one copy to the Contractor) of report of inspections and tests in addition to those additional copies required by the Contractor with the following information included: 1. Date issued 2. Project title and number 3. Testing laboratory name and address 4. Name and signature of inspector 5. Date of inspection or sampling 6. Record of temperature and weather 7. Date of test 8. Identification of product and Specification section 9. Location of Project 10. Type of inspection or test 11. Results of test 12. Observations regarding compliance with the Contract Documents F. Perform additional services as required. 1111 3/1/2018 G003-109K\TS-01410 01410-3 Testing Laboratory Services G. The laboratory is not authorized to release, revoke, alter or enlarge on requirements of the Contract Documents, or approve or accept any portion of the Work. 1.04 Contractor Responsibilities A. Cooperate with laboratory personnel, provide access to Work and/or manufacturer's requirements. B. Provide representative samples of materials to be tested to the laboratory in required quantities. C. Furnish copies of mill test reports. D. Furnish required labor and facilities to: 1. Provide access to Work to be tested; 2. Obtain and handle samples at the site; 3. Facilitate inspections and tests; 4. Build or furnish a holding box for concrete cylinders or other samples as required by the laboratory. 1111 E. Notify the laboratory sufficiently in advance of operation to allow for the assignment of personnel and schedules of tests. F. Laboratory Tests: Where such inspection and testing are to be conducted by an independent laboratory agency, the sample(s) shall be selected by such laboratory or agency, or the Engineer, and shipped to the laboratory by the Contractor at Contractor's expense. G. Copies of all correspondence between the Contractor and testing agencies shall be provided to the Engineer. 1.05 Quality Assurance Testing shall be in accordance with all pertinent codes and regulations and with procedures and requirements of the American Society for Testing and Materials (ASTM). 1.06 Product Handling Promptly process and distribute all required copies of test reports and related instructions to insure all necessary retesting or replacement of materials with the • least possible delay in the progress of the Work. 3/1/2018 G003-109K\TS-01410 01410-4 Testing Laboratory Services 1.07 Furnishing Materials The Contractor shall be responsible for furnishing all materials necessary for testing. 1.08 Code Compliance Testing Inspections and tests required by codes or ordinances or by a plan approval authority, and made by a legally constituted authority, shall be the responsibility of, and shall be paid for by the Contractor, unless otherwise provided in the Contract Documents. 1.09 Contractor's Convenience Testing Inspection or testing performed exclusively for the Contractor's convenience shall be the sole responsibility of the Contractor. 1.10 Schedules for Testing A. Establishing Schedule 1. The Contractor shall, by advance discussion with the testing laboratory selected by the Owner, determine the time required for the laboratory to perform its tests and to issue each of its findings, and make all arrangements • for the testing laboratory to be on site to provide the required testing. 2. Provide all required time within the construction schedule. B. When changes of construction schedule are necessary during construction, coordinate all such changes of schedule with the testing laboratory as required. C. When the testing laboratory is ready to test according to the determined schedule, but is prevented from testing or taking specimens due to incompleteness of the Work, all extra costs for testing attributable to the delay will be back-charged to the Contractor and shall not be borne by the Owner. 1.11 Taking Specimens Unless otherwise provided in the Contract Documents, all specimens and samples for tests will be taken by the testing laboratory or the Engineer. 1.12 Transporting Samples The Contractor shall be responsible for transporting all samples, except those taken by testing laboratory personnel or the CQA Engineer, to the testing laboratory. 411 END OF SECTION 3/1/2018 G003-109K\TS-01410 Section 01500 Construction Facilities Part 1 General 1.01 Sanitary Facilities The Contractor will provide sufficient sanitary facilities in proximity to the areas of work for his employees and those employees of his subcontractors. The Contractor will be responsible for continual maintenance and servicing of these facilities. 1.02 First Aid Facilities The Contractor shall maintain at a well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the job site. In no case, shall employees be permitted to work at a job site before the employer has made a standing arrangement (verified in writing to the Owner) for removal of injured persons to a hospital or a doctor's care. END OF SECTION • 3/1/2018 G003-109K\TS-01500 • 01500-2 Construction Facilities • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-01500 Section 01510 Temporary Facilities • Part 1 General 1.01 Scope A. Temporary facilities required for this work include, but are not limited to: 1. Temporary utilities such as water and electricity. 2. First aid facilities. 3. Sanitary facilities. 4. Potable water. 5. Temporary enclosures and construction facilities. B. Temporary utilities for field offices shall be as specified in Section 01590 of these Specifications. 1.02 General A. First aid facilities, sanitary facilities and potable water shall be available on the Project site on the first day that any activities are conducted on site. The other facilities shall be provided as the schedule of the Project warrants. • B. Maintenance: Use all means necessary to maintain temporary facilities in proper and safe condition throughout progress of the Work. In the event of loss or damage, immediately make all repairs and replacements necessary, at no additional cost to the Owner. C. Removal: Remove all such temporary facilities and controls as rapidly as progress of the Work will permit. 1.03 Temporary Utilities A. General 1. Provide and pay all costs for all water, electricity and other utilities required for the performance of the Work. 2. Pay all costs for temporary utilities until Project completion. 3. Costs for temporary utilities shall include all power, water and the like necessary for testing equipment as required by the Contract Documents. B. Temporary Water: Provide all necessary temporary piping, and upon completion of • the Work, remove all such temporary piping. Provide and remove water meters as required by the water provider. 3/1/2018 G003-109K\TS-01510 01510-2 Temporary Facilities C. Temporary Electricity • 1. Provide all necessary wiring for the Contractor's use. 2. Furnish, locate and install area distribution boxes such that the individual trades may use, their own construction type extension cords to obtain adequate power, and artificial lighting at all points where required by inspectors and for safety. 1.04 First Aid Facilities The Contractor shall provide a suitable first aid station, equipped with all facilities and medical supplies necessary to administer emergency first aid treatment. The Contractor shall have standing arrangements for the removal and hospital treatment of any injured person. All first aid facilities and emergency ambulance service shall be made available by the Contractor to the Owner and the Engineer's personnel. 1.05 Sanitary Facilities Prior to starting the Work, the Contractor shall furnish, for use of Contractor's • personnel on the job, all necessary toilet facilities which shall be secluded from public observation. These facilities shall be either chemical toilets or shall be connected to the Owner's sanitary sewer system. All facilities, regardless of type, shall be kept in a clean and sanitary condition and shall comply with the requirements and regulations of the area in which the Work is performed. Adequacy of these facilities will be subject to the Engineer's review and maintenance of same must be satisfactory to the Engineer at all times. 1.06 Potable Water The Contractor shall be responsible for furnishing a supply of potable drinking water for employees, subcontractors, inspectors, engineers and the Owner who are associated with the Work. 1.07 Enclosures and Construction Facilities Furnish, install and maintain for the duration of construction, all required scaffolds, tarpaulins, canopies, steps, bridges, platforms and other temporary construction necessary for proper completion of the Work in compliance with all pertinent safety and other regulations. • 3/1/2018 G003-109K\TS-01510 01510-3 Temporary Facilities ID 1.08 Parking Facilities Parking facilities for the Contractor's and Contractor's subcontractors' personnel shall be the Contractor's responsibility. The storage and work facilities provided by the Owner will not be used for parking by the Contractor's or subcontractor's personnel. END OF SECTION i • 3/1/2018 G003-109K\TS-01510 01510-4 Temporary Facilities • THIS PAGE INTENTIONALLY LEFT BLANK • 3/1/2018 G003-109K\TS-01510 Section 01540 Job Site Security • Part 1 General 1.01 Barricades, Light, and Signals A. The Contractor shall furnish and erect such barricades, fences, lights, and danger signals and shall provide such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades shall be painted in a color that will be visible at night. From sunset to sunrise, the Contractor shall furnish and maintain at least one light at each barricade and sufficient numbers of barricades shall be erected to keep vehicles from being driven on or into any work under construction. B. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs and lights and whenever evidence is found of such damage, the Contractor shall immediately remove the damaged portion and replace it at his cost and expense. The Contractor's responsibility for the maintenance of barricades, signs, and lights shall not cease until the project has been accepted by the Owner. C. All job site security shall be coordinated with the Owner's landfill security • procedures. END OF SECTION 4111 3/1/2018 G003-109K\TS-01540 i 01540-2 Job Site Security • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-01540 Section 01562 • Dust Control Part 1 General 1.01 Scope Limit blowing dust caused by construction operations by applying water or employing other appropriate means or methods to maintain dust control, subject to the approval of the Owner. As a minimum, this may require the use of a water wagon twice a day to suppress dusty conditions. 1.02 Protection of Adjacent Property A. The Contractor shall make adequate provision to fully protect the surrounding area and will be held fully responsible for all damages resulting from Contractor's operations. B. Protect all existing facilities (indoors or out) from damage by dust, fumes, spray or spills (indoors or out). Protect motors, bearings, electrical gear, instrumentation and building or other surfaces from dirt, dust, welding fumes, paint spray, spills or droppings causing wear, corrosion, malfunction, failure or defacement by enclosure, sprinkling or other dust palliatives, masking and covering, exhausting or • containment. 1.03 Dust Suppression Plan A. The Contractor shall obtain a copy of the site Dust Suppression Plan as required by the Title V Air Permit. The Contractor shall comply with all aspects of the plan including monthly submission of a Dust Suppression Log. The log is required to address all activities related to the Contractor's on-site work. END OF SECTION • 3/1/2018 G003-109K\TS-01562 01562-2 Dust Control • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-01562 Section 01569 Safety in Landfill Works • Part 1 General 1.01 Scope A. The Contractor shall be responsible for conducting all Work in a safe manner and shall take reasonable precautions to ensure the safety and protection of workers, property and the general public. The Contractor's responsibility for protection is described in Article 21 of the General Conditions. B. All construction shall be conducted in accordance with the latest applicable requirements for Part 1926 of the Occupational Safety and Health Act, Safety and Health Regulations for Construction, Section 107 of the Contract Work Hours and Safety Standards Act, as well as any other local, state or federal safety codes and regulations. C. The Contractor shall designate a trained and qualified employee who is to be responsible for ensuring that the Work is performed safely and in conformance with all applicable regulations. D. The Contractor shall determine the safety hazards involved in prosecuting the • Work and the precautions necessary to conduct the Work safely. If the Contractor is unsure as to any special hazards which may be unique to landfill or wastewater conveyance facilities, it shall be Contractor's responsibility to determine such information prior to beginning the Work. E. The Contractor shall bear all risks associated with performing the Work and shall fully indemnify and hold harmless the Owner and Engineer. 1.02 Special Requirements A. The Contractor's attention is directed to the fact that construction activities involving existing landfill facilities and sewer systems will occasionally involve work in potentially hazardous environments in which oxygen deficient, toxic or explosive conditions may exist. Additional hazards arise from the presence of pathogens in the waste and leachate and from the slime and scum layer that coat walking, working and other surfaces. In dealing with these hazards, the Contractor shall take special precautions to ensure worker safety. Such precautions shall include, but are not limited to, the following, as applicable: 1. Installing temporary forced air ventilation equipment and ducts for fresh air in enclosed areas. 2. Using pneumatic tools and equipment instead of electric-driven equipment in hazardous areas. . 3. Avoiding the use of cutting torches, field welding and grinders in hazardous areas. 3/1/2018 G003-109K\TS-01569 01569-2 Safety in Landfill Works 4. Cleaning and disinfecting working surfaces with hot water, high pressure • washers prior to commencing work. 5. Installing sealed wooden baffles or bulkheads to isolate working areas from hazardous atmospheres. 6. Providing portable oxygen meters, combustible gas detectors and hydrogen sulfide detectors to continuously monitor the atmosphere in enclosed working areas. 7. Providing safety harnesses, safety lines and recovery crews for workers In hazardous areas. 8. Providing self-contained breathing apparatus with spare air cylinders for workers in hazardous areas. 9. Providing dry chemical fire extinguishers and connected fire hoses in areas where a danger of fire or explosion exists. 10. Providing adequate, oxygen-equipped, first aid facilities. 11. Providing suitable wash-up areas and facilities for workers. • 12. Installing temporary lighting using explosion-proof fixtures in hazardous environments. 13. Installing approved warning and hazard signs and posting safety procedures. 14. Instructing all workers as to the hazards present; the procedures to be followed and the proper function and use of all safety and emergency equipment furnished. B. Prior to commencing Work on existing facilities and equipment, the Contractor shall notify the system/facility superintendent and shall ensure that the source of electrical energy to all affected equipment is shut off and locked out at the appropriate motor control center. Local switches and pushbutton stations, where provided, shall be locked in the "off' position. C. Prior to entering or commencing work in a hazardous area, the Contractor shall ensure that all safety and emergency equipment is in place and in satisfactory operating condition. END OF SECTION • 3/1/2018 G003-109K\TS-01569 Section 01590 Field Offices • Part 1 General 1.01 Scope A. The work under this Section shall include the providing of a field office for use by the Engineer and Contractor. The work shall include providing the field offices, located on the Project site, site preparation, utilities, removal of the office(s) and restoration of the area. B. Furnish, install and maintain storage and work sheds needed for construction. 1.02 Requirements A. General 1. The materials, equipment, and furnishings provided under this Section may be new or used (except as indicated otherwise), but must be serviceable, adequate for the required purpose, and must not violate applicable codes or regulations. 2. The Contractor shall make all provisions and pay all costs for installation, • utilities, rent, permit fees, site work and removal for field offices and facilities. B. Construction 1. Structurally sound, weather tight, with floors raised above ground. 2. Temperature Transmission Resistance: Compatible with occupancy and storage requirements. 3. At the Contractor's option, portable or mobile buildings may be used. a. Mobile trailers shall be Class "A", new and modified for office use. b. Do not use mobile trailers for living quarters. 1.03 Submittals A. Submit to the Engineer for approval a site plan showing the locations of field offices, parking, storage spaces and storage trailers. B. Submit to the Engineer for approval, prior to installation, office floor plan and schematic drawings, showing the complete telephone system, including location of • jacks, hubs, ports, etc. to be installed shall be provided for review by the Engineer before installation of service. 3/1/2018 G003-109K\TS-01590 01590-2 Field Offices r Part 2 Products 2.01 Field Office A. The office shall be fully installed, including all equipment and services, and available for occupation on the site at the beginning of the on-site Work, including the delivery of products, and shall remain on the site until the project is completed or final payment is made. B. The Field Office shall include an office separate from the Contractor's for the exclusive use by the Engineer. This office shall be not less than 100 square feet of floor space with a lockable door. C. The Field office shall include a central room, sized as required, to provide space for Project Meetings. D. The Field Office shall be a pre-fabricated building or a mobile trailer having ceiling, floor and walls adequately insulated. The office shall have sufficient windows to allow adequate sunlight and ventilation, properly weatherproofed with proper screens. The office shall be properly skirted as approved by the Engineer. The office shall have at least one outside entrance with proper screen. Awnings or • sunscreen approved by the Engineer shall be furnished over all windows. The outside entrances shall have locks and entrance deck at least four feet wide, with "non-slip" steps and handrails. E. The office building shall be adequately wired for electricity in accordance with applicable codes to handle the total lighting, air conditioning, equipment and other loads. Lighting fixtures, in adequate numbers, shall be installed to give an illumination of 150 foot candles average and minimum glare. Fluorescent lamp fixtures with minimum 45 degrees shielding will be required. 110 volt convenience duplex outlets, one per wall in each room shall be provided. Provide air conditioning and heating combination unit to maintain 78 degrees F inside in winter with outside air temperature of 20 degrees F and 72 degrees F inside in summer with the outside temperature of 100 degrees F. 2.02 Engineer Office Interior Furnishings A. Provide new, delivered, and set-up the following items for the Engineer's office: (All maintenance services, consumable supplies, furnishings, etc. shall be provided for the full duration of the project.) 1. One desk-type phone shall be provided in each office and open area. At minimum, the desk-type phones shall have as features: speed dial, hold, mute, speaker-phone and interoffice intercom. 10 3/1/2018 G003-109K\TS-01590 01590-3 Field Offices • 2. One desk, per office, 60"x 30", with at least three drawers. 3. One desk chair, per desk, on castors equal to Global Posture Back Desk Chair #8838BKPN04. 4. One five-gallon wastebasket. B. Services and supplies to be supplied for the duration of the Project (in addition to utility services): 1. Repair and clean the offices, parking areas and access routes. 2. Provide complete janitorial services and supplies, including but not limited to toilet paper, soap, and paper towels. Cleaning shall be done on a daily basis during other than normal working hours. 2.03 Field Office Facilities A. The Contractor shall maintain a local office with a telephone & fax in the general area of the Work, and will be required to have a responsible representative on call at all times. • B. Racks and files for Project Record Documents. C. One 10-inch outdoor-type thermometer. D. One 11-inch rain gauge graded to 0.01 inches equivalent to Tenite. 2.04 Utilities A. General: Provide and pay all costs for all telephone, internet, water, sewer, and electricity required for the field office for the duration of the Project. Upon completion of the Work, remove all temporary utilities and telephone equipment. B. Temporary Water and Sewer: Furnish and install all necessary temporary piping and appurtenances for water and sewer service required for field offices. C. Temporary Electricity: The Contractor shall furnish and install all necessary electrical service for field offices. D. Telephone Service 1. The Contractor shall provide telephone service to Contractor's office and • separate service to the Engineer's field office. All portions of the communication system shall be maintained in good working condition. At least one phone jack shall be provided in each office and open area. 3/1/2018 G003-109K\TS-01590 01590-4 Field Offices 2. The telephone system in the Engineer's field office shall be a touch-tone, 411 local to the site area code, two-line phone system with a separate dedicated line for facsimile machine. 3. All costs for the installation costs of lines, line extensions, service charges and recurring service charges for telephone services, including long distance phone calls, shall be paid by the Contractor at no additional cost to the Owner. 2.05 Parking Facilities A. Parking facilities for the Contractor's field office shall be the Contractor's responsibility. The storage and work facilities provided by the Owner will not be used for parking. B. The Contractor shall provide ample parking, graveled or paved, adjacent to the Engineer's field office. Adequate parking space shall be provided for at least one car per 100 square feet of the Engineer's field office, not including contractor's vehicles, at Engineer's field office. 2.06 Use of Permanent Facilities • Permanent facilities shall not be used for field offices or for storage. Part 3 Execution 3.01 Preparation Fill and grade sites for temporary structures to provide surface drainage. 3.02 Installation A. Construct temporary field offices and storage facilities on proper foundations and provide connections for utility services. 1. Secure portable or mobile buildings when used. 2. Provide steps and landings at entrance doors. 3. Provide tie-downs for 100 mile per hour gusts and winds. B. Locate construction office facilities at locations within the Project approved by the Engineer. 1111 3/1/2018 G003-109K\TS-01590 01590-5 Field Offices • 3.03 Maintenance and Cleaning Provide periodic maintenance and cleaning for temporary structures, furnishings, equipment and services. 3.04 Removal A. Remove temporary field offices and utilities at Project Completion or as directed by the Engineer. B. Remove foundations and debris; grade site to required elevations and clean areas. At a minimum, unless specified elsewhere, restore area to the condition it was in at the beginning of the project and regrass as required. C. Furnishings furnished for the Engineer's field office are property of the Owner. Remove and relocate furnishings to a location identified by the Owner, as directed by the Engineer. END OF SECTION • • 3/1/2018 G003-109K\TS-01590 01590-6 Field Offices THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-01590 Section 01610 Transportation and Handling • Part 1 General 1.01 Scope A. The Contractor shall provide transportation of all equipment, materials and products furnished under these Contract Documents to the Work site. In addition, the Contractor shall provide preparation for shipment, loading, unloading, handling and preparation for installation and all other work and incidental items necessary or convenient to the Contractor for the satisfactory prosecution and completion of the Work. B. All equipment, materials and products damaged during transportation or handling shall be repaired or replaced by the Contractor at no additional cost to the Owner prior to being incorporated into the Work. 1.02 Transportation A. All equipment shall be suitably boxed, crated or otherwise protected during transportation. • B. Where equipment will be installed using existing cranes or hoisting equipment, the Contractor shall ensure that the weights of the assembled sections do not exceed the capacity of the cranes or hoisting equipment. C. Small items and appurtenances such as gauges, valves, switches, instruments and probes which could be damaged during shipment shall be removed from the equipment prior to shipment, packaged and shipped separately. All openings shall be plugged or sealed to prevent the entrance of water or dirt. 1.03 Handling A. All equipment, materials and products shall be carefully handled to prevent damage or excessive deflections during unloading or transportation. B. Lifting and handling drawings and instructions furnished by the manufacturer or supplier shall be strictly followed. Eyebolts or lifting lugs furnished on the equipment shall be used in handling the equipment. Shafts and operating mechanisms shall not be used as lifting points. Spreader bars or lifting beams shall be used when the distance between lifting points exceeds that permitted by standard industry practice. C. Under no circumstances shall equipment or products such as pipe, structural steel, • castings, reinforcement, lumber, piles, poles, etc., be thrown or rolled off of trucks onto the ground. 3/1/2018 G003-109K\TS-01610 01610-2 Transportation and Handling D. Slings and chains shall be padded as required to prevent damage to protective III coatings and finishes. 1.04 Owner Furnished Material A. Owner furnished material shall mean any Owner material purchased and required by these Specifications to be installed by the Contractor. B. The owner shall be responsible for transportation to the site of all Owner furnished material. C. The Contractor shall off load and store all Owner furnished material per this Section of these Specifications. END OF SECTION • • 3/1/2018 G003-109K\TS-01610 Section 01611 Storage and Protection • Part 1 General 1.01 Scope The work under this Section includes, but is not necessarily limited to, the furnishing of all labor, tools and materials necessary to properly store and protect all materials, equipment, products and the like, as necessary for the proper and complete performance of the Work. 1.02 Storage and Protection A. Storage 1. Maintain ample way for foot traffic at all times, except as otherwise approved by the Engineer. 2. All property damaged by reason of storing of material shall be properly replaced at no additional cost to the Owner. 3. Packaged materials shall be delivered in original unopened containers and so stored until ready for use. 4. All materials shall meet the requirements of these Specifications at the time that they are used in the Work. 5. Store products in accordance with manufacturer's instructions. B. Protection 1. Use means necessary to protect the materials, equipment and products of every section before, during and after installation and to protect the installed work and materials of all other trades. 2. All materials shall be delivered, stored and handled to prevent the inclusion of foreign materials and damage by water, breakage, vandalism or other causes. 3. Substantially constructed weathertight storage sheds, with raised floors, shall be provided and maintained as may be required to adequately protect those materials and products stored on the site which may require protection from damage by the elements. C. Replacements: In the event of damage, immediately make all repairs and • replacements necessary for the approval of the Engineer and at no additional cost to the Owner. 3/1/2018 G003-109K/TS-01611 01611-2 Storage and Protection D. Equipment andproducts stored outdoors shall be supported above the ground on Ill p suitable wooden blocks or braces arranged to prevent excessive deflection or bending between supports. Items such as pipe, structural steel and sheet construction products shall be stored with one end elevated to facilitate drainage. E. Unless otherwise permitted in writing by the Engineer, building products and materials such as cement, grout, plaster, gypsumboard, particleboard, resilient flooring, acoustical tile, paneling, finish lumber, insulation, wiring, etc., shall be stored indoors in a dry location. Building products such as rough lumber, plywood, concrete block and structural tile may be stored outdoors under a properly secured waterproof covering. F. Tarps and other coverings shall be supported above the stored equipment or materials on wooden strips to provide ventilation under the cover and minimize condensation. Tarps and covers shall be arranged to prevent ponding of water. 1.03 Extended Storage In the event that certain items of major equipment such as air compressors, pumps and mechanical aerators have to be stored for an extended period of time, the Contractor shall provide satisfactory long-term storage facilities which are acceptable to the Engineer. The Contractor shall provide all special packaging, protective coverings, protective coatings, power, nitrogen purge, desiccants, lubricants and exercising necessary or recommended by the manufacturer to properly maintain and protect the equipment during the period of extended storage. 1.04 Owner Furnished Equipment The Contractor shall provide storage and protection for all Owner furnished equipment and materials, including extended storage as specified above. END OF SECTION • 3/1/2018 G003-109K/TS-01611 Section 01630 Substitutions and Options • Part 1 General 1.01 Scope This Section outlines the Contractor's requirements for substitutions and product options. 1.02 Products List A. General 1. Within 30 days after date of Notice to Proceed, submit to the Engineer five copies of a complete list of all products which are proposed for installation, unless otherwise indicated elsewhere in the Contract Documents. 2. Tabulate the list by each Specification Section. B. For products specified under reference standards, include with the listing of each product the following: . 1. Name and address of manufacturer, 2. Trade name, 3. Model or catalog designation, 4. Manufacturer's data including performance and test data, and reference standards. 1.03 Contractor's Options A. No substitutions will be considered for the manufacturers listed by the Bidder in the Bid unless directed by the Owner. B. For products specified only by reference standards, select any product meeting the standards by any manufacturer unless otherwise required elsewhere in the Contract Documents. C. Products Specified by Naming Products 1. Whenever the Engineer's design is based on a specific product of a particular manufacturer, that manufacturer will be shown on the Drawings and/or listed first in the list of approved manufacturers in Divisions 2 through 16 of the Specifications. Any Bidder intending to furnish equipment of other than the 3/1/2018 G003-109K/TS-01630 01630-2 Substitutions and Options first listed manufacturer is cautioned to verify that the item being furnished 41) will fit in the space allowed, perform the functions, and have the capabilities as specified. The Bid should reflect the cost of any accessory items which may be required to incorporate the other listed manufacturer's product in the work. This includes any architectural, structural, mechanical, piping, electrical, or other modifications required and the cost of additional engineering required to accommodate the product selected by the Bidder. The Contractor, after receiving the Notice to Proceed, shall submit shop drawings on the other listed manufacturer's product for the Engineer's review. If the manufacturer of this product is required to be named in the Bid, no deviation from that manufacturer named in the Bid is allowed unless directed by the Owner. 2. Whenever a product is specified with the term "equal to" preceding the list of approved manufacturers, in Divisions 2 through 16 of the Specifications, substitute products will be considered. It is the bidder's responsibility to verify that the substitute product will fit in the space allowed, perform the same functions, and have the same capabilities as the item specified. The substitute product shall not result in any additional costs to the Owner whether for accessory items; for architectural, structural, mechanical, piping, electrical or the other modifications to the work; or for engineering work required to accommodate the substitute product. The Contractor, after receiving notice to proceed, shall submit shop drawings on the substitute 41) product for the Engineer's review. If the manufacturer of this product is required to be named in the Bid, no deviation from that manufacturer named in the Bid is allowed unless directed by the Owner. 3. Approval of the Engineer is dependent on determination that the product offered is essentially equal in function, performance, quality of manufacture, ease of maintenance, reliability, service life and other criteria to that on which the design is based and will require no major modifications to structures, electrical systems, control systems or piping systems. END OF SECTION • 3/1/2018 G003-109K/TS-01630 Section 01640 General Equipment Stipulations SPart 1 General 1.01 Scope These general equipment stipulations apply, in general, to all equipment and piping. They supplement the detailed equipment Specifications, but in case of conflict, the detailed equipment Specifications shall govern. 1.02 Coordination The Contractor shall assume full responsibility for the coordination of the installation of all equipment, materials and products furnished under these Contract Documents. The Contractor shall be completely responsible for verification that all structures, piping and equipment components furnished by the Contractor and/or subcontractors and suppliers are compatible. The Contractor shall start-up each equipment system and shall make all necessary alterations. All such alterations shall be made at the Contractor's expense. 1.03 Unit Responsibility • Equipment manufacturers assigned unit responsibility for systems comprised of several components shall be responsible for furnishing a complete system in accordance with the requirements of these Specifications. The manufacturer shall be responsible for all coordination between component manufacturers and shall provide all submittals, installation and start-up services and certifications on the system as a unit. 1.04 Adaptation and Location of Equipment A. No responsibility for alteration of a planned structure to accommodate other types of equipment will be assumed by the Owner. Equipment which requires alteration of the structures will be considered only if the Contractor assumes all responsibility for making and coordinating all necessary alterations. All such alterations shall be made at the Contractor's expense. B. The Contractor shall install the work in such manner that the equipment, piping, vents, conduit, panels, ductwork and appurtenances be as neatly installed with adequate space for maintenance and passage of personnel. 1.05 Equipment Warranty The Contractor shall warrant all equipment against faulty or inadequate design, improper assembly or erection, defective materials, breakage or other failure. The warranty period shall be defined in Section 01740 of these Specifications. 3/1/2018 G003-109K\TS-01640 01640-2 General Equipment Stipulations 1.06 Workmanship and Materials • A. All equipment shall be designed, fabricated and assembled in accordance with the most modern engineering and shop practice. Individual parts shall be manufactured to standard sizes and gauges so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall be new and shall not have been in service at any time prior to delivery, except as required by tests. B. Materials shall be suitable for service conditions. Iron castings shall be tough, close grained, gray iron free from blowholes, flaws or excessive shrinkage and shall conform to ASTM A 48, Class 30 minimum. Plugging of defective castings shall not be permitted. Castings shall be annealed to remove internal stresses prior to machining and shall have the mark number and heat number cast on them. C. Except where otherwise specified, structural and miscellaneous fabricated steel used in items of equipment shall conform to the Standards of the American Institute of Steel Construction. All structural members shall be considered as subject to shock or vibratory loads. D. All replaceable or expendable elements such as filters, screens, drive belts, fuses and lamps shall be easily accessible and replaceable without need of dismantling equipment or piping. All such items shall be of a standard type that is readily 411) available from multiple suppliers. E. Threaded openings for drains or vents in pump volutes, compressor or fan scrolls, air receivers, and heat exchangers which are plugged during normal operation shall be provided with stainless steel plugs. F. All equipment delivered to the Project site shall include detailed installation instructions and a parts list. 1.07 Equipment Specifications The use of singular or plural terminology in the Specifications is not intended to define the number of units required to fulfill Contract requirements. Bidders must consult the Drawings and Specifications to determine how many units of a particular piece of equipment are required. This does not relieve the Contractor of the responsibility to provide all equipment specified when multiple units are specifically required in the Specifications. 1.08 Seal Water Requirements Where seal water is provided for flushing of mechanical shaft sleeves or sealing of • shaft seal packing, provide equipment with drip pans fitted with drains to contain 3/1/2018 G003-109K\TS-01640 01640-3 General Equipment Stipulations • the leakage and convey it to the nearest suitable floor drain. Route drain piping to minimize obstructions to the movement of personnel. 1.09 Operating Fluids and Gases All operating fluids and gases recommended by the manufacturer and required for operation of the equipment shall be provided in sufficient quantity by the Contractor to fill all equipment and to replace all fluids and gases consumed during testing and start-up. 1.10 Lubrication and Lubrication Fittings A. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during start-up or shutdown and shall not waste lubricants. B. Lubricants of the type recommended by the equipment manufacturer shall be provided in sufficient quantity by the Contractor to fill all lubricant reservoirs and to replace all lubricants consumed during testing, start-up and initial operation. The Contractor shall provide sufficient quantities of lubricants to lubricate all equipment for one year of normal service before final acceptance of the equipment will be made by the Owner. C. Where special run-in oil or storage lubricants are used, they shall be flushed out and replaced with the required service lubricant by the Contractor. D. Tag each piece of equipment with a cloth tag showing proper type lubricant, period between lubrications, date of lubrication and worker's initials. Have space for 10 lubrication notations. E. Except for rotating shaft couplings, all lubrication fittings shall be brought to the outside of all equipment so that they are readily accessible from the outside without the necessity of removing covers, plates, housings or guards. Fittings shall be accessible from safe, permanent platforms or walk areas. Fittings shall be of the bull-neck, check type for use with a portable high pressure grease gun. Connection from a remote fitting to the point of use shall be with minimum 3/16-inch stainless steel tubing, securely mounted parallel to equipment lines and protected where exposed to damage. 1.11 Safety Guards All belt or chain drives, fan blades, couplings and other moving or rotating parts • shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS gauge or heavier galvanized or aluminum-clad sheet steel or 1/2-inch mesh galvanized expanded metal. Expanded metal safety guards shall be banded 3/1/2018 G003-109K\TS-01640 01640-4 General Equipment Stipulations to eliminate sharp edges. Each guard shall be designed for easy installation and • removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. All safety guards shall comply with OSHA General Industry Standards, Part 1910, Subpart 0, Machinery and Machine Guarding. Provide tachometer access on shaft ends. 1.12 Equipment Bases A. Where shown on the Drawings, equipment shall be installed on a raised, reinforced concrete base. The base shall be a minimum of 4-inches in height and shall extend beyond the equipment baseplate a minimum of 2-inches on all sides. B. The Engineer shall be consulted concerning electrical conduit locations prior to pouring the concrete base. C. Unless otherwise specified, a cast iron or welded steel baseplate shall be provided for each pump, compressor and any other item of equipment which is to be installed on a concrete base. Each unit and drive assembly shall be supported on a single baseplate of neat design. Baseplates shall have pads for anchoring all components and adequate grout holes. Baseplates for pumps shall have a raised lip all around and a threaded drain connection. Baseplates shall be anchored to the concrete base with suitable anchor bolts and the space beneath filled with epoxy or non-shrink grout as specified in the grouting section. D. On direct coupled equipment, motor and driven equipment shall be doweled to a common base with a minimum of two dowels each. 1.13 Alignment of Motors and Equipment A. In every case where a drive motor is connected to a driven piece of equipment by a flexible coupling, the coupling halves shall be disconnected and the alignment between the motor and the equipment checked and corrected. Machinery shall first be properly aligned and leveled by means of steel wedges and shims or jacking screws near anchor bolts. Anchor bolts shall be tightened against the shims on wedges or jacking screws and the equipment shall again be checked for level and alignment before placing grout. Wedges shall not be placed between machined surfaces. B. In general, checking and correcting the alignment shall follow the procedures set up in the Standards of the Hydraulic Institute, Instructions for Installation, Operation, and Maintenance of Centrifugal Pumps. Equipment shall be properly leveled and brought into angular and parallel alignment. • 3/1/2018 G003-109K\TS-01640 01640-5 General Equipment Stipulations IIIC. Equipment shall be installed in such a way that no strain is transmitted to the equipment by piping systems or adjacent equipment. 1.14 Grouting A special epoxy, non-shrink, or sand-cement grout shall be used in the placement of all pump, motor and equipment baseplates or bedplates, column baseplates, other miscellaneous baseplates and other grouting applications as shown on the Drawings. 1.15 Welding and Brazing A. All welds shall be sound and free from embedded scale and slag. All butt welds shall be continuous, and where exposed to view, shall be ground smooth. All continuous welds shall be gas and liquid-tight. Welds in piping shall have full penetration and shall be smooth on the inside of the pipe. Intermittent welds shall have an effective length of at least 2-inches and shall be spaced not more than 6-inches apart. B. All welding of steel and aluminum, including materials, welding techniques, general safety practices, appearance and quality of welds, and methods of correcting • defective work, shall conform to the latest requirements of AWS Specifications. Structural steel welding shall conform to the requirements of the AWS Structural Welding Code. The general recommendations and requirements of the AWS Structural Welding Code shall also apply to welded aluminum structures. The welding process and welding operators shall meet qualification tests and welding performance tests in accordance with the latest provisions of ASME Boiler and Pressure Vessel Code, Section IX, Welding and Brazing Qualifications. Welding process and qualification procedures for welding of pipe shall conform to the latest requirements of ANSI B31.1, Section 327, Welding, and Section 328, Brazing and Soldering. All welding qualification tests shall be witnessed by the Engineer, except as provided herein. All costs associated with the qualification or testing of welders and welding operators shall be borne by the Contractor. C. Reports certifying that the welding procedures, welders and welding operators that the Contractor intends to use meet the requirements specified above. These reports shall be submitted to the Engineer prior to beginning the Work. In the case of welder qualifications for shop welding and for carbon steel field welding, welders presenting certified qualification papers validated within the preceding 6-month period will not be required to take the qualification tests. In the case of field welding of stainless steel or aluminum, all welders shall be required to take the qualification tests regardless of past experience or availability of certified qualification papers. • 3/1/2018 G003-109K\TS-01640 01640-6 General Equipment Stipulations D. Field welding practices shall conform to OSHA construction standards, Part 1926, 41) Subpart J, Welding and Cutting. Shop welding practices shall conform to OSHA General Industry Standards, Part 1910, Subpart Q, Welding, Cutting, and Brazing. E. Welding electrodes for structural steel shall conform to the standard recommendations of the AISC. Welding electrodes for stainless steel shall conform to applicable AWS Specifications and shall be as recommended by Welded Austenitic Chromium-Nickel Stainless Steels, Techniques and Properties, published by the International Nickel Company, New York, New York. Welding electrodes for aluminum shall conform to applicable AWS Specifications. F. Each welder and welding operator must identify all welds with welder's assigned symbol. G. Welders performing unsatisfactory work shall be removed from the welding process. H. The Owner may inspect any weld by radiographic or other means. Welds not in accordance with the requirements specified herein shall be repaired or replaced at the Contractor's expense. Excessive porosity, nonmetallic inclusions, lack of fusion, incomplete penetration and cracking shall constitute grounds for rejection of welds. 1.16 Erection and Setting III A. In the erection and setting of all fabricated equipment, the Contractor shall exercise care to ensure that each item of equipment is adequately supported so as not to bend or distort under its own weight until adequate foundation support and anchorage are provided. Where lifting lugs, angles or clips are provided on equipment, they shall be used in erecting and setting the equipment. Erection and setting of equipment and structural steel shall conform to the requirements of OSHA Construction Standards, Part 1926, Subpart R, Steel Erection, Subpart H, Material Handling, Storage, Use, and Disposal, and Subpart N, Cranes, Derricks, Hoists, and Conveyors. Erection of structural steel shall conform to the latest requirements of the AISC Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings. B. During placement and prior to any grouting or connection of adjacent piping, the equipment shall be leveled and aligned true to level, plumb, alignment and grade with all parts bearing or fitting the structure or equipment accurately and securely. It shall not be permitted to cock out of alignment, nor shall the Contractor redrill, reshape or force fit any fabricated items. C. The Contractor shall take all measurements necessary to properly fit Contractor's work in the field, and Contractor shall be governed by and responsible for these III measurements and the proper working out of all details. The Contractor shall be 3/1/2018 G003-109K\TS-01640 01640-7 General Equipment Stipulations • responsible for the correct fitting of all work in the field and the accurate placement of all anchor bolts installed by Contractor. D. The Contractor shall bring all parts to be erected or assembled into close contact. Before assembly, all surfaces to be in contact with each other shall be thoroughly cleaned. Drift pins may be used only for bringing members into position, never to enlarge or distort holes. Torching or burning of holes or cutting of fabricated items to correct misalignment or shop errors shall not be permitted. Enlargement of holes necessary to make field connections shall be done only with the Engineer's approval by reaming with twist drills and in a manner acceptable to Engineer. E. All equipment shall be furnished with suitable eyebolt lifting lugs or lifting angles to facilitate handling. 1.17 Special Tools and Accessories Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments and accessories required for proper maintenance. Special tools and accessories shall include those tools and accessories not normally available in an industrial hardware or mill supply house. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. • 1.18 Galvanizing A. All galvanizing shall be done by the hot-dip process after fabrication in conformity with requirements of ASTM A 123, Grade 100; ASTM A 153, ASTM A 384 and ASTM A 385. Articles to be galvanized shall be pickled before galvanizing. Articles to be painted shall not be quenched. B. Where galvanized bolts are specified or required by the Drawings, zinc plated bolts will be acceptable provided zinc plating conforms to ASTM B 633,Type II. C. Areas of galvanizing damaged at the factory by welding or burning or otherwise damaged shall be thoroughly stripped and cleaned and recoated with zinc to the required thickness by the hot dip process. Areas of galvanizing damaged in the field during transportation, handling or installation shall be stripped, cleaned, and recoated with zinc to the required thickness in accordance with ASTM A 780, Annex A3. D. Galvanized articles shall be free from uncoated spots, blisters, flux, black spots, dross, projections and other defects not consistent with acceptable galvanizing practice. • 3/1/2018 G003-109K\TS-01640 01640-8 General Equipment Stipulations E. Zinc and cadmium plating shall be subject to visual examination to determine • uniformity of coating. The Engineer may require that the coating uniformity be tested in accordance with ASTM A 239 or ASTM E 376. 1.19 Vibration Testing A. Unless specified otherwise in the Specifications, each pump or blower having a rated power of 50 HP, or greater, shall be tested in the field for acceptable vibration levels. Vibration testing shall be performed by an experienced, factory-trained and authorized vibration analysis expert (not a sales representative) retained by the Contractor for this work. Each unit shall be tested separately without duplicate equipment running. All field testing shall be done in the presence of the Engineer. The Engineer shall be furnished with four certified copies of vibration test data for each test performed. B. Where specified in the Specifications, equipment which is assembled and tested on the manufacturer's floor shall also be checked triaxially for vibration by the manufacturer. The results of these tests, along with location of vibration check points, shall be submitted to the Engineer. All readings shall be made on an X-Y recorder with appropriate scales indicated and an explanation thereon of any recordings exceeding specified limits. The field tests shall include substantiation of the manufacturer's test data. C. For systems with variable speed drives, tests shall be conducted at various speeds • between maximum and minimum. For systems with two-speed drives, tests shall be conducted at both speeds. For systems with constant-speed drives, tests shall be conducted under various loading conditions as determined by the Engineer. D. Rotating equipment shall be tested for vibration in the field after installation by the following method. Equipment, complete with drive systems, in place at the job site, shall not vibrate more than the values allowed herein, unless otherwise specified in the detailed equipment specifications. All field tests shall be running tests with the equipment operating on the product for which it is intended or a substitute acceptable to the Engineer. The term displacement, as used herein, shall mean total peak-to-peak movement of vibrating equipment, in mils; velocity shall mean the peak velocity or speed of the vibrating equipment, in inches per second; acceleration shall mean the maximum acceleration which occurs during the vibration cycle, measured in G's. Displacement and velocity shall be measured by a meter equal to IRD Mechanalysis Vibration Meter Model 306, or Bently-Nevada Model TK-8. Acceleration shall be measured by suitable equipment equal to IRD Mechanalysis, Bently-Nevada, subject to approval of the Engineer. Frequency of vibration, in cycles per minute (cpm), shall be determined when vibration exceeds specified levels or as otherwise necessary. Vibration shall be measured on the bearing housing, unless other locations are deemed necessary by the vibration analysis expert and Engineer. • 3/1/2018 G003-109K\TS-01640 01640-9 General Equipment Stipulations • E. For all equipment tested, vibration shall be checked in the radial and axial directions. For pumps, vibration shall not exceed that permitted by the Hydraulic Institute. F. Critical speeds of all rotating equipment shall meet the following: 1. For stiff shaft designs, the first critical speed of the rotating equipment shall be at least 25 percent above the maximum design operating speed. 2. For flexible shaft designs, critical speeds shall be at least 2 percent above or below normal design operating speeds. G. The Contractor shall be responsible for unit and system assembly vibration testing and their results, which shall be within the specified limits. Copies of test results shall be submitted to the Engineer for review. Should the vibration field test results exceed shop test results or the limits specified herein, the Contractor shall correct the deficiencies within 30 days. After corrections have been completed, the vibration testing shall be rerun and the results resubmitted to the Engineer for review. 1.20 Hydraulic Systems • A. All pipes, tubes and hoses for hydraulic fluid shall be securely restrained against movement. B. All hydraulic fluid reservoirs for hydraulic power packs shall be equipped with a low level shut-off mechanism which shall stop operation of the power pack when the level of fluid in the reservoir reaches a predetermined low level. C. All hydraulic systems shall be equipped with an alarm to notify the operator of system malfunction. 1.21 Noise Criteria A. Unless otherwise specified, noise levels for all operating equipment shall not exceed 90 dB at 5 feet from the equipment when measured on the A scale of a calibrated sound level meter at slow response. B. Noise criteria shall be met without the use of special external barriers or enclosures. 1.22 Identification of Piping and Equipment II/ A. General: All equipment and piping specified to be painted shall be color coded as specified in Section 09900 of these Specifications. 3/1/2018 G003-109K\TS-01640 01640-10 General Equipment Stipulations B. Equipment: All major items of equipment shall have an identification nameplate • and dataplate. 1. Nameplates: The Contractor shall submit a suitable list of all items of major equipment to the Engineer, who will furnish the Contractor with an identification numbering system. The nameplates shall be of Type 304 stainless steel, No. 6 finish, and not less than No. 16 gauge with indented stamped lettering. Nameplates shall be attached to equipment bases in easily visible and accessible locations. Nameplates shall be fastened in a permanent manner, arranged not to damage the equipment, with not less than four stainless steel fasteners. 2. Dataplates: Each item of mechanical equipment shall be provided with a stainless steel dataplate. Separate dataplates shall be provided for motors, engines and driven equipment. Dataplates shall include the following minimum information: a. Name of equipment(from equipment specifications) b. Manufacturer c. Model designation d. Serial number • e. Rated horsepower f. Service factor g. Electrical and insulation data h. Speed (rpm) i. Capacity and head (discharge pressure) j. Net weight k. Lettering shall be upper case, block style in size and spacing to suit the nameplate. The identification nameplates shall not be painted. C. Valves: All valves shall be identified with a round brass disc, approximately 1-1/2-inches in diameter and not less than No. 14 gauge, coated with a clear lacquer. Discs shall be fastened to valves in a permanent manner; attachment by chain to handwheels or other operators shall not be acceptable. Discs shall be stamped using indented numerals and/or letters with a valve number 111 3/1/2018 G003-109K\TS-01640 01640- 11 General Equipment Stipulations • corresponding to its identification number in the valve schedule to be included in the operation and maintenance manual. D. All pushbutton stations, switches, motor controllers, transmitters and other control equipment shall have identification nameplates of the engraved, laminated plastic type affixed to or adjacent to the switch, pushbutton station, etc. E. All manufacturer's nameplates, identification nameplates and ASME code plates located on areas of equipment to be insulated shall be removed and reattached on uninsulated areas in a manner acceptable to the Engineer. 1.23 Safety Signs A. Permanent safety signs shall be furnished and installed on all mechanical and electrical equipment where a hazard may exist. Signs shall be made in accordance with current OSHA requirements and shall be suitable for exterior use. Mounting details shall be in accordance with manufacturer's recommendations; location in accordance with governing agency regulations. Fasteners shall be stainless steel. B. Safety signs shall be approximately 10-inches high by 14-inches wide, colored yellow and black on minimum 0.080-inch aluminum stock. 111 C. Safety signs shall be furnished and will include, but not be limited to,the following: 1. The following sign shall be affixed to all equipment which may be started automatically from a remote location: CAUTION THIS EQUIPMENT MAY START AUTOMATICALLY BY REMOTE CONTROL 2. The following sign shall be affixed to all electrical equipment or instrument panels, as applicable: CAUTION -SHOCK HAZARD THIS EQUIPMENT IS POWERED BY MULTIPLE SOURCES CONTACTS MAY BE ENERGIZED AFTER LOCAL POWER IS DISCONNECTED 3. The following sign shall be provided at all areas where oxygen or flammable materials are stored or used (colored red, white and black): DANGER NO SMOKING, MATCHES, OR OPEN FLAMES • 3/1/2018 G003-109K\TS-01640 01640-12 General Equipment Stipulations 4. The following sign shall be affixed to all entrance hatches or access manways 0 on covered tanks and vessels: CAUTION OXYGEN DEFICIENT OR TOXIC CONDITIONS MAY EXIST FOLLOW PRESCRIBED PROCEDURES BEFORE ENTRY 5. The following sign shall be provided at all compressor vents and equipment blowoffs: CAUTION LOUD BLOWDOWN MAY OCCUR WITHOUT WARNING 1.24 Patent Royalties A. All royalties and fees for patents covering materials, articles, apparatus, devices, or equipment shall be included in prices bid by the Contractor. Attention is directed to the requirements of the General Conditions concerning patents. END OF SECTION0 III 3/1/2018 G003-109K\TS-01640 Section 01645 Manufacturer Services • Part 1 General 1.01 Scope A. The work under this Section defines the minimum scope of services to be provided by the Contractor using factory representatives of the manufacturers of the equipment to be installed during installation, start-up, and operator training. B. Equipment manufacturers assigned unit responsibility for systems comprised of several components shall provide the services of factory representatives from each component manufacturer to perform the duties required under these Specifications. The equipment manufacturer assigned unit responsibility shall be responsible for coordinating the activities of the system component manufacturers. 1.02 Qualification A. Qualification of the representatives for installation, start-up, and operator training purposes shall be appropriate for the equipment being installed and shall be subject to the approval of the Engineer. Where equipment has significant process complexity, furnish the services of engineering personnel knowledgeable in the • process involved and the function of the equipment. B. References in various equipment sections of the terms "factory representative" or "field representative" shall mean an employee of the equipment manufacturer who is completely knowledgeable of the construction, installation, operation and maintenance of the equipment. A sales representative does not qualify. Any field or factory representative not an active employee of the manufacturer must provide documentation from the manufacturer stating that the individual, by name, has been formally trained in the installation, operation and maintenance of the equipment and is authorized to make the required certification to perform the required services. 1.03 Coordination A. The Contractor shall coordinate the visits of factory representatives during installation, start-up and operator training in accordance with the requirements of Section 01655 of these Specifications. B. The Contractor shall notify the Engineer 72 hours prior to any impending visit by factory representatives so that the Engineer can be present. C. The Contractor shall coordinate the visits of all factory representatives for operator • training with the Owner. The Contractor shall provide the Engineer and Owner with a training schedule a minimum of 30 days prior to the start of the training period. 7/24/2018 G003-109K\TS-01645 01645-2 Manufacturer Services D. When approved by the Engineer, the period of service on more than one item • furnished by the same manufacturer may run concurrently. 1.04 Installation Inspection Services A. The Contractor shall furnish the services of a competent factory representative to inspect the installation of each piece of equipment prior to start-up and functional testing in accordance with the requirements of these Specifications. The time required shall be shown in the equipment sections of these Specifications, but shall be no less than one, eight-hour day. B. The factory representative shall certify that the equipment has been installed in accordance with the manufacturers' recommendations and is ready for start-up. 11.05 Start-Up Services The Contractor shall furnish the services of a competent factory representative to supervise the start-up, functional testing, and field performance testing for each item or system installed in accordance with Section 01655 and the equipment sections shown in Divisions 2 through 16 of these Specifications. The time required shall be shown in the equipment sections, but shall be no less than one, eight-hour day. • 1.06 Operator Training Services A. The Contractor shall furnish the services of a factory representative to train the Owner's personnel in the operation and maintenance of each item installed under these Specifications. END OF SECTION 7/24/2018 G003-109K\TS-01645 Section 01655 Starting Of Systems • Part 1 General 1.01 Scope A. The work under this Section includes, but is not necessarily limited to, the provision of all labor and material required to perform start-up of all equipment and mechanical systems installed under this Contract. B. The work defined under this Section includes providing the services of a factory representative in accordance with the requirements of Section 01645 of these Specifications. C. Certification of start-up and full testing shall be performed by the manufacturer using the services of a factory representative trained in this type of service. D. Unless otherwise specified, the Contractor shall furnish all labor, materials, water, air, oil, power, fuel, chemicals, test equipment and other items required to conduct the field tests, including any retests. E. The cost of all testing shall be included in the Contract Price and no separate • payment will be made. 1.02 Unit Responsibility A single manufacturer shall assume unit responsibility for all items so specified in each section. Unit responsibility shall require that all items be products of, or guaranteed by, the manufacturer. The manufacturer shall be responsible for all coordination between components and provide all submittals, installation and start-up assistance and certifications on the equipment as a unit. 1.03 Service A. Furnish the services of a competent factory representative of the equipment to be installed, for the purpose of supervising and/or inspecting the installation, placing the equipment in service and calibrating and adjusting each item of equipment. Qualification of the representative shall be appropriate to the type of equipment furnished and subject to the approval of the Engineer. Where equipment furnished has significant process complexity, furnish the services of engineering personnel knowledgeable in the process involved and the function of the equipment. Furnish these services for minimum number of days recommended by the manufacturer and approved by the Engineer. • B. In addition to the service period, furnish the services of a competent factory representative of the manufacturer of the equipment listed above for one day 3/1/2018 G003-109K\TS-01655 01655-2 Starting of Systems during the initial operation for instructing the repair of the equipment. The initial • operation period is in addition to any time required by the manufacturer's representatives to perform adjustments or accomplish performance testing. Schedule all factory representatives to be present at the same time for the purpose of coordinating the operation of all equipment. 1.04 Installation Inspection A. Prior to energizing any piece of equipment or performing a functional test, a factory representative of the equipment manufacturer shall inspect the installation of the equipment. The factory representative shall determine if the equipment has been installed in accordance with the manufacturer's recommendations, pre-start-up maintenance has been performed, and is ready for start-up and the functional test. B. Should the installation inspection indicated that the equipment has been improperly installed or prepared for start-up, the Contractor shall provide such modifications or adjustments as required for the equipment to operate properly. C. The factory representative shall certify that the equipment has been installed in accordance with the Drawings, Specifications, and the manufacturer's recommendations and that the equipment is ready for start-up and functional testing. 1.05 Functional Test 111/ A. Following the installation inspection by factory representative, perform a functional test on each piece of equipment. The test shall consist of operation of the equipment on a normal duty cycle for a sufficient period of time to determine satisfactory operation (24 hours minimum). To the maximum extent practical, exercise the full capabilities of all equipment including remote operation, instrumented control schemes, alternate modes of operation and emergency operation. B. Should the results of the functional test indicate that the equipment has failed to perform in accordance with the Specifications, the Contractor shall make, at no additional cost to the Owner, all modifications and/or adjustments as required for satisfactory operation, including replacement of any or all components, if necessary. Following the modifications or adjustments, the Contractor shall repeat the functional test. This procedure shall be repeated until the results of the test indicate that the equipment has satisfied the requirements of the applicable Specification Section(s). C. After the functional test is completed, each manufacturer shall certify, in writing, that tests were made in accordance with the Specifications and the manufacturer's recommendations, that the functional tests and start-up operation • have been satisfactory and that the equipment is fully operational and capable of 3/1/2018 G003-109K\TS-01655 01655-3 Starting of Systems 1111 meeting operating requirements. 1.06 Certification A. Upon completion of start-up, the Contractor shall provide written certification from all equipment manufacturers' factory representatives. Written certification shall indicate that the tests were performed in accordance with the manufacturer's recommendations, that the test and start-up operation has been satisfactorily completed and that the equipment is fully operational under the design requirements. Written certification shall be filled with the Engineer on the manufacturer's stationary. B. References in various equipment sections to the terms "factory representative" or "field representative" shall mean an employee of the manufacturer of the equipment who is completely knowledgeable of the construction, installation, operation and maintenance of the equipment. A sales representative does not qualify. Any field or factory representative not an active employee of the manufacturer, must provide documentation from the manufacturer stating that the individual, by name, has been formally trained in the installation, operation and maintenance of the equipment and is authorized to make the required certification or perform the required services. • 1.07 Data plates Provide a stainless steel dataplate for each item of mechanical equipment. Provide separate dataplates for electric motors and engines in addition to dataplates for driven equipment. Dataplates shall provide information on operating characteristics and indicate the manufacturer's name, model number, serial number and other information necessary to identify the equipment as set forth in Section 01640 of these Specifications. 1.08 Equipment Specifications The use of singular or plural terminology in the Specifications is not intended to define the number of units required to fulfill Contract requirements. Bidders must consult the Drawings to determine how many units of a particular piece of equipment are required. This does not relieve the Bidder of the responsibility to provide all equipment specified when multiple units are specifically required in the Specifications. 1.09 Delivery The scheduling of equipment deliveries to the job site is the responsibility of the • Contractor. Mechanical equipment and related electrical components shall not be delivered before satisfactory storage is available. Store equipment indoors unless 3/1/2018 G003-109K\TS-01655 01655-4 Starting of Systems specifically prepared and certified for long-term outdoor storage by the 41) manufacturer. 1.10 Control and Instrumentation Components Control and instrumentation equipment furnished by the mechanical equipment manufacturer shall conform to the applicable requirements of Division 16. END OF SECTION • • 3/1/2018 G003-109K\TS-01655 Section 01710 Cleaning • Part 1 General 1.01 Scope This Section covers the general cleaning which the Contractor shall be required to perform both during construction and before final acceptance of the Project unless otherwise shown on the Drawings or specified elsewhere in these Specifications. 1.02 Quality Assurance A. Daily, and more often if necessary, conduct inspections verifying that requirements of cleanliness are being met. B. In addition to the standards described in this Section, comply with all pertinent requirements of governmental agencies having jurisdiction. 1.03 Hazardous Material and Waste A. The Contractor shall handle hazardous waste and materials in accordance with applicable local, state, and federal regulations. Waste shall also be disposed of in approved landfills as applicable. B. The Contractor shall prevent accumulation of wastes which create hazardous conditions. C. Burning or burying rubbish and waste materials on the site shall not be allowed unless authorized by the Owner. D. Disposal of hazardous wastes or materials into sanitary or storm sewers shall not be allowed. 1.04 Disposal of Surplus Materials Unless otherwise shown on the Drawings, specified or directed, the Contractor shall legally dispose all surplus materials and equipment from demolition and shall provide suitable off-site disposal site, or utilize a site designated by the Owner. Part 2 Products 2.01 Cleaning Materials and Equipment • Provide all required personnel, equipment and materials needed to maintain the specified standard of cleanliness. 3/1/2018 G003-109 K\TS-01710 01710-2 Cleaning 2.02 Compatibility • Use only the cleaning materials, methods and equipment which are compatible with the surface being cleaned, as recommended by the manufacturer of the material or as approved by the Engineer. Part 3 Execution 3.01 Progress Cleaning A. General 1. Do not allow the accumulation of scrap, debris, waste material and other items not required for construction of this Work. 2. At least each week, and more often if necessary, completely remove all scrap, debris and waste material from the job site. 3. Provide adequate storage for all items awaiting removal from the job site, observing all requirements for fire protection and protection of the environment. B. Site 1. Daily, and more often if necessary, inspect the site and pick up all scrap, debris and waste material. Remove all such items to the place designated for their storage. 2. Restack materials stored on site weekly. 3. At all times maintain the site in a neat and orderly condition which meets the approval of the Engineer. 3.02 Final Cleaning A. Definitions: Unless otherwise specifically specified, "clean" for the purpose of this Article shall be interpreted as the level of cleanliness generally provided by commercial building maintenance subcontractors using commercial quality building maintenance equipment and materials. B. General: Prior to completion of the Work, remove from the job site all tools, surplus materials, equipment, scrap, debris and waste. Conduct final progress cleaning as described in 3.01 above. C. Site: Unless otherwise specifically directed by the Engineer, hose down all paved 3/1/2018 G003-109K\TS-01710 01710-3 Cleaning • areas on the site and all public sidewalks directly adjacent to the site; rake clean other surfaces of the grounds. Completely remove all resultant debris. D. Post-Construction Cleanup: All evidence of temporary construction facilities, haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other evidence of construction, as directed by the Engineer. E. Restoration of Landscape Damage: Any landscape feature damaged by the Contractor shall be restored as nearly as possible to its original condition at the Contractor's expense. The Engineer will decide what method of restoration shall be used. F. Timing: Schedule final cleaning as approved by the Engineer to enable the Owner to accept the Project. 3.03 Cleaning During Owner's Occupancy Should the Owner occupy the Work or any portion thereof prior to its completion by the Contractor and acceptance by the Owner, responsibilities for interim and final cleaning of the occupied spaces shall be as determined by the Engineer in accordance with the Supplementary Conditions of the Contract Documents. • END OF SECTION • 3/1/2018 G003-109K\TS-01710 01710-4 Cleaning • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-01710 Section 01720 Record Documents • Part 1 General 1.01 Scope A. The work under this Section includes, but is not necessarily limited to, the compiling, maintaining, recording and submitting of project record documents as herein specified. B. Record documents include, but are not limited to: 1. Drawings; 2. Specifications; 3. Change orders and other modifications to the Contract; 4. Engineer field orders or written instructions, including Requests for Information (RFI)and Clarification Memorandums; 5. Reviewed shop drawings, product data and samples; and 4111 6. Test records. C. The Contractor shall maintain on the Project site throughout the Contract Time an up to date set of Record Drawings. 1.02 Maintenance of Documents and Samples A. Storage 1. Store documents and samples in the Contractor's field office, apart from documents used for construction. 2. Provide files and racks for storage of documents. 3. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with format of these Specifications. C. Maintenance 1. Maintain documents in a clean, dry, legible condition and in good order. • 2. Do not use record documents for construction purposes. 3/1/2018 G003-109K\TS-01720 01720-2 Record Documents 3. Maintain at the site for the Owner one copy of all record documents. • D. Make documents and samples available at all times for inspection by Engineer. E. Failure to maintain the Record Documents in a satisfactory manner may be cause for withholding of a certificate for payment. 1.03 Quality Assurance A. Unless noted otherwise, Record Drawings shall provide dimensions, distances and coordinates to the nearest 0.1 foot. B. Unless noted otherwise, Record Drawings shall provide elevations to the nearest 0.01 foot for all pertinent items constructed by the Contractor. 1.04 Recording A. Label each document "Project Record" in neat, large printed letters. B. Recording 1. Record information concurrently with construction progress. 2. Do not conceal any work until required information is recorded. 1.05 Record Drawings A. Record Drawings shall be reproducible, shall have a title block indicating that the drawings are Record Drawings, the name of the company preparing the Record Drawings, and the date the Record Drawings were prepared. B. Legibly mark drawings to record actual construction, including: 1. All Construction a. Changes of dimension and detail. b. Changes made by Requests for Information (RFI),field order, clarification memorandums or by change order. c. Details not on original Drawings. 2. Site Improvements, Including Underground Utilities • a. Horizontal and vertical locations of all exposed and underground utilities 3/1/2018 G003-109K\TS-01720 01720-3 Record Documents • and appurtenances, both new facilities constructed and those utilities encountered, referenced to permanent surface improvements. b. Location of and dimensions of roadways and parking areas, providing dimensions to back of curb when present. c. The locations shall be referenced to at least two easily identifiable, permanent landmarks (e.g., power poles, valve markers, etc.) or benchmarks. d. The Record Drawings shall include all invert elevations, as well as, the horizontal angle and distance between manhole covers. 3. Structures a. Depths of various elements of foundation in relation to finish first floor datum or top of wall. b. Location of internal and buried utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. • 1.06 Specifications A. Legibly mark each section to record: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by Requests for Information (RFI), field order, clarification memorandums, or by change order. 1.07 Submittal A. At contract closeout, deliver original Record Documents and one electronic copy (pdf files)to the Engineer for the Owner. B. Accompany submittal with transmittal letter, in duplicate, containing: 1. Date 2. Project title and number 3. Contractor's name and address • 4. Title and number of each record document 3/1/2018 G003-109K\TS-01720 b. 01720-4 Record Documents 5. Signature of Contractor or Contractor's authorized representative • END OF SECTION • • 3/1/2018 G003-109K\TS-01720 Section 01730 Operating and Maintenance Data • Part 1 General 1.01 Scope A. The Contractor shall provide five copies of a complete and comprehensive reference manual (Operating and Maintenance Manual) containing operating and maintenance data to enable operators and plant engineers to correctly operate, service and maintain all equipment and accessories covered by the Specifications and Drawings. The data contained in the manual shall explain and illustrate clearly and simply all principles and theory of operation, operating instructions, maintenance procedures, calibration procedures and safety precautions and procedures for the equipment involved. B. No separate payment will be made for the Operating and Maintenance Manual and the cost of said manual shall be included in the Contract Price. 1.02 Submittal Schedule A. The Contractor shall submit, for the Engineer's approval, two preliminary copies of the manual with all specified material before the work covered by these Contract • Documents is 80 percent complete. The Engineer will notify the Contractor, in writing, of any deficiencies in the manual and will return one copy of the manual for completion and/or correction. B. Before final acceptance, the Contractor shall submit five copies of the revised manual, complete in detail as specified below. 1.03 Submittal Format A. Each copy of the manual shall be assembled in one or more loose leaf binders, each with title page, typed table of contents, typed list of tables, typed list of figures, and heavy section dividers with reinforced holes and numbered plastic index tabs. Binders shall be 3-ring, hardback type, with transparent vinyl pocket front cover suitable for inserting identifying cover and with a transparent vinyl pocket on the spine for label. All data shall be punched for binding. Composition and printing shall be arranged so that punching does not obliterate any data. The cover and binding edge of each manual shall have the project title, specification section number and title, and manual title printed thereon, all as approved by the Engineer. B. All copies of shop drawings, figures and diagrams shall be reduced to either 8-1/2 x 11-inches or to 11-inches in the vertical dimension and as near as • practical to 17-inches in the horizontal dimensions. Such sheets shall be folded to 8-1/2 x 11-inches. The manual and other data shall be printed on first quality 3/1/2018 G003-109K\TS-01730 ink 01730-2 Operating and Maintenance Data paper (20Ib minimum), 8-1/2 x 11-inch size with standard 3-hole punching. 41) Binders shall be labeled Vol. 1, Vol. 2, etc., where more than one is required. The table of contents for the entire set, identified by volume number, shall appear in each binder. Text, figures and drawings shall be clearly legible and suitable for dry process reproductions. C. Each submittal shall have a cover sheet that includes the following information: 1. The date of submittal and the dates of any previous submittals. 2. The Project title. 3. Numerical submittal numbers, starting with 1.90, 2.90, etc. Revisions to be numbered 1.91, 1.92, etc. 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification section number, permanent equipment tag numbers and applicable Drawing No. • D. The Engineer will not recommend final acceptance of the Work until the Operating and Maintenance Manual is complete and satisfactory to Engineer. 1.04 Contents of Operating and Maintenance Manual A. Each manual shall include a title page which includes all information specified in Article 1.03, paragraph C. of this Section. In addition, the title page shall include manufacturer's address, phone number, facsimile number, and contact; manufacturer's equipment name and model number; supplier's address, phone number, facsimile number, and contact. B. Each manual shall include a table of contents identifying the location of each item listed below, for each component supplied. For items not applicable to a component, the table of contents shall list N/A for the page number. C. For all equipment, the Contractor shall furnish a complete, detailed listing of all equipment, components and accessories showing component name, manufacturer, model number and quantity information shall be furnished for each component as outlined below: 1. Equipment function, normal operating characteristics, performance data • and limiting conditions. 3/1/2018 G003-109K\TS-01730 01730-3 Operating and Maintenance Data • 2. Detailed disassembly, overhaul and reassembly, installation, alignment, g , adjustment and checking instructions. 3. Detailed operating instructions for start-up, calibration, routine and normal operation, regulation and control, safety, shutdown and emergency conditions. Detailed list of settings for relays, pressure switches, temperature switches, level switches, thermostats, alarms, relief valves, rupture discs, etc. 4. Detailed preventative maintenance procedures and schedules, including detailed lubrication instructions and schedules, identification of required lubricants and operating fluids (description, specification and trade name of at least two manufacturers), and diagrams illustrating lubrication points. 5. Detailed guide to "troubleshooting". 6. Detailed parts lists identified by title, materials of construction, manufacturer's part number, list of recommended spare parts identified as specified above, predicted life of parts subject to wear, and an exploded or concise cut-away view of each equipment assembly. • 7. Electrical and instrumentation schematics, including motor control centers, control panels, instrument panels and analyzer panels. 8. List of all special tools supplied and description of their use. Special tools include any tool not normally available in an industrial hardware or mill supply house. 9. List of names and addresses of nearest service centers for parts, overhaul and service. 10. Procedures for storing, handling and disposing of any chemicals or products used with the equipment or system. 11. The supplier's operation and maintenance information will address the particular equipment furnished, with specific details on operation and maintenance practices. General data is not acceptable. Information contained in the manual which is not acceptable to the Project shall be marked out and noted as "N/A". END OF SECTION • 3/1/2018 G003-109K\TS-01730 01730-4 Operating and Maintenance Data • THIS PAGE INTENTIONALLY LEFT BLANK. S • 3/1/2018 G003-109K\TS-01730 Section 01740 Warranties and Bonds • Part I General 1.01 Project Maintenance and Warranty A. Maintain and keep in good repair the Work covered by these Drawings and Specifications until acceptance by the Owner. B. The Contractor shall warrant for a period of one year from the date of Owner's written acceptance of certain segments of the Work and/or Owner's written final acceptance of the Project, as defined in the Contract Documents, that the completed Work is free from all defects due to faulty products or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments or other work that may be made necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect throughout the warranty period. C. The Contractor shall not be obligated to make replacements which become • necessary because of ordinary wear and tear, nor as a result of improper operation or maintenance, nor as a result of improper work or damage by another Contractor or the Owner, nor to perform any work which is normally performed by a maintenance crew during operation. D. In the event of multiple failures of major consequences prior to the expiration of the one year warranty described above, the affected unit shall be disassembled, inspected and modified or replaced as necessary to prevent further occurrences. All related components which may have been damaged or rendered non-serviceable as a consequence of the failure shall be replaced. A new 12 month warranty against defective or deficient design, workmanship, and materials shall commence on the day that the item is reassembled and placed back into operation. As used herein, multiple failure shall be interpreted to mean two or more successive failures of the same kind in the same item or failures of the same kind in two or more items. Major failures may include, but are not limited to, cracked or broken housings, piping, or vessels, excessive deflections, bent or broken shafts, broken or chipped gear teeth, premature bearing failure, excessive wear or excessive leakage around seals. Failures which are directly and clearly traceable to operator abuse, such as operations in conflict with published operating procedures or improper maintenance, such as substitution of unauthorized replacement parts, use of incorrect lubricants or chemicals,flagrant over-or under-lubrication and using maintenance procedures not conforming with published maintenance instructions, • shall be exempted from the scope of the one year warranty. Should multiple failures occur in a given item, all products of the same size and type shall be disassembled, inspected, modified or replaced as necessary and rewarranted for one year. 3/1/2018 G003-109K\TS-01740 ft 01740-2 Warranties and Bonds E. The Contractor shall, at Contractor's own expense, furnish all labor, materials, tools • and equipment required and shall make such repairs and removals and shall perform such work or reconstruction as may be made necessary by any structural or functional defect or failure resulting from neglect, faulty workmanship or faulty materials, in any part of the Work performed by the Contractor. Such repair shall also include refilling of trenches, excavations or embankments which show settlement or erosion after backfilling or placement. F. Except as noted on the Drawings or as specified, all structures such as embankments and fences shall be returned to their original condition prior to the completion of the Contract. Any and all damage to any facility not designated for removal, resulting from the Contractor's operations, shall be promptly repaired by the Contractor at no cost to the Owner. G. The Contractor shall be responsible for all road and entrance reconstruction and repairs and maintenance of same for a period of one year from the date of final acceptance. In the event the repairs and maintenance are not made immediately and it becomes necessary for the owner of the road to make such repairs, the Contractor shall reimburse the owner of the road for the cost of such repairs. H. In the event the Contractor fails to proceed to remedy the defects upon notification within 15 days of the date of such notice, the Owner reserves the right to cause the • required materials to be procured and the work to be done, as described in the Drawings and Specifications, and to hold the Contractor and the sureties on Contractor's bond liable for the cost and expense thereof. I. Notice to Contractor for repairs and reconstruction will be made in the form of a registered letter addressed to the Contractor at Contractor's home office. J. Neither the foregoing paragraphs nor any provision in the Contract Documents, nor any special guarantee time limit implies any limitation of the Contractor's liability within the law of the place of construction. END OF SECTION • 3/1/2018 G003-109K\TS-01740 Section 02010 Subsurface Conditions • Part 1 General 1.01 Description A. Soil boring logs are shown in the subsurface report entitled "Subsurface Exploration and Geotechnical Engineering Evaluation - Proposed 250,000 Gallon Leachate Storage Tanks" by Geotechnical & Environmental Consultants, Inc Dated December 13, 2016 (GEC Project No. 160833.210). This information may be obtained upon written request by fax to 706-821-2811 or email to procbidandcontract@augustaga.gov. B. This soil investigation information is offered as an aid in bidding only and is not a part of the Contract Documents. The boring logs are available for the Contractor's information, but are not a warranty of subsurface conditions. The Owner, Engineer and geotechnical engineer assume no responsibility for any variation between materials encountered during construction and those indicated on the boring logs, nor for any variation between the location of the water table encountered and that indicated on the boring logs at the date borings were taken. C. Additional Investigation: The Contractor shall visit the site and become acquainted • with site conditions. Prior to bidding, prospective Contractors may make their own site and subsurface investigations to satisfy themselves with site and subsurface conditions. The Contractor shall be responsible for obtaining rights of ingress and egress to private property for site and subsurface investigation and shall assume all responsibility for any damage to property caused as a result of the Contractor's investigation. D. Location of Borings: Contractors shall be responsible for making their own determination of the location of the soil borings on this Project. END OF SECTION • 3/1/2018 G003-109K/TS-02010 02010-2 Subsurface Conditions • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K/TS-02010 Section 02060 Demolition of Existing Facilities • Part 1 General 1.01 Scope The work in this Section consists of furnishing all material and equipment and performing all labor necessary for demolishing and disposing of designated facilities indicated on the Drawings. 1.02 Submittals The Contractor shall submit a written request, to include a detailed demolition procedure, to the Owner for approval at least 10 days before demolition is started. The demolition procedure shall include a detailed description of the methods and equipment to be used for each operation and the sequence of work. The demolition procedures shall provide for safe conduct of work, protection of the property, which is to remain undisturbed and coordination with other work or operation which may be in progress. Part 2 Products (Not Used) 1111 Part 3 Execution 3.01 Demolition A. All material shall be removed as necessary for construction, or in any event, to finish grades as shown on the Drawings. B. Any structure, or part thereof, remaining below grade shall be mechanically fractured so that subsurface water will freely pass through the slab or floor of the structure, and so that no void will remain after backfilling the work site to grade as shown on the Drawings. C. The Contractor shall be responsible for removing all existing service connections to the buildings or site and permanently plugging the pipes where required in accordance with requirements of the utility companies concerned. D. The Contractor will be responsible for any damage caused to other structures, and shall be held liable for any and all repairs, replacement of parts or renovations required to restore any structure, portion of structure, equipment or items, not intended for demolition. The Contractor shall restore any damaged facilities to their condition prior to demolition provided the damage was result of the demolition. If the Contractor does not repair any such damage immediately, or if the repairs are • not suitable to the Owner, the Owner reserves the right to have such repairs made by another party and deduct the cost of required repairs from money due 3/1/2018 G003-109K\TS-02060 02060-2 Demolition of Existing Facilities Contractor. • E. Dust-tight, weathertight partitions shall be erected to protect existing facilities from dust and weather while wrecking is in progress and until such time as closures have been made. Partitions may be constructed of wood and shall have a covering of tarred roofing felt on the weather side. F. All salvageable metal materials shall remain the property of the Owner and shall be cleaned and stored on the Owner's property as directed by the Owner. 3.02 Disposal A. All materials, which are not delivered to the Owner as specified above, shall become the property of the Contractor, and shall be demolished, moved or otherwise disposed of at the option of the Contractor by a method approved by the Owner. B. All demolished structures, equipment and materials shall be removed from the work site by the Contractor. C. All demolished structures, equipment and materials which are either left in place or removed to the disposal site shall be in a non-hazardous condition. END OF SECTION • 3/1/2018 G003-109K\TS-02060 Section 02100 Site Preparation • Part 1 General 1.01 Scope A. This Section described materials and equipment to be utilized and requirements for their use in preparing the work site for construction. The Contractor shall furnish all materials, equipment and labor necessary to complete the work. B. Comply with applicable codes, ordinances, rules, regulations and laws of local, municipal, state or federal authorities having jurisdiction. 1.02 Clearing and Grubbing A. Within the limits shown on the Drawings, the site will be cleared and grubbed to prepare for construction. B. Clearing 1. All vegetarian such as trees, shrubs, brush, logs, upturned stumps and roots of down trees, and other similar items shall be removed and disposed of properly by the Contractor as specified below. Cultivated growth shall be • removed and trees felled as necessary within the construction work site and as indicated. 2. Where the tree limb structure interferes with utility wires, or where the trees to be felled are in close proximity to utility wires, the tree shall be taken down in sections to eliminate the possibility of damage to the appropriate utility. 3. All buildings, fences, lumber piles, trash and obstructions, except utility poles shall be removed and disposed of by the Contractor. Any work pertaining to utility poles shall comply with the requirements of the appropriate utility. 4. All fences adjoining any excavation or embankment that may be damaged or buried shall be carefully removed, stored and replaced. 5. All gravel within the footprint of the building expansion shall be removed and stock piled as shown on the Drawings. C. All stumps, roots, foundations and planking embedded in the ground shall be removed and disposed of properly by the Contractor as specified below. Piling and butts of utility poles shall be removed to a minimum depth of two feet below the limits of excavation for structures, trenches and roadways or two feet below finish grade, whichever is lower. • D. Tree stumps located along adjacent property Owner's boundary shall be ground in- place. 3/1/2018 G003-109K\TS-02100 02100-2 Site Preparation 1.03 Preliminary • e ry Gradin g Before beginning construction, the Contractor shall grade the entire work site to conform, in general, to the finish elevations shown on the Drawings. The Drawings show both existing contour elevations and finished contour elevations. 1.04 Testing and Inspection Services A. Soil testing will be performed by an independent testing laboratory selected by the Owner. Payment for soil testing shall be made by the Owner from the "Materials Testing, Special Inspections, Construction Quality Assurance, and NPDES Monitoring and Reporting" cash allowance. B. The soils testing laboratory is responsible for the following: 1. Compaction tests in accordance with ASTM D 698. 2. Field density tests for each one feet of lift; one test for each 5,000 square feet of fill or as directed by the soils testing 3. Inspecting and testing of proposed fill materials and witnessing proof rolls. C. The Contractor's duties relative to testing include: • 1. Notifying the laboratory of conditions requiring testing. 2. Coordinating with the laboratory for field testing. 3. Providing representative fill soil samples to laboratory for test purposes. Provide 50 pound samples of each fill soil. 4. Paying costs for additional testing performed beyond the scope of that required and for retesting where initial tests reveals non-conformance with specified requirements. D. Inspection: 1. Earthwork operations, suitability of excavated materials for fill and backfill, and placing the compaction of fill and backfill is subject to inspection. The Engineer or Owner's representative will observe earthwork operations. 2. Foundations and shallow spread footing foundations are required to be inspected by a geotechnical engineer to verify suitable bearing and construction. • 3/1/2018 G003-109K\TS-02100 02100-3 Site Preparation Part 2 Products (Not Used) Part 3 Execution 3.01 Preparation Maintain bench marks, monuments and other reference points. Re-establish, at no cost to the Owner, any such reference points if disturbed or destroyed. 3.02 Clearing A. Clear areas required for access to site and execution of work. B. Remove trees and shrubs within the area to be cleared. Trees located along adjacent property Owner's boundary shall have their stumps ground in-place. C. Clear undergrowth and deadwood, without disturbing subsoil. 3.03 Disposal of Refuse A. The refuse resulting from the clearing and grubbing operation shall be hauled to the landfill's working face by the Contractor and shall be disposed of in accordance with all requirements of federal, state, county and municipal regulations. No debris of any kind shall be deposited in any stream or body of water, or in any street or alley. No debris shall be deposited upon any private property except with written consent of the property owner. In no case shall any material be left on the Project, shoved onto abutting private properties, or be buried in embankments or trenches on the Project. B. When approved in writing by the Engineer and when authorized by the proper authorities, the Contractor may dispose of such refuse by burning on the site of the Project provided all requirements set forth by the authorities are met. The authorization to burn shall not relieve the Contractor in any way from damages which may result from Contractor's operations. The Contractor shall not burn on easements through private property. END OF SECTION • 3/1/2018 G003-109K\T5-02100 02100-4 Site Preparation • THIS PAGE INTENTIONALLY LEFT BLANK • • 3/1/2018 G003-109K\TS-02100 Section 02125 Erosion and Sedimentation Control • Part 1 General 1.01 Scope A. The work specified in this Section consists of providing and maintaining temporary and permanent erosion and sedimentation controls as shown on the Drawings. This Section also specifies the subsequent removal of temporary erosion and sedimentation controls. B. Temporary and permanent erosion and sedimentation controls include grassing and mulching of disturbed areas and structural barriers at those locations which will ensure that erosion during construction will be maintained within acceptable limits. Acceptable limits are as established by the Georgia Erosion and Sedimentation Control Act of 1975, as amended, Section 402 of the Federal Clean Water Act, and applicable codes, ordinances, rules, regulations and laws of local and municipal authorities having jurisdiction. C. Land disturbance activity shall not commence until the Land Disturbance Permit has been issued. D. Land disturbance permit(s) will be obtained and paid for by the Owner. E. A Georgia storm water discharge permit for construction activities shall be obtained and paid for by the Owner and issued in the name of the Contractor. 1.02 Submittals A. Submit product data in accordance with the requirements of Section 01340 of these Specifications. B. Prior to any construction activity, the Contractor shall submit, for the Engineer's approval, a schedule for the accomplishment of temporary and permanent erosion and sedimentation control work. No work shall be started until the erosion and sedimentation control schedule and methods of operation have been approved by the Engineer. 1.03 Quality Assurance A. The temporary and permanent erosion and sedimentation control measures shown on the Drawings are minimum requirements. Any additional erosion and sedimentation control measures required by the Contractor's means, methods, techniques and sequence of operation will be installed by the Contractor at no additional cost to the Owner. • 3/1/2018 G003-109K\TS-02125 02125-2 Erosion and Sedimentation Control B. Perform all work under this Section in accordance with all pertinent rules and • regulations including, but not necessarily limited to, those stated in these Specifications. Where provisions of pertinent rules and regulations conflict with these Specifications,the more stringent provisions shall govern. C. Provide all materials and promptly take all actions necessary to achieve effective erosion and sedimentation control in accordance with the Georgia Erosion and Sedimentation Control Act of 1975, as amended (OCGA §12-7-1, et. seq.) local ordinances, other permits, NPDES construction activity permits, local enforcing agency guidelines and these Specifications. D. Basic Principles 1. Coordinate the land disturbance activities to fit the topography, soil types and conditions. 2. Minimize the disturbed area and the duration of exposure to erosive elements. 3. Provide temporary or permanent stabilization to disturbed areas immediately after rough grading is complete. 4. Safely convey run-off from the site to a stable outlet to prevent flooding and • damage to downstream facilities resulting from increased runoff from site. 5. Retain sediment on-site that was generated on-site. 6. Minimize encroachment upon watercourses. E. Implementation 1. The Contractor is solely responsible for the control of erosion within the Project site and the prevention of sedimentation from leaving the Project site or entering waterways. 2. The Contractor shall install temporary and permanent erosion and sedimentation controls which will ensure that runoff from the disturbed area of the Project site shall pass through a filter system before exiting the Project site. 3. The Contractor shall provide temporary and permanent erosion and sedimentation control measures to prevent silt and sediment from entering the waterways. The Contractor shall maintain an undisturbed vegetative buffer a minimum of 50 feet from the top of the bank. • 3/1/2018 G003-109K\TS-02125 02125-3 Erosion and Sedimentation Control • 4. The Contractor shall limit land disturbance activity to those areas shown on the Drawings. 5. The Contractor shall maintain erosion and sedimentation control measures within disturbed areas on the entire site at no additional cost to the Owner until the acceptance of the Project. Maintenance shall include mulching, re-seeding, clean-out of sediment barriers and sediment ponds, replacement of washed-out or undermined rip rap and erosion control materials, to the satisfaction of the Engineer. 6. All fines imposed for improper erosion and sedimentation control shall be paid by the Contractor. Part 2 Products 2.01 Sediment Barrier A. Silt Fence 1. Silt fence fabric shall meet the requirements of Section 881.2.07 of the Georgia Department of Transportation Standard Specifications, latest edition. • 2. Woven wire fabric shall meet the requirements of Section 894.2.02 of the Georgia Department of Transportation Standard Specifications, latest edition. 3. Type S and NS silt fence fabric shall be an approved product on the Georgia DOT Qualified Product List No. 36, latest edition. B. Plywood shall be 3/4-inch thick exterior type (C-C grade). C. 2"x 4" or 4"x 4"wood lumber or posts shall be No. 2 grade minimum. 2.02 Rip Rap A. Stone Rip Rap: Use sound, tough, durable stones resistant to the action of air and water. Slabby or shaley pieces will not be acceptable. Unless shown or specified otherwise, stone rip rap shall be Type 3. 1. Type 3 Rip Rap: Rip rap size shall conform to Section 805.2.01 of the Georgia Department of Transportation Standard Specification for Type 3 Stone Dumped Rip Rap. • 3/1/2018 G003-109K\TS-02125 02125-4 Erosion and Sedimentation Control 2.03 Plastic Filter Fabric A. Plastic filter fabric shall conform to the Georgia Department of Transportation Standard Specifications, Section 881.2.05 for woven fabrics. B. Plastic filter fabric shall be an approved product on the Georgia Department of Transportation Qualified Product List No. 28, latest edition. 2.04 Erosion Control Matting A. Erosion Control Matting shall conform to the Georgia Department of Transportation Standard Specifications, Section 713.2.6 for slopes. B. Erosion Control Matting shall be an approved product on the Georgia Department of Transportation Qualified Product List No. 62, latest edition. 2.05 Construction Exit Stone Use sound, tough, durable stone resistant to the action of air and water. Slabby or shaley pieces will not be acceptable. Aggregate size shall be in accordance with the National Stone Association Size R-2 (1.5 to 3.5-inch stone). 2.06 Grassing 110 A. Grassing materials shall meet the requirements of the following sections of the Georgia Department of Transportation Standard Specifications, latest edition: Material Section Topsoil 893.01 Seed and Sod 890 Fertilizer 891.01 Agricultural Lime 882.02 Mulch 893.02 I nocu tants 893.04 B. Seed species shall be provided as shown on the Drawings. C. Water: Water shall be free of excess and harmful chemicals, organisms and substances which may be harmful to plant growth or obnoxious to traffic. Salt or brackish water shall not be used. Water shall be furnished by the Owner. • 3/1/2018 G003-109K\TS-02125 02125-5 Erosion and Sedimentation Control • Part 3 Execution 3.01 General A. Temporary and permanent erosion and sedimentation control measures shall prevent erosion and prevent sediment from exiting the site. If, in the opinion of the Engineer, the Contractor's temporary erosion and sedimentation control measures are inadequate, the Contractor shall provide additional maintenance for existing measures or additional devices to control erosion and sedimentation on the site at no additional cost to the Owner. B. All erosion and sedimentation control devices and structures shall be inspected by the Contractor at least once a week and immediately prior to each rainfall occurrence. Any device or structure found to be damaged will be repaired or replaced by the end of the day. C. All erosion and sedimentation control measures and devices shall be constructed and maintained as indicated on the Drawings or specified herein until adequate permanent disturbed area stabilization has been provided and accepted by the Engineer. Once adequate permanent stabilization has been provided and accepted by the Engineer, all temporary erosion and sedimentation control structures and devices shall be removed. • 3.02 Sediment Control A. Construction Exit 1. Construction exit(s) shall be placed as shown on the Drawings and as directed by the Engineer. A construction exit shall be located at any point traffic will be leaving a disturbed area to a public right-of-way, street, alley, sidewalk or parking area. 2. Placement of Construction Exit Material: The ground surface upon which the construction exit material is to be placed shall be prepared to a smooth condition free from obstructions, depressions or debris. The plastic filter fabric shall be placed to provide a minimum number of overlaps and a minimum width of one foot of overlap at each joint. The stone shall be placed with its top elevation conforming to the surrounding roadway elevations. The stone shall be dropped no more than three feet during construction. 3. Construction Exit Maintenance: The Contractor shall regularly maintain the exit(s) with the top dressing of stone to prevent tracking or flow of soil onto • public rights-of-way and paved surfaces as directed by the Engineer. 3/1/2018 G003-109K\TS-02125 02125-6 Erosion and Sedimentation Control 4. Construction Exit Removal: Construction exit(s) shall be removed and 41) properly disposed of when the disturbed area has been properly stabilized, the tracking or flow of soil onto public rights-of-way or paved surfaces has ceased and as directed by the Engineer. B. Sediment Barriers 1. Sediment barriers shall include, but are not necessarily limited to, silt fences, hay bales, rock check dams and inlet sediment traps, any device which prevents sediment from exiting the disturbed area. 2. Silt fences, hay bales and rock check dams shall not be used in any flowing stream, creek or river. 3. Sediment barriers shall be installed as shown on the Drawings and as directed by the Engineer. 4. Sediment barriers shall be maintained to ensure the depth of empounded sediment is no more than one-half of the original height of the barrier or as directed by the Engineer. Torn, damaged, destroyed or washed-out barriers shall be repaired, reinforced or replaced with new material and installed as shown on the Drawings and as directed by the Engineer. 5. Sediment Barrier Removal • a. Sediment barrier shall be removed once the disturbed area has been stabilized with a permanent vegetative cover and the sediment barrier is no longer required as directed by the Engineer. b. Accumulated sediment shall be removed from the barrier and spread over the site. c. All non-biodegradable parts of the barrier shall be disposed of properly. The hay bales may be spread evenly across disturbed areas as a mulching material. d. The disturbed area created by barrier removal shall be permanently stabilized. 3.03 Erosion Control A. Rip Rap 1. Rip rap shall be placed as shown on the Drawings and as directed by the Engineer. Rip rap shall be placed at all points where natural vegetation is • disturbed on the banks of streams or drainage ditches. Compact backfill 3/1/2018 G003-109K\TS-02125 02125-7 Erosion and Sedimentation Control and place rip rap to prevent subsequent settlement and erosion. This requirement applies equally to construction along side a stream or drainage ditch as well as crossing a stream or drainage ditch. 2. Preparation of Foundations: The ground surface upon which the rip rap is to be placed shall be brought to the correct lines and grades before placement is commenced. Where filling of depressions is required, the new material shall be compacted with hand or mechanical tampers. Unless at creek banks or otherwise shown or specified, rip rap shall begin in a toe ditch constructed in original ground around the toe of the fill or the cut slope. The toe ditch shall be two feet deep in original ground, and the side next to the fill or cut shall have that same slope. After the rip rap is placed, the toe ditch shall be backfilled and the excess dirt spread neatly on the site. 3. Placement of Plastic Filter Fabric a. Plastic filter fabric shall be placed under all rip rap unless shown or specified otherwise. b. The surface to receive filter fabric shall be prepared to a smooth condition free from obstructions, depressions and debris. The filter fabric shall be installed with the long dimension running up the slope Sand shall be placed to provide a minimum number of overlaps. The fabric shall be placed to provide a minimum width of one foot of overlap at each joint. The fabric shall be placed so that the upstream strip overlaps the downstream strip. The fabric shall be anchored in place with securing pins of the type recommended by the fabric manufacturer. Pins shall be placed on or within 3-inches of the centerline of the overlap. The fabric shall be placed loosely to avoid stretching and tearing during placement of the stone. The fabric shall be protected at all times during construction from clogging due to clay, silts, chemicals or other contaminants. Contaminated fabric or fabric damaged during installation or during placement of rip rap shall be removed and replaced with uncontaminated and undamaged fabric at no additional cost to the Owner. 4. Placement of Rip Rap: Rip rap shall be placed on a 6-inch layer of soil, crushed stone or sand overlaying the filter fabric. Rip rap shall be placed with its top elevation conforming to the finished grade or the natural existing slope of the stream bank and stream bottom. The stone shall be dropped no more than three feet during construction. Stone Rip Rap: Stone rip rap shall be placed to provide a uniform surface to the thickness shown on the Drawings. The thickness tolerance for the 4111 course shall be-3-inches and +6-inches. 3/1/2018 G003-109K\TS-02125 02125-8 Erosion and Sedimentation Control B. Grassing110 1. Grassing shall meet the requirements of Section 700 of the Georgia Department of Transportation Standard Specifications, latest edition, unless specified otherwise. 2. Seed rate, fertilization and other requirements shall be performed in accordance with the requirements of Section 02930 of these Specifications. 3. Temporary Stabilization: Temporary stabilization shall be provided as shown on the Drawings and conforming to these Specifications to control erosion on the site. Temporary stabilization shall be provided to any area which will not receive permanent stabilization within the next 14 calendar days. Partial payment requests may be withheld for those portions of the Project not complying with this requirement. 4. Permanent Stabilization a. Permanent stabilization shall be provided as shown on the Drawings and conforming to these Specifications to control erosion on the site. Permanent stabilization shall be provided to all areas of land disturbance within 14 calendar days of the completion of land disturbance. • b. Where permanent stabilization cannot be immediately established because of an inappropriate season, the Contractor shall provide temporary stabilization. The Contractor shall return to the site at the appropriate season to provide permanent stabilization in areas that received only temporary stabilization. 3.04 Clean-Up A. Dispose of all excess erosion and sedimentation control materials in a manner satisfactory to the Engineer. B. Final clean-up shall be performed in accordance with the requirements of Section 01710 of these Specifications. 3.05 Closeout A. Contractor shall provide the Notice of Termination (NOT) for the Georgia storm water discharge from construction activities permit. The Contractor is responsible for executing the NOT, getting the Owner to sign, and for submission to EPD along with all required data. The Contractor shall provide documentation of EPD's acceptance and approval of the NOT. • END OF SECTION 3/1/2018 G003-109K\TS-02125 Section 02140 Dewatering • Part 1 General 1.01 Scope A. This Section shall apply to all excavation, except trench excavation. B. Construct all permanent work in areas free from water. Design, construct and maintain all wells, pumps, vacuum systems, sumps, dikes, levees, cofferdams and diversion and drainage channels as necessary to maintain the areas free from water and to protect the areas to be occupied by permanent work from water damage. Remove temporary works after they have served their purpose. C. The Contractor shall be responsible for the stability of all temporary and permanent slopes, grades, foundations, materials and structures during the course of the Contract. Repair and replace all slopes, grades, foundations, materials and structures damaged by water, both surface and subsurface, to the lines, grades and conditions existing prior to the damage, at no additional cost to the Owner. Part 2 Products (Not Used) • Part 3 Execution 3.01 Care of Water A. Except where the excavated materials are designated as materials for permanent work, material from required excavation may be used for dikes, levees, cofferdams and other temporary backfill. B. Furnish, install, maintain and operate necessary pumping and other equipment for dewatering the various parts of the work and for maintaining the foundation and other parts free from water as required for constructing each part of the work. C. Install all drainage ditches, sumps and pumps to control excessive seepage on excavated slopes, to drain isolated zones with perched water tables and to drain impervious surfaces at final excavation elevation. D. Dewater by means which will insure dry excavations, preserve final lines and grades, do not disturb or displace adjacent soil. E. All pumping and drainage shall be done with no damage to property or structures and without interference with the rights of the public, owners of private property, • pedestrians, vehicular traffic or the work of other contractors, and in accordance with all pertinent laws, ordinances and regulations. 3/1/2018 G003-109K\TS-02140 02140-2 Dewatering F. Do not overload or obstruct existing drainage facilities. • G. After they have served their purpose, remove all temporary protective work at a satisfactory time and in a satisfactory manner. All diversion channels and other temporary excavations in areas where the compacted fill or other structures will be constructed shall be cleaned out, backfilled and processed under the same Specifications as those governing the compacted fill. Fill or grout all temporary dewatering wells unless otherwise directed by the Engineer. H. When the temporary works will not adversely affect any item of permanent work or the planned usage of the Project, the Contractor may be permitted to leave such temporary works in place. In such instances, breeching of dikes, levees and cofferdams may be required. 3.02 Dewatering A. By the use of well points, pumps, tile drains or other approved methods, the Contractor shall prevent the accumulation of water in excavated areas. Should water accumulate, it shall be promptly removed. B. Excavations shall be continuously dewatered to maintain a ground water level no higher than three to four feet below the lowest point in the excavation. Dewatering • systems shall be designed to allow for localized variations in the depth of excavations required to reach a suitable foundation. Dewatering shall be accomplished well enough in advance of excavation to ensure that groundwater is already lowered prior to completing the final excavation to finish subgrade. C. All destabilized subgrade conditions caused by inadequate or untimely dewatering operations shall be undercut and backfilled with suitable backfill material at no additional cost to the Owner. D. Piezometric observation wells are required to monitor the ground water level to insure proper dewatering prior to excavation below the static water table. The number of wells required will vary depending on the size and depth of structures. END OF SECTION 111 3/1/2018 G003-109K\TS-02140 Section 02200 Earthwork Part 1 General 1.01 Scope A. This Section includes earthwork and related operations, including, but not limited to, dewatering, excavating all classes of material encountered, pumping, draining and handling of water encountered in the excavations, handling, storage, transportation and disposal of all excavated and unsuitable material, construction of fills and embankments, backfilling around structures and pipe, backfilling all trenches and pits, compacting, all sheeting, shoring and bracing, preparation of subgrades, surfacing and grading, and any other similar, incidental, or appurtenant earthwork operations which may be necessary to properly complete the work. B. The Contractor shall provide all services, labor, materials and equipment required for all earthwork and related operations necessary or convenient to the Contractor for furnishing complete work as shown on the Drawings or specified in these Contract Documents. 1.02 General • A. The elevations shown on the Drawings as existing are taken from the existing data available and are intended to give reasonably accurate information about the existing elevations. They are not precise and the Contractor shall become satisfied as to the exact quantities of excavation and fill required. B. Earthwork operations shall be performed in a safe and proper manner with appropriate precautions being taken against all hazards. C. All excavated and filled areas for structures, trenches, fills, topsoil areas, embankments, and channels shall be maintained by the Contractor in good condition at all times until final acceptance by the Owner. All damage caused by erosion, or other construction operations shall be repaired by the Contractor using material of the same type as the damaged material. D. Earthwork within the rights-of-way of the Department of Transportation, the County and/ or Cities shall be done in accordance with requirements and provisions of the permits issued by those agencies for the construction within their respective rights-of-way. Such requirements and provisions, where applicable, shall take precedence and supersede the provisions of these Specifications. E. The Contractor shall control grading in a manner to prevent surface water from • running into excavations. Obstruction of surface drainage shall be avoided and means shall be provided whereby storm water can be uninterrupted or rerouted 3/1/2018 G003-109K/TS-02200 Now 02200-2 Earthwork through temporary drains. Free access must be provided to all fire hydrants, water • valves, and meters. F. Excavation work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the work, regardless of the type, character, composition or condition of the material. G. Tests for earthwork compliance shall be conducted by the Engineer or by an independent testing laboratory selected by the Owner. Costs of tests performed by an independent testing laboratory shall be paid directly by the Owner and not as a part of this Contract or though the appropriate cash allowance in this Contract. The Contractor shall make all necessary excavations and shall supply any samples of materials necessary for conducting soils tests. The cost of all retests made necessary by the failure of materials to conform to the requirements of these Contract Documents shall be paid by the Contractor. Contractor's duties relative to testing include: a. Notifying laboratory of conditions requiring testing. b. Coordinating with laboratory for field testing and required observations. c. Providing representative soil samples to the laboratory for test purposes. H. All earthwork operations shall comply with the requirements of OSHA Construction • Standards, Part 1926, Subpart P, Excavations, Trenching, and Shoring, and Subpart 0, Motor Vehicles, Mechanized Equipment, and Marine Operations, and shall be conducted in a manner acceptable to the Engineer. I. It is understood and agreed that the Contractor has made a thorough investigation of the surface and subsurface conditions of the site and any special construction problems which might arise as a result of nearby watercourses and floodplains, particularly in areas where construction activities may encounter water-bearing sands and gravels or limestone solution channels. The Contractor shall be responsible for providing all services, labor, equipment and materials necessary or convenient to the Contractor for completing the work within the time specified in these Contract Documents. Part 2 Products 2.01 Materials and Construction A. Earthwork Materials 1. Fill Material, General • a. Approval Required: All fill material shall be subject to the approval of the Engineer. 3/1/2018 G003-109K/TS-02200 02200-3 Earthwork • b. Notification: For approval of imported fill material, notify the Engineer and testing laboratory at least one week in advance of intention to import material, designate the proposed borrow area and permit testing as necessary to prove the quality of the material. c. All fill material shall be soil exclusive of organic matter, frozen lumps or other deleterious substances. It shall contain no rocks or lumps over 3-inches maximum in dimension. d. Suitable fill materials should have a standard Proctor maximum dry density(ASTM D 698) of at least 90 pcf. 2. Coarse Aggregate or Crushed Stone: Coarse aggregate or crushed stone shall conform to the Georgia Department of Transportation Standard Specifications for Construction of Road and Bridges, 800.2.01, Group II, Size No. 57. 3. Top Soil: Dark organic weed free loam,free of muck. B. Sheeting, Bracing and Timbering: The Contractor shall furnish, place, and maintain • all sheeting, bracing, and timbering required to properly support trenches and other excavations in open cut, and to prevent all movement of the soil, pavement, structures, or utilities outside of the trench or pit. 1. General a. Cofferdams and bracing design, including computations, shall be prepared before commencing construction operations. Drawings and design computations shall be signed and sealed by a professional engineer registered in the State of Georgia. The drawings and design computations shall not be submitted to the Engineer. b. Sheeting, bracing and timbering shall be so placed as to allow the work to be constructed to the lines and grades shown on the Drawings and as ordered by the Engineer. c. If at any time the method being used by the Contractor for supporting any material or structure in or adjacent to any excavation is not reasonably safe, the Contractor shall provide additional bracing and support necessary to furnish the added degree of safety. d. All sheeting in contact with the concrete or masonry shall be cut off as • directed by the Engineer and left in place. 3/1/2018 G003-109K/TS-02200 02200-4 Earthwork 2. Timber: Timber may be substituted for steel sheet piling, when approved by • the Engineer. Timber for shoring, sheeting, or bracing shall be sound, and free of large or loose knots, and in good condition. Size and spacing shall be in accordance with OSHA regulations. 3. Steel Sheet Piling: Steel sheet piling shall be the continuous interlock type. The weight, depth, and section modulus of the sheet piling shall be sufficient to restrain the loads of earth pressure and surcharge from existing foundations and/or live loads. The procedure for installation and bracing shall be so scheduled and coordinated with the removal of the earth that the ground under existing structures shall be protected against lateral movement at all times. The Contractor shall provide closure and sealing between sheet piling and existing facilities. Steel piling within three feet of an existing building, structure or pipeline shall remain in place, unless otherwise directed by the Engineer. 4. Remove bracing and sheeting in units when backfill reaches the point necessary to protect the structures and adjacent property. Leave sheeting in place when, in the opinion of the Engineer, it cannot be safely removed. Cut off sheeting left in place at least two feet below the surface. C. Other Materials: All other materials not specifically described but required for • proper completion of the work of this Section, shall be as selected by the Contractor subject to the approval of the Engineer. D. Stockpile Areas: The stockpile areas shown on the Drawings, or as directed by the Engineer, shall be used to stockpile soil earthwork materials to be utilized for this project and to stockpile topsoil as needed. E. Filter Fabric-Woven Type 1. Filter fabric associated with backfill shall be a polypropylene woven fabric. The fabric shall be a high modulus type with good separation capabilities. The fabric shall be inert to biological degradation and naturally occurring chemicals, alkalies and acids. 2. The fabric shall also conform to the minimum property values listed in the following table: • 3/1/2018 G003-109K/TS-02200 02200-5 Earthwork 1111 Fabric Property Unit Test Method Minimum Value Grab Tensile Strength lbs. ASTM D 4632 315 Trapezoid Tear lbs. ASTM D 4533 112 Strength CBR Puncture Strength lbs. ASTM D 6241 630 Permittivity sec-1 ASTM D 4491 0.02 Apparent Opening Size in. ASTM D 4751 0.024 Ultraviolet Stability % ret @ ASTM D 4355 50 500 hrs Part 3 Execution 3.01 General • A. Safety: Comply with local regulations and with the provisions of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America, Inc., Occupational Safety and Health Act, and all other applicable safety regulations. B. Topsoil 1. Remove all topsoil to a depth at which subsoil is encountered, from all areas under buildings, pavements, and from all areas which are to be cut to lower grades or filled. 2. With the Engineer's approval, topsoil to be used for finish grading may be stockpiled on the site. 3. Other topsoil may be used for fill in non-critical areas with approval of the Engineer. 4. Excess topsoil shall be left stockpiled on-site at a location approved by the Owner. C. Bracing and Sheeting • 1. Furnish, put in place, and maintain all sheeting, bracing, and shoring as may be required to properly support the sides of all excavations and to prevent all 3/1/2018 G003-109K/TS-02200 02200-6 Earthwork movement of earth which could in any way injure the work, adjacent property • or workers. 2. Properly support all excavations in locations indicated on the Drawings and where necessary to conform to all pertinent rules and regulations, and these Specifications, even though such locations are not indicated on the Drawings. 3. Exercise care in the removal of sheeting, shoring, bracing, and timbering to prevent collapse or caving of the excavation faces being supported and damage to the work and adjacent property. 4. Do not leave any sheeting or bracing in the trench or excavation after completion of the work, unless approved by the Engineer. D. Obstructions 1. Remove and dispose of all trees, stumps, roots, boulders, sidewalks, driveways, pavement, pipes, and the like, as required for the performance of the work. 2. Exercise care in excavating around catch basins, inlets, manholes, pipe, • pavement and other structures to remain so as to not disturb or damage these structures. 3. Avoid removing or loosening castings, or pushing dirt into catch basins, inlets and manholes. 4. Damaged or displaced structures or casting shall be repaired, replaced, and dirt entering the structures during the performance of the work shall be removed at no additional cost to the Owner. E. Utilities to be Abandoned 1. When pipes, conduits, sewers, or other structures are removed from the trench leaving dead ends in the ground, such ends shall be fully plugged or sealed with brick and non-shrink grout. 2. Abandoned structures, such as manholes or chambers shall be entirely removed unless otherwise specified or indicated on the Drawings. 3. All materials from abandoned utilities, which can be readily salvaged, shall be removed from the excavation and stored on the site at a location as directed by the Owner. 1111 3/1/2018 G003-109K/TS-02200 02200-7 Earthwork • 4. All salvageable materials will remain the property of the Owner, unless otherwise indicated by the Owner. F. Extra Earth Excavation: 1. In case soft or excessively wet material which, in the opinion of the Engineer, is not suitable, is encountered below the final subgrade elevation of an excavation or underneath a proposed structure, the Engineer may order the removal of this material and its replacement with crushed stone or other suitable material in order to make a suitable foundation for the construction of the structure. 2. In the opinion of the Engineer, should all the unsuitable material not practically be able to be removed, the Contractor shall remove a specified amount and install a bridge lift. The depth of the unsuitable materials required to be removed should be specified by the Engineer and based on test excavations by the contractor. The bridge lift shall be a minimum of three feet deep and allow for at least three subsequent lifts of structural fill to be placed to reach subgrade elevations. A woven geotextile fabric shall be placed beneath the bridge lift as directed by the Engineer. • 3. All extra excavation made at the order of the Engineer will be paid for on the basis of the actual volume of the excavation as measured by the Engineer. No measurement for payment shall be made until all dewatering as specified in Section 02140 has been successfully accomplished. G. Cutting Paved Surfaces and Similar Improvements 1. Remove existing pavement as necessary for installing pipe utilities and appurtenances or as otherwise shown on the Drawings. 2. Before removing any pavement, mark the pavement neatly, paralleling pipe lines and existing street lines. Space the marks the width of the trench. 3. Cut asphalt or concrete pavement along the marks a minimum of 4 inches deep using rotary saw and breaking below the score by the use of jack hammers or other suitable tools. 4. Do not pull pavement with machines until completely broken and separated from pavement to remain. 5. Do not disturb or damage the adjacent pavement. If the adjacent pavement is disturbed or damaged, remove and replace the damaged pavement. No • additional payment will be made for removing and replacing damaged adjacent pavement. 3/1/2018 G003-109K/TS-02200 02200-8 Earthwork • 6. Remove and replace sidewalks disturbed by construction for their full width and to the nearest undisturbed joint. 7. The Contractor may tunnel under curbs that are encountered. Remove and replace any curb disturbed by construction to the nearest undisturbed joint. 3.02 Excavation A. Method 1. All excavation shall be by open cut from the surface, except as indicated on the Drawings. 2. All excavations for pipe appurtenances and structures shall be made in such a manner, and to such depth and width, as will give ample room for building the structures and for bracing, sheeting, and supporting the sides of the excavation, for pumping and draining groundwater which may be encountered, and for the removal from the excavation of all materials excavated. 3. Take special care so that the soil below the bottom of the structure to be • built is left undisturbed. B. Grades: Excavate to grades indicated on the Drawings. Where excavation grades are not indicated on the Drawings, excavate as required to accommodate installation. C. Disposal of Excavated Material 1. Remove and properly dispose of all excavated material not needed to complete filling, backfilling, and grading. 2. Dispose of excess excavated material at locations on-site designated by the Engineer, and in accordance with all requirements of federal, state, county, and municipal regulations. No debris of any kind shall be deposited in any stream or body of water, or on any street, or alley. No debris shall be deposited on any private property, except by written consent of the property owner. In no case shall any material be shoved onto abutting private properties, or be buried in embankments or trenches on the Project. • 3/1/2018 G003-109K/TS-02200 02200-9 Earthwork 1110 3.03 Excavating for Structures A. Earth Excavation 1. Earth excavation shall include all substances to be excavated. Earth excavation for structures shall be to limits not less than two feet outside footing lines, to allow for formwork and inspection, and further as necessary to permit the trades to install their work. All materials loosened or disturbed by excavation shall be removed from surfaces to receive concrete or crushed stone. 2. No separate payment will be made for earth excavation. The cost of such work and all costs incidental thereto shall be included in the price bid for the item to which the work pertains. B. Excavation for Foundations: Footings and slabs on grades shall rest on undisturbed earth, rock or compacted materials to insure proper bearing. 1. Unsuitable Foundation Material a. Any material in the opinion of the Engineer which is unsuitable for foundation shall be removed and replaced with compacted coarse aggregate, or with compacted fill material as directed by the Engineer. b. No determination of unsuitability will be made until all requirements for dewatering are satisfactorily met. 2. Foundation in Rock a. Foundations for a structure shall be on similar materials. Should excavation for a foundation be partially in rock, the Contractor shall undercut that portion of the rock 12-inches and bring the excavation to grade with compacted coarse aggregate. b. Where ordered by the Engineer, undercutting of rock and replacement with coarse aggregate will be paid for at the unit price bid for rock excavation. The quantity shall equal one foot of depth over the horizontal dimensions authorized by the Engineer. 3. Pipe Trenches Beneath Structures a. Where piping or conduit passes beneath footings or slabs resting on grade, trenches shall be excavated to provide a minimum of 6-inches clearance from all surfaces of the pipe or conduit. The trench shall be backfilled to the base of the structure with concrete. 3/1/2018 G003-109K/TS-02200 02200- 10 Earthwork • b. No separate payment will be made for concrete backfill of trenches beneath structures. The cost of this work and all costs incidental to it shall be included in the price bid for the item to which the work pertains. 4. Unauthorized Excavation a. Care shall be taken that excavation does not extend below bottom levels of footings or slabs on earth or rock. Should the excavation, through carelessness or neglect, be carried below such levels, the Contractor shall fill in the resulting excess excavation with concrete under footings and compacted coarse aggregate or other approved material under slabs. Should excavation be carried beyond outside lines of footings such excess excavation shall be filled with concrete, or formwork shall be provided, as directed by the Engineer. b. Additional costs of corrective work, made necessary by unauthorized excavation of earth or rock, shall be borne by the Contractor. C. Unsuitable Bearing: If suitable bearings for foundations are not encountered at the elevations indicated on the Drawings, immediately notify the Engineer. Do not • proceed further until instructions are received and necessary measurements made for purposes of establishing additional volume of excavation. 3.04 Fill A. Controlled Fill 1. The fill for pond embankments, roadways, parking areas, walks, structures, and building slabs on grade shall be controlled fill. 2. After the excavated area has been examined by the Engineer, all holes and other irregularities shall be filled and compacted before the main fill is placed. 3. The fill shall be placed in even layers not exceeding 8-inches loose thickness in depth, and shall be thoroughly compacted as herein specified. 4. If an analysis of the soil being placed shows a marked difference from one location to another, the fill being placed shall not be made up of a mixture of these materials. Each different type of material shall be handled continuously so that field control of moisture and density may be based upon a known type of material. 410 3/1/2018 G003-109K/TS-02200 02200- 11 Earthwork • 5. No fill shall be placed following a heavy rain without first making certain on isolated test areas that compaction can be obtained without damage to the already compacted fill. B. Proofrolling 1. All areas where roadways, parking areas, sidewalks, structures, and buildings are to be constructed on cut areas, compacted fill, and other areas where indicated on the Drawings, shall be proofrolled to detect soft spots prior to the placement of fill material and after placement of fill, which shall be construction of foundations. 2. Proofrolling shall consist of the moving a 20-30 ton loaded tandem axle dump truck or other pneumatic tire roller over the subgrade before the subgrade is shaped. Proofrolling shall be witnessed by the Engineer. 3. Pneumatic-tired rollers shall have not fewer than four pneumatic tired wheels which shall be of such size and ply that tire pressures can be maintained between 80 and 100 pounds per square inch for 25,000 pound wheel load during rolling operations. Unless otherwise required, rolling shall be done with tires inflated to 90 psi. The roller wheels shall be located abreast in a • rigid steel frame. Each wheel shall be loaded with an individual weight box so that each wheel will bear an equal load when traversing uneven ground. The weight boxes shall be suitable for ballast loading such that the load per wheel shall be 25,000 pounds. The spacing of the wheels shall insure that the distance between the nearest edges of adjacent tires shall be not greater than one-half of the tire width of a single tire at the operating pressure for a 25,000 pound wheel load. The roller shall be operated no faster than 10 miles per hour. 4. Subgrade shall be proofrolled with six passes of the truck or roller. Depressions that develop during the proofrolling operation shall be filled with suitable material and those filled areas shall be proofrolled with six passes of the roller. If, after having been filled and proofrolled, the subgrade still contains depressions, the area shall be undercut to the full depth of the soft material, or five feet, whichever is less, backfilled, recompacted, and rolled to achieve a subgrade acceptable to the Engineer. 5. Pavement, sidewalk, or building slab installation areas: After the proofrolled surface has been accepted by the Engineer, the area shall be finish rolled with a smooth steel wheel roller weighing not less than 10 tons. Finished surface shall be within a tolerance as specified in Article 3.06 A of this Section. Localized depressions, including roller marks, shall not be deeper • than 1/4-inch. 3/1/2018 G003-109K/TS-02200 02200- 12 Earthwork 6. Conduits, pipes, culverts and underdrains shall be neither disturbed nor III damaged by proofrolling operations. C. Placement of Fill 1. Prior to placement of any material in embankments, the area within embankment limits shall be stripped of topsoil and all unsuitable materials removed in accordance with this Section. The area shall then be scarified to a depth of at least 6-inches. 2. Fill materials shall be placed in continuous approximately horizontal layers extending the full width of the embankment cross-section and the full dimension of the excavation where practical and having a net compacted thickness of not over 6-inches. 3. General fill materials shall be placed at optimum moisture content within practicable limits (not less than one percent below optimum). Optimum moisture shall be maintained by watering the layers as placed or by allowing materials to dry before placement. D. Compaction 1. Fill materials supporting pond embankments, roadways, parking areas, • sidewalks, structures, and buildings, and backfill around structures, buildings, and walls shall be compacted to a minimum of 95 percent of the ASTM D698 maximum dry density. The top 12-inches of fill material supporting roadways, parking areas, sidewalks, structures, and buildings shall be compacted to a minimum of 98 percent of the ASTM D698 maximum dry density. Fill placed for all other areas shall be compacted to 90 percent of the maximum dry density. 2. Compaction of embankments shall be by smoothwheel, pneumatic or sheeps foot rollers. a. Smooth wheel rollers shall provide 100 percent coverage under the wheel with ground contact pressure of at least 50 psi. b. Pneumatic rollers shall be as previously described in this Section. c. Sheeps foot rollers shall provide at least 35 percent coverage under the wheel and include staggered, uniformly spaced knobs and suitable cleaning devices. The projected area of each knob and the number and spacing of the knobs shall be such that the contact pressure of the rollers be at least 250 psi. Placement and compaction of materials • shall extend beyond the final contours sufficiently to insure compaction 3/1/2018 G003-109K/TS-02200 02200-13 Earthwork 1111 of the material at the resulting final surface. Final contours shall then be achieved by a tracked bulldozer shaping the face of the embankment. 3. Compaction of backfill around structures shall be accomplished by heavy power tamping equipment. 4. If tests indicate that density of fill is less than that specified,the area shall be either recompacted or undercut, filled, and compacted until specified density is achieved. E. Final Grading: Upon completion of construction operations, the area shall be graded to finish contour elevations and grades shown on the Drawings. Graded areas shall be made to blend into conformation with remaining ground surfaces. All surfaces shall be left smooth and free to drain. F. Excess Material: Any excess earth excavation and unsuitable materials shall be placed on the site as directed by the Engineer. Surfaces and slopes of waste fills shall be left smooth and free to drain. G. Moisture • 1. General fill materials shall be placed at optimum moisture content within practicable limits, but not more or less than three percent from optimum. Optimum moisture shall be maintained by watering the layers as placed or by drying materials before placement. 2. If fill material is too wet, provide and operate approved means to assist the drying of the fill until suitable for compaction. 3. If fill material is too dry, provide and operate approved means to add moisture to the fill layers. 3.05 Backfilling A. Backfill carefully to restore the ground surface to its original condition. Dispose of surplus material. B. Compact backfill underlying roadways, parking areas, sidewalks, structures, and buildings to 95 percent of the maximum dry density. C. Backfilling around Structures • 1. General 3/1/2018 G003-109K/TS-02200 02200- 14 Earthwork a. Remove debris from excavations before backfilling. • b. Do not backfill against foundation walls until so directed by the Engineer and until all indicated perimeter insulation and/or waterproofing is in place. c. Protect such insulation and/or waterproofing during filling operations. d. Wherever possible, backfilling shall be simultaneous on both sides of walls to equalize lateral pressures. e. Do not backfill against walls until all permanent construction is in place to furnish lateral support on both top and bottom of wall. f. Backfilling against walls is to take place after all the concrete in the affected members has attained the specified strengths. 2. Materials: Backfill material placed against structures built or encountered during the work of this Section shall be suitable fill material. No broken concrete, bricks or similar materials will be permitted as backfill. 3.06 Grading . A. General: Perform all rough and finish grading required to attain the elevations indicated on the Drawings. Perform finish grading to an accuracy of+/-0.2. B. Treatment after Completion of Grading 1. After grading is completed, permit no further excavation, filling or grading, except with the approval of the Engineer. 2. Use all means necessary to prevent the erosion of freshly graded areas during construction and until such time as permanent drainage and erosion control measures have been installed. 3.07 Surface Water Control A. Regulations and Permits: Obtain all necessary soil erosion control permits in accordance with the Georgia Soil Erosion and Sedimentation Control Act and all pertinent rules, laws, and regulations of all applicable federal, state, county, and municipal regulatory agencies. B. Unfavorable Weather: Do not place, spread or roll any fill material during unfavorable weather conditions. Do not resume operations until moisture content and fill density are satisfactory to the Engineer. 3/1/2018 G003-109K/TS-02200 02200-15 Earthwork • C. Provide berms or channels to prevent flooding of subgrade. Promptly remove all water collected in depressions. D. Pumping and Drainage 1. Provide, maintain and use at all times during construction adequate means and devices to promptly remove and dispose of all water from every source entering the excavations or other parts of the work. 2. Dewater by means which will insure dry excavations, preserve final lines and grades, and do not disturb or displace adjacent soil. 3. All pumping and drainage shall be done with no damage to property or structures and without interference with the rights of the public, owners of private property, pedestrians, vehicular traffic or the work of other contractors, and in accordance with all pertinent laws, ordinances, and regulations. 4. Do not overload or obstruct existing drainage facilities. • 5. Comply with the requirements of Section 02140 of these Specifications. 3.08 Settlement A. The Contractor shall be responsible for all settlement of backfill, fills, and embankments which may occur within one year after final acceptance of the work by the Owner. B. The Contractor shall make, or cause to be made, all repairs or replacements made necessary by settlement within 30 days after receipt of written notice from the Engineer or Owner. 3.09 Protection and Restoration of the Work Area A. The Contractor shall not construct permanent roadbeds, berms, drainage structures, or any structures other than those shown on the Drawings, which alter the original topographic features of the site, without written permission from the Engineer. B. All temporary construction or alterations to the original topography will incorporate measures to prevent erosion into the surrounding wetlands. All areas shall be • returned to their original topographic condition as soon as possible after work is completed in the area. All materials of construction and other non-native materials shall be disposed by the Contractor. 3/1/2018 G003-109K/TS-02200 02200- 16 Earthwork • C. The Contractor shall provide temporary culverts or other drainage structures, as necessary, to permit the free migration of water between portions of a swamp, wetland, or stream which may be temporarily divided by construction. D. The Contractor shall not spread, discharge, or dump any fuel oil, gasoline, pesticide, or any other pollutant to adjacent swamps or wetlands. 3.10 Protection of Wells and Monitoring Points The Contractor shall protect all groundwater wells and other monitoring points within any excavation or fill area, and shall be responsible for any damage. 3.11 Cleaning Upon completion of the work of this Section, remove all rubbish, trash, and debris resulting from construction operations. Remove surplus equipment and tools. Leave the site in a neat and orderly condition acceptable to the Engineer, and in conformance with Section 01710 of these Specifications. END OF SECTION • • 3/1/2018 G003-109K/TS-02200 Section 02225 Trench Excavation and Backfill • Part 1 General 1.01 Scope A. The work under this Section consists of furnishing all labor, equipment and materials and performing all operations in connection with the trench excavation and backfill required to install the pipelines or other site utilities shown on the Drawings and as specified. B. Excavation shall include the removal of any trees, stumps, brush, debris or other obstacles which remain after the clearing and grubbing operations, which may obstruct the work, and the excavation and removal of all earth, rock or other materials to the extent necessary to install the pipe or other utility and appurtenances in conformance with the lines and grades shown on the Drawings and as specified. C. Backfill shall include the refilling and compaction of the fill in the trenches and excavations up to the surrounding ground surface or road grade at crossing. D. The pipe zone area of the trench is divided into five specific areas: • 1. Foundation: The area beneath the bedding, sometimes also referenced to as trench stabilization. 2. Bedding: The area above the trench bottom (or foundation) and below the bottom of the barrel of the pipe or bottom of the duct bank. 3. Haunching: The area above the bottom of the barrel of the pipe up to a specified height above the bottom of the barrel of the pipe or duct bank. 4. Initial Backfill: The area above the haunching material and below a plane 18-inches above the top of the barrel of the pipe or top of the duct bank. 5. Final Backfill: The area above a plane 18-inches above the top of the barrel of the pipe or duct bank. E. The choice of method, means, techniques and equipment rests with the Contractor. The Contractor shall select the method and equipment for trench excavation and backfill depending upon the type of material to be excavated and backfilled, the depth of excavation, the amount of space available for operation of equipment, storage of excavated material, proximity of man-made improvements to be protected, available easement or right-of-way and prevailing practice in the • area. 3/1/2018 G003-109K\TS-02225 02225-2 Trench Excavation and Backfill 1.02 Quality Assurance • A. Density: All references to "maximum dry density" shall mean the maximum dry density defined by the "Maximum Density-Optimum Moisture Test", ASTM D 698. Determination of the density of foundation, bedding, haunching, or backfill materials in place shall meet with the requirements of ASTM D 1556, "Density of Soil In Place by the Sand Cone Method", ASTM D 2937, "Density of Soil In Place by the Drive-Cylinder Method" or ASTM D 2922, "Density of Soil and Soil-Aggregate In Place by Nuclear Methods (Shallow Depth)". B. Materials compliance testing shall be conducted by the Engineer or by an independent testing laboratory selected by the Owner. Costs of tests performed by an independent testing laboratory shall be paid for through the appropriate cash allowance in this contract. The Contractor shall make all necessary excavations and shall supply any samples of materials necessary for conducting soils tests. The cost of all retests made necessary by the failure of materials to conform to the requirements of these Contract Documents shall be paid by the Contractor. 1. Contractor's duties relative to testing include: a. Notifying laboratory of conditions requiring testing. b. Coordinating with laboratory for field testing and required observations. c. Providing representative soil samples to the laboratory for test purposes. • 2. See Paragraph 3.12 of this Section for a listing of all soil material testing requirements. 1.03 Safety Perform all trench excavation and backfilling activities in accordance with the Occupational Safety and Health Act of 1970 (PL 91-596), as amended. The Contractor shall pay particular attention to the Safety and Health Regulations Part 1926, Subpart P "Excavation, Trenching & Shoring" as described in OSHA 2226 and O.C.G.A Title 43, Chapter 14. Part 2 Products 2.01 Trench Foundation Materials A. For utilities placed in structural fill, trench foundation materials shall consist of general structural fill placed and compacted in accordance with Section 02200 of these Specifications. B. Crushed stone shall be utilized for trench foundation where trench stabilization is 111111 required and shall meet the requirements of the Georgia Department of 3/1/2018 G003-109K\TS-02225 02225-3 Trench Excavation and Backfill • Transportation Specification 800.2, Group I (limestone, marble or dolomite) or Group II (quartzite, granite or gneiss). Stone size shall be between No. 57 and No. 4, inclusive. C. Fine Aggregate: All fine aggregate shall conform to the Georgia Department of Transportation Standard Specifications for Construction of Road and Bridges, 801.2. 2.02 Bedding and Haunching Materials A. Crushed stone utilized for bedding and haunching shall meet the requirements of the Georgia Department of Transportation Specification 800.01, Group I (limestone, marble or dolomite) or Group II (quartzite, granite or gneiss). Stone size shall be No. 57. B. Earth materials utilized for bedding and haunching shall be suitable materials selected from materials excavated from the trench. Suitable materials shall be clean and free of rock larger than 2-inches at its largest dimension, organics, cinders, stumps, limbs, frozen earth or mud, man-made wastes and other unsuitable materials. Should the material excavated from the trench be saturated, the saturated material may be used as earth material, provided it is allowed to dry properly and it is capable of meeting the specified compaction requirements. • When necessary, earth bedding and haunching materials shall be moistened to facilitate compaction by tamping. If materials excavated from the trench are not suitable for use as bedding or haunching material, provide select material conforming to the requirements of this Section at no additional cost to the Owner. C. Filter Fabric [Woven Type] 1. Filter fabric associated with bedding shall be a polypropylene woven fabric. The fabric shall be a high modulus type with good separation capabilities. The fabric shall be inert to biological degradation and naturally occurring chemicals, alkalies and acids. 2. The fabric shall also conform to the minimum property values listed in the following table: • 3/1/2018 G003-109K\TS-02225 02225-4 Trench Excavation and Backfill • Fabric Property Unit Test Method Minimum Value Grab Tensile Strength lbs. ASTM D 4632 315 Trapezoid Tear lbs. ASTM D 4533 112 Strength CBR Puncture Strength lbs. ASTM D 6241 630 Permittivity sec-1 ASTM D 4491 0.02 Apparent Opening Size in. ASTM D 4751 0.024 Ultraviolet Stability % ret @ ASTM D 4355 50 500 hrs 2.03 Initial Backfill A. Initial backfill material shall be crushed stone, fine aggregate or earth materials (as shown on the Drawings)as specified for bedding and haunching materials. B. Earth materials utilized for initial backfill shall be suitable materials selected from materials excavated from the trench. Suitable materials shall be clean and free of • rock larger than 2-inches at its largest dimension, organics, cinders, stumps, limbs, frozen earth or mud, man-made wastes and other unsuitable materials. Should the material excavated from the trench be saturated, the saturated material may be used as earth material, provided it is allowed to dry properly and it is capable of meeting the specified compaction requirements. When necessary, initial backfill materials shall be moistened to facilitate compaction by tamping. If materials excavated from the trench are not suitable for use as initial backfill material, provide select material conforming to the requirements of this Section. 2.04 Final Backfill Final backfill material shall be general excavated earth materials, shall not contain rock larger than 2-inches at its greatest diameter, cinders, stumps, limbs, man-made wastes and other unsuitable materials. If materials excavated from the trench are not suitable for use as final backfill material, provide select material conforming to the requirements of this Section. 2.05 Select Backfill Select backfill shall be materials which meet the requirements as specified for bedding, haunching, initial backfill or final backfill materials, including compaction requirements. 3/1/2018 G003-109K\TS-02225 02225-5 Trench Excavation and Backfill • 2.06 Concrete Concrete for bedding, haunching, initial backfill or encasement shall be 3000 psi concrete in accordance with Section 03300 of these Specifications. Part 3 Execution 3.01 Trench Excavation A. Topsoil and grass shall be stripped a minimum of 6-inches over the trench excavation site and stockpiled separately for replacement over the finished grading areas. B. Trenches shall be excavated to the lines and grades shown on the Drawings with the centerlines of the trenches on the centerlines of the pipes or utility and to the dimensions which provide the proper support and protection of the pipe and other structures and accessories. C. Width 4111 1. The sides of all trenches shall be vertical to a minimum of one foot above the top of the pipe. Unless otherwise indicated on the Drawings, the maximum trench width shall be equal to the sum of the outside diameter of the pipe plus two feet. The minimum trench width shall be that which allows the proper consolidation of the haunching and initial backfill material. 2. Excavate the top portion of the trench to any width within the construction easement or right-of-way which will not cause unnecessary damage to adjoining structures, roadways, pavement, utilities, trees or private property. Where necessary to accomplish this, provide sheeting and shoring. 3. Where rock is encountered in trenches, excavate to remove boulders and stones to provide a minimum of 9-inches clearance between the rock and any part of the pipe barrel or manhole. 4. Wherever the prescribed maximum trench width is exceeded, the Contractor shall use the next higher class (load factor) of bedding and haunching for the full trench width as actually cut, at no additional cost to the Owner. The excessive trench width may be due to unstable trench walls, inadequate or improperly placed bracing and sheeting which caused sloughing, accidental over-excavation, intentional over-excavation necessitated by the size of the Contractor's tamping and compaction equipment, intentional over-excavation • due to the size of the Contractor's excavation equipment, or other reasons beyond the control of the Engineer or Owner. 3/1/2018 G003-109K\TS-02225 02225-6 Trench Excavation and Backfill D. Trench Width for Electrical Duct Banks 111 1. The sides of all trenches for electrical duct banks shall be vertical to a minimum of one foot above the top of the duct bank. The maximum trench width shall be equal to the duct bank width as shown on the Drawings. 2. Wherever the prescribed maximum trench width is exceeded, the Contractor shall backfill around the duct bank with select backfill material at no additional cost to the Owner. The excessive trench width may be due to unstable trench walls, inadequate or improperly placed bracing and sheeting which caused sloughing, accidental over-excavation, intentional over-excavation necessitated by the size of the Contractor's tamping and compaction equipment, intentional over-excavation due to the size of the Contractor's excavation equipment, or other reasons beyond the control of the Engineer or Owner. 3. Where rock is encountered in trenches, excavate to remove boulders and stones to provide the duct bank to the dimensions shown on the Drawings. The maximum allowable width of rock excavation for payment shall be based upon a trench width equal to the width of duct bank shown on the Drawings. E. Depth • 1. The trenches shall be excavated to the required depth or elevation which allow for the placement of the utility and bedding to the thickness shown on the Drawings. 2. Pressure Mains a. Depth of Trenches: Excavate trenches to provide depths as shown on the Drawings. The depth of cover shall not exceed that as shown on the Drawings by more than two feet, without approval of the Engineer. b. Increase the depth of cover where specifically shown on the Drawings and where necessary to avoid interference with underground utilities and obstructions. 3. Electrical Duct Banks a. Excavate trenches to provide a minimum cover of 18-inches. At road crossings, excavate to place the top of a duct bank a minimum of three feet below the nearest pavement edge. b. Increase the depth of cover where specifically shown on the Drawings and where necessary to avoid interference with underground utilities 3/1/2018 G003-109K\TS-02225 02225-7 Trench Excavation and Backfill • and obstructions. F. Excavated Materials 1. Excavated materials shall be placed adjacent to the work to be used for backfilling as required. Topsoil shall be carefully separated and lastly placed in its original location. 2. Excavated material shall be placed sufficiently back from the edge of the excavation to prevent caving of the trench wall, to permit safe access along the trench and not cause any drainage problems. Excavated material shall be placed so as not to damage existing landscape features or man-made improvements. 3.02 Sheeting, Bracing, and Shoring A. Sheeting, bracing, and shoring shall be performed in the following instances: 1. Where sloping of the trench walls does not adequately protect persons within the trench from slides or cave-ins. 2. In caving ground. • 3. In wet, saturated, flowing or otherwise unstable materials. The sides of all trenches and excavations shall be adequately sheeted, braced and shored. 4. Where necessary to prevent damage to adjoining buildings, structures, roadways, pavement, utilities, trees or private properties which are required to remain. 5. Where necessary to maintain the top of the trench within the available construction easement or right-of-way. 6. Where shown on the Drawings, sheeting shall be steel sheeting. B. In all cases, excavation protection shall strictly conform to the requirements of the Occupational Safety and Health Act of 1970, as amended and O.C.G.A 43-14-8. C. Timber: Timber for shoring, sheeting, or bracing shall be sound and free of large or loose knots and in good, serviceable condition. Size and spacing shall be in accordance with OSHA regulations. D. Steel Sheeting and Sheet Piling: Steel sheet piling shall be the continuous interlock type. The weight, depth and section modulus of the sheet piling shall be • sufficient to restrain the loads of earth pressure and surcharge from live loads. Procedure for installation and bracing shall be so scheduled and coordinated with 3/1/2018 G003-109K\TS-02225 L. 02225-8 Trench Excavation and Backfill the removal of the earth that the ground under existing structures shall be protected against lateral movement at all times. The Contractor shall provide closure and sealing between sheet piling and existing facilities. Sheet piling within three feet of an existing structure or pipeline shall remain in place, unless otherwise directed by the Engineer. E. Trench Shield: A trench shield or box may be used to support the trench walls. The use of a trench shield does not necessarily preclude the additional use of bracing and sheeting. When trench shields are used, care must be taken to avoid disturbing the alignment and grade of the pipe or disrupting the haunching of the pipe as the shield is moved. When the bottom of the trench shield extends below the top of the pipe, the trench shield will be raised in 6-inch increments with specified backfilling occurring simultaneously. At no time shall the trench shield be "dragged" with the bottom of the shield extending below the top of the pipe. F. Remove bracing and sheeting in units when backfill reaches the point necessary to protect the pipe and adjacent property. Leave sheeting in place when in the opinion of the Engineer it cannot be safely removed. Cut off any sheeting left in place at least two feet below the surface. G. Sheet piling within three feet of an existing structure or pipeline shall remain in place, unless otherwise directed by the Engineer. 3.03 Dewatering Excavations • A. Dewater excavation continuously to maintain a water level two feet below the bottom of the trench. B. Control drainage in the vicinity of excavation so the ground surface is properly pitched to prevent water running into the excavation. C. There shall be sufficient pumping equipment, in good working order, available at all times, to remove any water that accumulates in excavations. Where the pipe line crosses natural drainage channels, the work shall be conducted in such a manner that unnecessary damage or delays in the prosecution of the work will be prevented. Provision shall be made for the satisfactory disposal of surface water to prevent damage to public or private property. D. In all cases, accumulated water in the trench shall be removed before placing bedding or haunching, laying pipe, placing concrete or backfilling. E. Where dewatering is performed by pumping the water from a sump, crushed stone shall be used as the medium for conducting the water to the sump. Sump depth shall be at least two feet below the bottom of the trench. Pumping equipment shall be of sufficient quantity and/or capacity to maintain the water level in the sump • two feet below the bottom of the trench. Pumps shall be a type such that 3/1/2018 G003-109K\TS-02225 02225-9 Trench Excavation and Backfill • intermittent flows can be discharged. A standby pump shall be required in the event the operating pump or pumps clog or otherwise stop operation. F. Dewater by use of a well point system when pumping from sumps does not lower the water level two feet below the trench bottom. Where soil conditions dictate, the Contractor shall construct well points cased in sand wicks. The casing, 6 to 10-inches in diameter, shall be jetted into the ground, followed by the installation of the well point,filling casing with sand and withdrawing the casing. 3.04 Trench Foundation and Stabilization A. The bottom of the trench shall provide a foundation to support the pipe or utility and its specified bedding. The trench bottom shall be graded to support the utility and bedding uniformly throughout its length and width. B. If, after dewatering as specified above, the trench bottom is spongy, or if the trench bottom does not provide firm, stable footing and the material at the bottom of the trench will still not adequately support the utility, the trench will be determined to be unsuitable and the Engineer shall then authorize payment for trench stabilization. C. Should the undisturbed material encountered at the trench bottom constitute, in • the opinion of the Engineer, an unstable foundation for the utility, the Contractor shall be required to remove such unstable material and fill the trench to the proper subgrade with crushed stone. D. Where the replacement of unsuitable material with crushed stone does not provide an adequate trench foundation, the trench bottom shall be excavated to a depth of at least two feet below the specified trench bottom. Place filter fabric in the bottom of the trench and support the fabric along the trench walls until the trench stabilization, bedding, haunching and pipe have been placed at the proper grade. The ends of the filter fabric shall be overlapped above the pipe. E. Where trench stabilization is provided, the trench stabilization material shall be compacted to at least 90 percent of the maximum dry density, unless shown or specified otherwise. 3.05 Bedding and Haunching A. Bedding material shall be placed to provide uniform support along the bottom of the pipe and to place and maintain the pipe at the proper elevation. The initial layer of bedding placed to receive the pipe shall be brought to the grade and dimensions indicated on the Drawings, and the pipe shall be placed thereon and brought to grade by tamping the bedding material or by removal of the slight excess amount of the bedding material under the pipe. Adjustment to grade line shall be made by scraping away or filling with bedding material. Wedging or 3/1/2018 G003-109K\TS-02225 02225- 10 Trench Excavation and Backfill blocking up of pipe shall not be permitted. Applying pressure to the top of the pipe, • such as with a backhoe bucket, to lower the pipe to the proper elevation or grade shall not be permitted. Each pipe section shall have a uniform bearing on the bedding for the length of the pipe, except immediately at the joint. All bedding shall extend the full width of the trench bottom. Prior to placement of bedding material, the trench bottom shall be free of any water, loose rocks, boulders or large dirt clods. B. At each joint, excavate bell holes of ample depth and width to permit the joint to be assembled properly and to relieve the pipe bell of any load. C. After the pipe section is properly placed, add the haunching material to the specified depth. The haunching material shall be shovel sliced, tamped, vigorously chinked or otherwise consolidated to provide uniform support for the pipe barrel and to fill completely the voids under the pipe, including the bell hole. Prior to placement of the haunching material, the bedding shall be clean and free of any water, loose rocks, boulders or dirt clods. D. Gravity Sewers and Accessories: Lay HDPE Gravity Sewer pipe with minimum Class "A" bedding. 1. Class "A" (Bedding Factor - 2.8): Excavate the bottom of the trench flat at a minimum depth as shown on the Drawings, below the bottom of the pipe • barrel. Lay pipe to line and grade on concrete block. Place concrete to the full width of the trench and to a height of one-fourth of the outside diameter of the pipe above the invert. 2. Class "B" (Bedding Factor - 1.9): Excavate the bottom of the trench flat at a minimum depth as shown on the Drawings, below the bottom of the pipe barrel. Place and compact bedding material to the proper grade. Haunching material shall then be carefully placed by hand and compacted to provide full support under and up to the centerline of the pipe. 3. Class "C" (Bedding Factor- 1.5): Excavate the bottom of the trench flat at a minimum depth as shown on the Drawings, below the bottom of the pipe barrel. Place and compact bedding material to the proper grade. Haunching material shall then be carefully placed by hand and compacted to provide full support under and up to a height of one-fourth the outside diameter of the pipe above the bottom of the pipe barrel. 4. Type 5: Excavate the bottom of the trench flat at a minimum depth as shown on the Drawings, below the bottom of the pipe barrel. Place and compact bedding material to the proper grade before installing pipe. After the pipe has been brought to the proper grade, haunching material shall be carefully placed by hand and compacted to the top of the pipe. • 3/1/2018 G003-109K\TS-02225 02225- 11 Trench Excavation and Backfill • E. Pressure Mains 1. High Density Polyethylene (HDPE) Pipe a. Unless otherwise shown on the Drawings, use fine aggregate materials for bedding and haunching. b. Unless otherwise shown on the Drawings, bedding and haunching shall meet the requirements for Type 5 pipe bedding as detailed on the Drawings F. Manholes: Excavate to a minimum of 12-inches below the planned elevation of the base of the manhole. Place and compact crushed stone bedding material to the required grade before constructing the manhole. G. Excessive Width and Depth 1. Gravity Sewers: If the trench is excavated to excess width, provide the bedding class with the next higher bedding factor. Crushed stone haunching and initial backfill may be used in lieu of Class "A" bedding, where Class "A" bedding is necessitated by excessive trench width. • 2. Pressure Mains: If the trench is excavated to excess width, provide the next higher type or class of pipe bedding, but a minimum of Type 4, as detailed on the Drawings. 3. If the trench is excavated to excessive depth, provide crushed stone to place the bedding at the proper elevation or grade. H. Compaction: Bedding and haunching materials under pipe, manholes and accessories shall be compacted to a minimum of 90 percent of the maximum dry density, unless shown or specified otherwise. 3.06 Initial Backfill A. Initial backfill shall be placed to anchor the pipe, protect the pipe from damage by subsequent backfill and ensure the uniform distribution of the loads over the top of the pipe. B. Place initial backfill material carefully around the pipe in uniform layers to a depth of at least 18-inches above the pipe barrel. Layer depths shall be a maximum of 6-inches for pipe 18-inches in diameter and smaller and a maximum of 12-inches for pipe larger than 18-inches in diameter. • C. Backfill on both sides of the pipe simultaneously to prevent side pressures. 3/1/2018 G003-109K\TS-02225 02225- 12 Trench Excavation and Backfill D. Compact each layer thoroughly with suitable hand tools or tamping equipment. • E. Initial backfill shall be compacted to a minimum 90 percent of the maximum dry density, unless shown or specified otherwise. F. If materials excavated from the trench are not suitable for use as backfill materials, provide select backfill material conforming to the requirements of this Section. 3.07 Concrete Encasement for Electrical Duct Banks A. Install top of duct bank minimum 18-inches below finished grade with plastic warning tape 12-inches below finished grade. B. Terminate conduit in end bell at manhole entries. C. Stagger conduit joints in concrete encasement 6-inches minimum. D. Provide minimum 3-inch concrete cover at bottom, top, and sides of duct bank. Use suitable separators and chairs installed not greater than four feet on center to provide conduit spacing as indicated. Securely anchor conduit to prevent movement during concrete placement. III E. Where duct bank passes beneath footings or slabs, excavate to provide a minimum of 6-inches clearance between the conduits and the structure. Backfill to the base of the structure with concrete. 3.08 Final Backfill A. Backfill carefully to restore the ground surface to its original condition. B. The top 6-inches shall be topsoil obtained as specified in Article 3.01 of this Section. C. Excavated material which is unsuitable for backfilling, and excess material, shall be disposed of, at no additional cost to the Owner, in a manner approved by the Engineer. Surplus soil may be neatly distributed and spread over the site, if approved by the Engineer. If such spreading is allowed, the site shall be left in a clean and sightly condition and shall not affect pre-construction drainage patterns. Surplus rock from the trenching operations shall be removed from the site. D. If materials excavated from the trench are not suitable for use as backfill materials, provide select backfill material conforming to the requirements of this Section. 111 E. After initial backfill material has been placed and compacted, backfill with final 3/1/2018 G003-109K\TS-02225 02225- 13 Trench Excavation and Backfill • backfill material. Place backfill material in uniform layers, compacting each layer thoroughly as follows: 1. In 6-inch layers, if using light power tamping equipment, such as a "jumping jack". 2. In 12-inch layers, if using heavy tamping equipment, such as hammer with tamping feet. 3. In 24-inch layers, if using a hydra-hammer. F. Settlement: If trench settles, re-fill and grade the surface to conform to the adjacent surfaces. G. Final backfill shall be compacted to a minimum 90 percent of the maximum dry density, unless specified otherwise. 3.09 Backfill Under Roads Compact backfill underlying pavement and sidewalks, and backfill under dirt and gravel roads to a minimum 95 percent of the maximum dry density. The top 12-inches shall be compacted to a minimum of 98 percent of the maximum dry • density. 3.10 Detection Tape Where required, detection tape shall be buried 4 to 10-inches beneath the ground surface directly over the top of the pipe. Should detection tape need to be installed deeper, the Contractor shall provide 3-inch wide tape. In no case shall detection tape be buried greater than 20-inches from the finished grade surface. 3.11 Testing and Inspection A. The soil testing will be performed by an independent testing laboratory selected by the Owner. B. The soils testing laboratory is responsible for the following: 1. Compaction tests in accordance with Article 1.02 of this Section. 2. Field density tests for each two feet of lift, one test for each 2,000 feet of pipe installed or more frequently if ordered by the Engineer. • 3. Inspecting and testing stripped site, subgrades and proposed fill materials. C. The Contractor's duties relative to testing include: 3/1/2018 G003-109K\TS-02225 02225- 14 Trench Excavation and Backfill 1. Notifying laboratory of conditions requiring testing. 2. Coordinating with laboratory for field testing. 3. Paying costs for additional testing performed beyond the scope of that required and for re-testing where initial tests reveal non-conformance with specified requirements. 4. Providing excavation as necessary for laboratory personnel to conduct tests. D. Inspection 1. Earthwork operations, acceptability of excavated materials for bedding or backfill, and placing and compaction of bedding and backfill is subject to inspection by the Engineer. 2. Foundations and shallow spread footing foundations are required to be inspected by a geotechnical engineer, who shall verify suitable bearing and construction. E. Comply with applicable codes, ordinances, rules, regulations and laws of local, municipal, state or federal authorities having jurisdiction. • END OF SECTION • 3/1/2018 G003-109K\TS-02225 Section 02230 Horizontal Directional Drilling (HDD) of Gravity Sewers • Part 1 General 1.01 Scope A. The work covered by this Section includes furnishing all labor, materials and equipment necessary to provide for installation of HDPE and/or restrained joint C900 PVC water pipe line and gravity sewer pipe line using current horizontal directional drilling technology in accordance with the Drawings and as specified herein. B. This specification defines the approved method and material for the installation of water lines, sewer force mains and gravity sewer lines utilizing horizontal directional drilling technology. C. Horizontal directional drilling (HDD) involves utilization of an electronically tracked bore-head to guide the borehole to a pre-designed configuration. The HDD process begins with boring a small, horizontal pilot hole with a continuous string of steel drill rod. When the bore-head and rod emerge on the opposite end of the crossing, a back reamer is attached to the drill rod string and pulled back through the pilot hole. The reamer serves to enlarge the pilot hole to allow the HDPE or restrained • joint PVC pipe to be pulled through from the opposite end of the borehole. The size of the drilling equipment and required support equipment shall be determined by the CONTRACTOR based on the diameter and length of pipe to be installed. D. Supply all materials and perform all work in accordance with applicable American Society for Testing and Materials (ASTM), American Water Works Association (AWWA), American National Standards Institute (ANSI) or other recognized standards. Latest revisions of all standards are applicable. If requested by the Engineer, submit evidence that manufacturer has consistently produced products of satisfactory quality and performance over a period of at least two years. 1.02 Quality Assurance A. Products used in this Work shall be produced by manufacturers regularly engaged in the manufacture of similar items and with a history of quality production acceptable to the Engineer. B. Contractor shall be certified by the particular horizontal directional drilling manufacturer that Contractor is a fully trained user of the drilling equipment. C. HDPE pipe jointing shall be performed by personnel trained in the use of butt- fusion equipment and recommended methods for new pipe connections. • Personnel directly involved with installing the new pipe shall receive training in the proper methods for handling and installing the HDPE pipe. Training shall be 7/26/2018 G003-109K\TS-02230 02230-2 HDD of Gravity Sewers performed by a qualified representative. 1111 1.02 Submittals A. Submit shop drawings, product data and experience in accordance with Section 01340 of these Specifications. B. Material Submittals: The Contractor shall provide shop drawings and other pertinent specifications and product data as follows: 1. Shop drawings: As a minimum, the following data and shop drawing information shall be submitted to the Engineer for review and approval: a. Before beginning work, Contractor shall submit to the Engineer for approval, the Vendor's shop drawings, catalog data and specific manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendations for handling, storage, and repair of pipe and fittings, which are damaged. b. Contractor shall submit certification of workmen training for all personnel involved in installation of pipe. c. Contractor shall submit information to the Engineer for approval of the procedure and the steps to be followed for installation of the HDPE or restrained joint PVC pipe utilizing horizontal directional drilling • technology, even if the process is named in the specification. Any proposed changes in installation procedures shall require submittal of revised procedures for acceptance by the Owner. 2. Design mixes for concrete and grout. C. Piping shall be as specified in Section 02700. 1.03 Storage and Protection A. All materials shall be stored and protected in accordance with the manufacturer's recommendations and as approved by the Engineer. B. Contractor shall ensure that all materials delivered to the site are inspected for damage. Damaged materials shall be rejected. 1.04 Handling A. Contractor shall handle pipe, fittings, and other accessories in a manner that will ensure delivery to the excavation in a sound undamaged condition. Materials shall be carried, not dragged to the excavation. Pipe shall be so handled that no damage shall occur. If any part of the pipe is damaged, Contractor shall replace • damaged material at its expense in a manner satisfactory to the Owner. 7/26/2018 G003-109K\TS-02230 02230-3 HDD of Gravity Sewers Part 2 Products 2.01 Materials and Construction A. HDPE Pipe: Polyethylene plastic pipe shall be high density polyethylene pipe which meets the applicable requirements of ASTM F714 Polyethylene (PE) Plastic Pipe (SDR-PR) based on Outside Diameter,ASTM D1248,ASTM D3550. 1 Sizes of the pipe to be used for installation of water and sewer lines shall be as shown on the Drawings. 2 All pipe shall be made of virgin material. No rework except that obtained from manufacturer's own production of the same formulation shall be used. 3 The pipe shall be homogenous throughout and shall be free of visible cracks, holes, foreign material, blisters, or other deleterious faults. 4 Dimension Ratios: The minimum wall thickness of the polyethylene pipe shall be as follows: a. Gravity sanitary sewer line: SDR 17 5 For sewer installations pipe material color shall be white, black or whatever is specified with interior of pipe having a light reflective color to enhance viewing for television inspection. 6 Installation Method: HDPE pipe shall be continuously joined with a minimum length, which shall be that deemed necessary by the Contractor to effectively span the required distance from the inlet to the outlet of the • respective pipe, unless otherwise specified. Contractor shall verify the lengths in the field before manufacturing. 7 Pipe Locator Wire: To facilitate future locating of HDPE water pipe and sanitary sewer force main, a 12 gauge copper wire shall be laid with pipe and in contact with all fittings and valves. 2.02 Equipment A. Directional Drilling Machine: Directional drilling equipment shall be self-powered and self-contained. Equipment shall be designed and manufactured with an electronically tracked bore-head so as to guide the borehole to a desired configuration, both horizontally and vertically. 1. Directional drilling equipment shall generate sufficient torque and thrust/pullback force to drill a pilot hole, enlarge the pilot hole by back reaming and pull the pipeline back through the enlarged hole. 2. Contractor shall comply with manufacturers specifications as to the machine size requirement for a given diameter and length of pipe, as well as parameters of the required size machine for percentage of upsize allowed B. Vacuum Excavation Unit: Directional drilling operations shall be assisted by use of an adequately sized vacuum excavation system mounted on either a trailer or • truck body. 1. Vacuum excavation system shall provide sufficient storage tank capacity 7/26/2018 G003-109K\TS-02230 02230-4 HDD of Gravity Sewers and power pack to efficiently remove drilling fluid from the insertion pit • during horizontal directional drilling operations.. 2. Vacuum excavation system shall be equipped with a high-pressure water system designed to assist with "pothole" excavation operations. C. Drilling Fluid Management System: Directional drilling operations shall be assisted by use of a truck or trailer mounted drilling fluid mixing system. 2.03 Tracer Wire A. Tracer wire for directional drilling/boring shall be #12 AWG extra-high-strength copper clad steel conductor (EHS-CCS), insulated with a 45 mil, HDPE insulation. Minimum break load shall be 1,150 lbs.Tracer wire shall be Boar Tough Extra High Strength by Agave Wire Ltd, Copperhead EHS-CCS HDPE 45 MIL or Pre-Approved Equal Part 3 Execution 3.01 General A. Interpretation of soil investigation reports and data, investigating the site and determination of the site soil conditions prior to bidding is the sole responsibility of • the Contractor. Any subsurface investigation by the Bidder or Contractor must be approved by the appropriate authority having jurisdiction over the site. B. Pipe installation and construction shall be performed so as not to interfere with, interrupt or endanger roadway surface and activity thereon, and minimize subsidence of the surface, structures, and utilities above and in the vicinity of the pipe. The Contractor shall be responsible for all settlement resulting from drilling operations and shall repair and restore damaged property to its original or better condition at no cost to the Owner. C. Highway Crossings 1. The Contractor shall be held responsible and accountable for the coordinating and scheduling of all construction work within the highway right-of-way and posting of appropriate permits. 2. Work along or across the highway department rights-of-way shall be subject to inspection by such highway department. 3. All installations shall be performed to leave free flows in drainage ditches, pipes, culverts or other surface drainage facilities of the highway, street or its connections. 7/26/2018 G003-109K\TS-02230 02230-5 HDD of Gravity Sewers • 4. No excavated material or equipment shall be placed on the pavement or shoulders of the roadway without the express approval of the highway department. 5. In no instance will the Contractor be permitted to leave equipment (trucks, backhoes, etc.) on the pavement or shoulder overnight. Construction materials to be installed, which are placed on the right-of-way in advance of construction, shall be placed in such a manner as not to interfere with the safe operation of the roadway. D. Railroad Crossings 1. The Owner will obtain the encroachment permit from the Railroad. However, the Contractor shall secure permission from the Railroad to schedule work so as not to interfere with the operation of the Railroad. 2. Additional insurance is required for each railroad crossing. The Contractor shall furnish the Railroad with such additional insurance as may be needed, cost of the same shall be borne by the Contractor. 3. All work on the Railroad right-of-way, including necessary support of tracks, safety of operations and other standard and incidental operation • procedures may be under the supervision of the appropriate authorized representative of the Railroad affected and any decisions of this representative pertaining to construction and/or operations shall be final and construction must be governed by such decisions. 4. If, in the opinion of the Railroad, it becomes necessary to provide flagging protection, watchmen or the performance of any other work in order to keep the tracks safe for traffic, the Contractor shall coordinate such work and shall reimburse the Railroad, in cash, for such services, in accordance with accounting procedures agreed on by the Contractor and affected Railroad before construction is started. 5. No blasting shall be permitted within the Railroad right-of-way. 3.02 Safety A. Provide all necessary bracing, bulkheads and shields to ensure complete safety to all traffic, persons and property at all times during the work. Perform the work in such a manner as to not permanently damage the roadbed or interfere with normal traffic. B. Observe all applicable requirements of the regulations of the authorities having • jurisdiction over this site. Conduct the operations in such a manner that all work will be performed below the level of the roadbed. 7/26/2018 G003-109K\TS-02230 02230-6 HDD of Gravity Sewers C. Perform all activities in accordance with the Occupational Safety and Health Act of 1970 (PL-596), as amended, applicable regulations of the Federal Government, OSHA 29CFR 1926 and applicable criteria of ANSI A10.16-81, "Safety Requirements for Construction of Tunnel Shafts and Caissons". D. Bore pits shall not be left unattended unless proper safety barriers are in place. Bore pits that are not backfilled at the end of the day shall be covered with steel plates and secured with other barriers or fencing as necessary to ensure safety of the public and others working nearby. E. Construction activities adjacent to roadways, including traffic control, shall meet the requirements of the highway department having jurisdiction or the latest edition of the Manual on Uniform Traffic Control Devices, whichever is more restrictive. 3.03 Pipe Installation A. Pipe Joining of HDPE Pipe: 1. HDPE pipe shall be assembled and joined at the site using either the butt- fusion or electro-fusion method to provide a leak proof joint. Threaded or solvent-cement joints and connections shall not be permitted. All • equipment and procedures used shall be used in strict compliance with the manufacturer's recommendations. Fusing shall be accomplished by personnel certified, as fusion technicians, by a manufacturer of polyethylene pipe and/or fusing equipment. 2. Butt-fused joint shall be true alignment and shall have uniform roll-back beads resulting from the use of proper temperature and pressure. Joint shall be allowed adequate cooling time before removal of pressure. Fused joint shall be watertight and shall have tensile strength equal to that of the pipe. All joints shall be subject to acceptance by the Owner prior to insertion. All defective joints shall be cut out and replaced at no cost to the Owner. Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in depth than ten percent (10%) of the wall thickness, shall not be used and must be removed from the site. However, a defective area of the pipe may be cut out and the joint fused in accordance with the procedures stated above. In addition, any section of pipe having other defects such as concentrated ridges, discoloration, excessive spot roughness, pitting, variable wall thickness or any other defect of manufacturing or handling as determined by the Engineer shall be discarded and not used. • 7/26/2018 G003-109K\TS-02230 02230-7 HDD of Gravity Sewers SB. Connection of HDPE Pipe to Fittings: HDPE Pipe shall be joined to ductile iron fittings, valves and fire hydrants in strict compliance with manufacturer's recommendations. 1. HDPE Mechanical Joint adapters shall be either butt-fused or electro-fused to the HDPE pipe to provide a leak proof joint. Ductile iron fitting, gate valve or fire hydrant shall be bolted to the M.J. adapter in compliance with the manufacturer's recommendations. 2. HDPE pipe may be joined directly to ductile iron fittings, valves and fire hydrants by the use of Mega-Lug joint restraints, or approved equal, in strict compliance with the manufacturer's recommendations. Stainless steel insert pipe stiffeners shall be used with all such connections. 3. Ductile iron fittings, valves and hydrants with integral HDPE stub-outs shall be either butt-fused or electro-fused directly to the HDPE pipe. All gate valves with integral HDPE stub-outs of 4" or smaller size shall incorporate an HDPE valve foundation to prevent operating torque being transferred from the valve to the pipe connections. C. Pipe Joining of Restrained Joint PVC Pipe: Restrained joint PVC shall be assembled and joined at the site using non-metallic couplings designed with the pipe as an integral system. Pipe and coupling shall be restrained using high-strength, flexible thermoplastic splines inserted into mating precision-machined grooves in the pipe and coupling. Threaded or solvent-cement joints and connections shall not be permitted. D. Field Testing of Sewer Pipe: Installed pipe shall be internally inspected with a television camera and recorded on videotape, compact disc or other electronic media. Finished video shall be continuous over the entire length of the sewer between two manholes and demonstrate sewer to be free from visual defects. 1. Defects, which may affect the integrity or strength of the pipe in the opinion of the Engineer, shall be repaired or the pipe replaced at Contractor's expense. 2. Service Reconnection: Once installation of sewer pipe has been completed, Contractor shall reconnect existing live service connections. a. All sewer service connections shall be identified and located prior to pipe insertion operations to expedite reconnection. Upon commencement of pipe installation, pipe insertion shall be continuous and without interruption from one manhole to another, except as approved by the Owner. Upon completion of installation of new sewer pipe, Contractor shall expedite reconnection of services so as to 11) minimize any inconvenience to customers. 7/26/2018 G003-109K\TS-02230 02230-8 HDD of Gravity Sewers b. Installed pipe shall be allowed manufacturer's recommended amount of time, but not less than four (4) hours, for cooling and relaxation due to tensile stressing prior to any reconnection of service lines, sealing of the annulus or backfilling of the insertion pit. Sufficient excess length of new pipe, but not less than four (4) inches, shall be allowed to protrude into the manhole to provide for occurrence of pipe relaxation. c. Following relaxation period, the annular space may be sealed. Sealing shall be made with material approved by the Engineer and shall extend a minimum of eight (8) inches into the manhole wall in such a manner as to form a smooth, uniform, watertight joint. d. Sewer service connections shall be connected to new pipe by various methods that are compatible with the new HDPE sewer pipe. If a saddle is used, that saddle once secured in place, drill a hole full inside diameter of saddle outlet in pipe liner. i. Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be Strap-On-Saddle Type as manufactured by Driscopipe or approved equal. ii. Inserta-Tee Connection by Fowler Manufacturing or Unicore • Plastic Fusion System that uses butt-fusion to connect a tee or prefabricated polyethylene saddle or equivalent to sewer pipe material. E. Finished Pipe: Installed sewer pipe shall be continuous along entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, and other deformities. a. Pipe with gashes, nicks, abrasions, or any such physical damage, which may have occurred during storage and/or handling and which are larger/deeper than 10 percent (10%) of the wall thickness shall not be used and shall be removed from the construction site b. Sewer pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Owner. Installed sewer pipe shall meet the leakage requirements of the pressure test as specified. HDPE or PVC pipe within the manhole shall be neatly cut off at least a minimum of 4" away from manhole wall. The invert in the manhole shall be a smooth continuation of the pipe(s) and shall be merged with other lines, if any. Channel cross-section shall be U-shaped with a minimum height of half pipe diameter to three-fourths of pipe diameter for fifteen inch and larger. The side channels shall be built up with mortar/concrete to provide benches at a maximum of 1 in 12 pitch towards the channel. • 7/26/2018 G003-109K\TS-02230 02230-9 HDD of Gravity Sewers • c. All manholes shall be individually inspected for water migration, cutoffs, benches, and invert works. F. Any pipe damaged in directional drilling operations shall be repaired, if approved by the Engineer, or removed and replaced at Contractor's own expense. G. Adequate sheeting, shoring and bracing for embankments, operating pits and other appurtenances shall be placed and maintained to ensure that work proceeds safely and expeditiously. Upon completion of the required work, the sheeting, shoring and bracing shall be left in place, cut off or removed, as designated by the Engineer. H. Trench excavation, all classes and type of excavation, the removal of rock, muck, debris, the excavation of all working pits and backfill requirements of Section 02225 are included under this Section. I. All surplus material shall be removed from the right-of-way and the excavation finished flush with the surrounding ground. J. Grout backfill shall be used for unused holes or abandoned pipes. K. Any replacement of carrier pipe in an existing casing shall be considered a new • installation, subject to the applicable requirements of these Specifications. 3.04 Testing A. Testing of piping shall be in accordance with Section 2601. 3.05 Sheeting Removal Remove sheeting used for shoring from the excavation and off the job site. The removal of sheeting, shoring and bracing shall be done in such a manner as not to endanger or damage either new or existing structures, private or public properties and also to avoid cave-ins or sliding in the banks. END OF SECTION i 7/26/2018 G003-109K\TS-02230 02230- 10 HDD of Gravity Sewers THIS PAGE INTENTIONALLY LEFT BLANK • S 7/26/2018 G003-109K\TS-02230 Section 02601 Testing Piped Systems • Part 1 General 1.01 Scope A. This Section covers the requirements for Contractor's testing gravity, vacuum and pressure piping systems not specified under other sections. B. Tests shall be performed on, but not limited to,the following: 1. Gravity Sewer Pipes 2. Pressure Mains (Containment pipe and carrier pipe in dual contained systems) 3. All PVC and HDPE Piping Systems 4. All HDPE Structures C. All tests must be performed by the Contractor in the presence of the Engineer. D. If the system fails to meet test requirements, the Contractor shall, at Contractor's 110 expense, determine the source of leakage and make repairs as necessary to eliminate leakage and retest as directed. E. All costs for the testing shall be borne by the Contractor. F. Advise the Engineer at least 48 hours before tests are to be conducted. Part 2 Products 2.01 Testing Equipment Equipment to be used in making air or hydrostatic tests shall be specifically designed for this purpose. 2.02 Miscellaneous All other equipment not specified herein shall be suited for the intended use. 1111 3/1/2018 G003-109K\TS-02601 02601-2 Testing Piped Systems Part 3 Execution 3.01 General A. If the specified rate of leakage is exceeded, the Contractor shall locate the points of excessive leakage and institute appropriate measure of correction, whereupon the system shall be retested and this procedure continued until test requirements are met. B. Unless specified otherwise the following tests shall be performed as directed by Engineer: 1. Low Pressure Air Testing(ASTM F1417) a. All gravity piping. b. All containment piped systems as directed. 2. Hydrostatic Testing(ASTM F2164) a. All force main (carrier pipe in dual contained systems). b. All other pressure piping systems as directed. • 3. Infiltration/ Exfiltration Testing(ASTM F2487) a. All fabricated HDPE structures. 4. Deflection Test a. All piping. C. Clean and test lines before requesting final acceptance. Where any obstruction is met, clean the lines by means of rods, swabs, or other instruments. For pipes less than 24-inches in diameter, flush sections thoroughly at flow velocities, greater than 2.5 feet per second, adequate to remove debris from pipe and valve seats. For mains 24-inches in diameter and larger,the main shall be carefully swept clean, and mopped if directed by the Engineer. Partially open valves to allow the water to flush the valve seat. Partially operate valves to clean out seats. D. Commence test procedures when the following conditions have been met. 1. Pipe section to be tested is cleaned in accordance with Section 02700 and free of dirt, sand or other foreign material. • 3/1/2018 G003-109K\TS-02601 02601-3 Testing Piped Systems • 2. Plug pipe outlets with test plugs. Brace each plug securely to prevent blowouts. Use concrete thrust blocking if necessary. 3.02 Low Pressure Air Testing A. Low-pressure air testing of plastic pipe shall be in accordance with ASTM F1417, latest edition. B. Provide necessary pipe connections between the section of line being tested and the compressed air supply, together with test pressure equipment, meters, pressure gauge, and other equipment, materials, and facilities necessary to perform the specified tests. C. Furnish and install bulkheads, flanges, valves, bracing, blocking or other temporary sectionalizing devices that may be required. D. Contractor provided testing equipment shall include, but may not be limited to: 1. Polyethylene flange adapter with steel blind flange. 2. Temperature gauge (32°F to 212°F)tapped and threaded into blind flange. . 3. Pressure gauge (0 to 15 psig) ASME Standard B40.1 Grade 2A (accuracy of ±0.5% of full scale) with minor graduation marks no greater than 0.1 psig. Provide verification and results of gauge calibration prior to (less than 60 days)and after project completion. 4. Inlet valve to facilitate compressed air hose. 5. Ball valve to release pipe pressure at test completion. 6. Polyethylene reducers to be used to adapt test flange to size of pipe being tested. 7. Air compressor shall provide adequate oil-free air supply for testing. 8. Pressurizing equipment shall include a regulator set to avoid over pressurizing and damaging an otherwise acceptable section of pipe. E. Pipe segments tested shall include butt fused sections less than 1000 feet in length. Blind flange with test apparatus shall be installed on one end and a fused cap or blind flange assembly on the opposite end. F. Pipe to be tested shall be buried or laid on the ground surface and allowed to reach • ambient temperature before testing. The tests shall be performed during a period 3/1/2018 G003-109K\TS-02601 02601-4 Testing Piped Systems when the pipe segment will be out of direct sunlight to minimize pressure changes • as a result of temperature fluctuations. G. Procedures: 1. Connect the air hose to the inlet tap and portable air control source. The air equipment shall consist of necessary valves and pressure gages to control an oil-free air source and the rate at which air flows into the test section to enable monitoring of the air pressure within the test section. 2. Add air slowly to the test section until the pressure inside the pipe reaches 4.0 psig. 3. After the pressure of 4.0 psig is obtained, regulate the air supply so that the pressure is maintained between 3.5 to 4.0 psig for at least 2 min depending on air/ground temperature conditions. The air temperature should stabilize in equilibrium with the temperature of the pipe walls. The pressure will normally drop slightly until equilibrium is obtained; however, a minimum of 3.5 psig is required. 4. Determine the rate of air loss by the time-pressure drop method. 5. Air is slowly introduced into the section of pipe to be tested, until the air • pressure is raised to approximately 4.0 psi and the test pipe section is stabilized as in 8.1. Disconnect the air supply and decrease the pressure to 3.5 psi before starting the test. Determine the time required for the pressure to drop from 3.5 psi to 2.5 psi, and compare this interval to the required time to decide if the rate of air loss is within the allowable. Minimum holding times required by pipe diameter are shown in Table 1 and Table 2 of ASTM F1417. 6. If the pressure drops 1.0 psig before the appropriate time shown in Table 1 has elapsed, the air loss rate shall be considered excessive and the section of pipe has failed the test. If the line fails the test,segmented testing may be utilized solely to find the location of leaks. Once leaks are located and repaired, retest the completed pipe installation to requirements of this test method. 3.03 Hydrostatic Pressure Testing A. Hydrostatic pressure testing of polyethylene pipe shall be in accordance with ASTM F2164, latest edition. B. After the pipe has been laid and backfilled between joints, and before any joints are covered, unless this requirement is waived by the Engineer, all newly laid pipe, 410 3/1/2018 G003-109K\TS-02601 02601-5 Testing Piped Systems • above ground or below ground, or any isolated section thereof, shall be subjected to a hydrostatic gage pressure as hereinafter tabulated. 1. All piping that will be considered inaccessible or impossible to repair after the completion of all work, shall be hydrostatically tested while still accessible. 2. All piping shall have restraint (backfill, thrust blocks,joint restraints, etc.) in place before testing. B. Tests shall be performed in the presence of the Engineer. The Contractor shall furnish a pressure gauge for measuring the pressure on the pipeline, shall provide a corporation cock to attach gauge or pump connection, and shall provide plugs to seal taps after use in testing, and shall also furnish a suitable pump, pipe, appliances, and other appurtenances necessary to make these tests. C. Contractor provided testing equipment shall include, but may not be limited to: 1. Polyethylene flange adapter with steel blind flange. 2. Temperature gauge (32°F to 212°F)tapped and threaded into blind flange. • 3. At least two pressure gauges (0 to 15 psig)ASME Standard B40.1 Grade 2A (accuracy of ±0.5% of full scale) with minor graduation marks no greater than 0.1 psig. Provide verification and results of gauge calibration prior to (less than 60 days) and after project completion. 4. Air release valve to facilitate purging of air within the test section. 5. Ball valve to release pipe pressure at test completion. 6. Polyethylene reducers to be used to adapt test flange to size of pipe being tested. 7. Pressurizing equipment shall include a regulator set to avoid over pressurizing and damaging an otherwise acceptable section of pipe. 8. The Contractor shall furnish all test water. D. The pressure gauge shall be located at the test section low point. A valved tee, a gage cock for bleeding, a pressure snubber and a duplicate pressure gage shall be located at the test point. • 3/1/2018 G003-109K\TS-02601 02601-6 Testing Piped Systems E. Pre-test Procedures: 1. The maximum test pressure shall be no more than 1.5 times the system design pressure. 2. If lower pressure rated fittings are valves cannot be isolated from the test section, the maximum test pressure shall not exceed the pressure rating of the lowest pressure rated component in the test section. 3. The actual test pressure shall be modified based on temperature of the system after it is filled with water. 4. Testing duration including time required to pressurize, stabilize, hold test pressure and depressurize should not exceed 8 hours. If re-testing is required, the system should be depressurized for a minimum of 8 hours prior to re-testing. F. Each section of pipe shall be filled slowly with water and the specified test pressure, measured at the point of lowest elevation, shall be applied to the pipe in a satisfactory manner. G. Before applying the specified test pressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at points of highest elevation, • and afterward tightly plugged. H. Pressurizing—Initial Expansion Phase—When the test section is completely filled and purged of air, gradually increase pressure in the test section to the required test pressure. 1. If the test pressure cannot be attained, or if it takes an unreasonably long time to reach test pressure, there may be faults such as excessive leakage, entrapped air, or open valving, or the pressurizing equipment may be inadequate for the size of the test section. If such faults exist, discontinue pressurizing, and correct them before continuing. 2. Add make-up water as necessary to maintain maximum test pressure for 4 hours. I. The test pressure shall be 10 psi lower than the initial expansion phase pressure. Monitor the pressure for 1 hour and do not increase the pressure or add make-up water. J. All exposed pipes, fittings, valves, and joints will be carefully examined during the test. Any cracked or defective pipes, fittings, or valves, discovered in consequence of this pressure test shall be removed and replaced by the Contractor with sound • material and the test shall be repeated until satisfactory to the Engineer. 3/1/2018 G003-109K\TS-02601 02601-7 Testing Piped Systems • K. If no visual leakage is observed and the pressure during the test phase remains steady (within 5 % of the test phase pressure)for the 1 hour test period, the tested section has passed the test. L. Hydrostatic test pressures shall be as follows: System Pressure Test Rating(psi) Carrier Pressure Piping 30 Containment Piping 10 3.04 Infiltration/Exfiltration Testing A. Infiltration/exfiltration testing of polyethylene pipe and structures shall be in accordance with ASTM F2487, latest edition. B. Infiltration Tests: Use only when groundwater is above the invert of the pipe. 1. Conduct testing from manhole to manhole. The length of pipeline tested shall not exceed 700 ft. 2. Stop all dewatering operations and allow the groundwater to return to its normal level. Infiltration testing shall not be used unless the groundwater level is at least 2 feet above the crown of the pipe for the entire length of the test section. 3. Plug all pipe outlets discharging into the test section. 4. Measure the groundwater elevation and determine the average head over the test section. 5. Measure infiltration leakage at the outlet of the test section. Because leakage allowances are small, measurements are best made by either timing the filling of a small container of known volume, or by directing flow into a container for a specified time and measuring the content, or by using small weirs. 6. If the measured rate of leakage is less than or equal to the allowable leakage in accordance with item D below, the section of pipeline tested is acceptable. • 7. If the test section fails, the line shall be repaired and retested in accordance with this practice. 3/1/2018 G003-109K\TS-02601 02601-8 Testing Piped Systems C. Exfiltration Tests: Use only when groundwater is below the invert of the pipe. • 1. Conduct testing from manhole to manhole. The length of pipeline tested shall not exceed 700 ft. 2. Determine the groundwater elevation at both ends of the test section. If the groundwater level is less than 2 feet above the crown of the pipe measured from the highest elevation of the pipeline,the exfiltration test shall be used. 3. Plug all pipe outlets discharging into the test section. Fill the pipeline with water. 4. At the upstream manhole the test head shall be established as minimum of 2 feet above the crown of the pipe, or at least 2 feet above existing groundwater, whichever is higher. 5. Measure the leakage loss over a timed test period. The minimum test period shall be 15 minutes and the maximum shall not exceed 24 hours. 6. If the measured rate of leakage is less than or equal to the allowable leakage, in accordance with item D below, the section of pipeline tested is acceptable. • 7. If the test section fails, the line shall be repaired and retested in accordance with this practice. The groundwater elevation shall be re-determined prior to a second test and the test head adjusted, if necessary. D. Infiltration/ Exfiltration leakage allowance: Structures shall not leak more than 3% of the volume of the structure during a 24 hour period. 3.06 Deflection Testing A. Deflection testing shall be conducted as specifically requested by the Engineer. B. Test gravity sewer for excessive deflection by passing a mandrel through the pipe. Deflection of the pipe shall not exceed the following: Nominal Maximum Pipe Diameter Allowable Deflection < 12-inches 5% 15 to 30-inches 4% • 3/1/2018 G003-109K\TS-02601 02601-9 Testing Piped Systems 110 C. The mandrel size shall be based upon the maximum possible inside diameter for the type of pipe being tested, taking into account the allowable manufacturing tolerances of the pipe. The mandrel shall have an odd number of legs, or vanes, with a quantity of such equal to or greater than nine. The legs of the mandrel shall be permanently attached to the mandrel. A mandrel with variable sizes shall not be allowed. The mandrel shall be constructed of steel aluminum or other material approved by the Engineer, and shall have sufficient rigidity so the legs of the mandrel will not deform when pulling through a pipe. The mandrel dimensions shall be checked by the Engineer before use by the Contractor. D. Excavate and install properly any section of pipe not passing this test. Re test until results are satisfactory. E. This test shall be performed within the first 30 days of installation and during final inspection, at the completion of this contract. END OF SECTION 110 • 3/1/2018 G003-109K\TS-02601 02601- 10 Testing Piped Systems ATTACHMENT 1 PE PIPE PRESSURE TEST REPORT FORM Project Name: Date: Contractor: Time: Contractor Representative Performing Tests: Owner Representative Observing Tests: Description/ Location of Test Segment: (Pipe Diameter, length, SDR's, etc.) Location of Pipe Test Segment: Station from: Station to: Test Method: Fluid Utilized: Weather conditions/ambient temperature (°F): Test Gages Used: • Temperature: Calculated Maximum Test Pressure: Test Pressure: Time/ Pressure Recordings: Pass/ Fail: Retest(yes/ no) Description/ Nature of leaks repair of retest segment: • 3/1/2018 G003-109K\TS-02601 Section 02665 Water Mains and Accessories Part 1 General 1.01 Scope A. This Section describes products to be incorporated into the water mains and requirements for the installation and use of these items. Furnish all products and perform all labor necessary to fulfill the requirements of these Specifications. B. General: Supply all products and perform all work in accordance with applicable American Society for Testing and Material (ASTM), American Water Works Association (AWWA), American National Standards Institute (ANSI), or other recognized standards. Latest revisions of all standards are applicable. 1.02 Qualifications If requested by the Engineer, submit evidence that manufacturers have consistently produced products of satisfactory quality and performance for a period of at least two years. 1.03 Submittals • Complete shop drawings and engineering data for all products shall be submitted to the Engineer in accordance with the requirements of Section 01340 of these Specifications. 1.04 Transportation and Handling A. Unloading: Furnish equipment and facilities for unloading, handling, distributing and storing pipe, fittings, valves and accessories. Make equipment available at all times for use in unloading. Do not drop or dump materials. Any materials dropped or dumped will be subject to rejection without additional justification. Pipe handled on skids shall not be rolled or skidded against the pipe on the ground. B. Handling: Handle pipe, fittings, valves and accessories carefully to prevent shock or damage. Handle pipe by rolling on skids,forklift, or front end loader. Do not use material damaged in handling. Slings, hooks or pipe tongs shall be padded and used in such a manner as to prevent damage to the exterior coatings or internal lining of the pipe. 1.05 Storage and Protection A. Store all pipe which cannot be distributed along the route. Make arrangements for • the use of suitable storage areas. 3/1/2018 G003-109K\TS-02665 02665-2 Water Mains and Accessories B. Stored materials shall be kept safe from damage. The interior of all pipe, fittings • and other appurtenances shall be kept free from dirt or foreign matter at all times. Valves and hydrants shall be drained and stored in a manner that will protect them from damage by freezing. C. Pipe shall not be stacked higher than the limits recommended by the manufacturer. The bottom tier shall be kept off the ground on timbers, rails or concrete. At least two rows of timbers shall be placed between tiers and chocks, affixed to each other in order to prevent movement. The timbers shall be large enough to prevent contact between the pipes in adjacent tiers. D. Stored mechanical and push-on joint gaskets shall be placed in a cool location out of direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used on a first-in,first-out basis. E. Mechanical joint bolts shall be handled and stored in such a manner that will ensure proper use with respect to types and sizes. 1.06 Quality Assurance The manufacturer shall provide written certification to the Engineer that all products furnished comply with all applicable requirements of these Specifications. Part 2 Products • 2.01 Piping Materials and Accessories A. Piping Materials:All water pipe shall be per Specification Section 02700. B. Detection Tape: Detection tape shall be composed of a solid aluminum foil encased in a protective plastic jacket. Tapes shall be color coded in accordance with APWA color codes with the following legends: Water Systems, Safety Precaution Blue, "Caution Water Line Buried Below". Colors may be solid or striped. Tape shall be permanently printed with no surface printing allowed. Tape width shall be a minimum of 2-inches when buried less than 10-inches below the surface. Tape width shall be a minimum of 3-inches when buried greater than 10-inches and less than 20-inches. C. Tracer wire shall be #12 gauge insulated single strand copper wire. • 3/1/2018 G003-109K\TS-02665 02665-3 Water Mains and Accessories • 2.02 Valves A. Gate Valves (GV) 1. 3-Inches in Diameter and Smaller: Gate valves shall be bronze, heavy duty, rising stem, wedge type with screwed or union bonnet. Valve ends shall be threaded or solder type as appropriate. Valves shall have a minimum 200 psi working pressure for water (125 psi working pressure for steam). Valves shall be made in the U.S.A. Gate valves shall be equal to Crane No. 428 (threaded) or Crane No. 1334 (solder end). 2. 4-Inches through 12-Inches in Diameter: Gate valves 4-inches through 12-inches shall be resilient wedge type conforming to the requirements of AWWA C509 rated for 200 psi working pressure. a. Valves shall be provided with two 0-ring stem seals with one 0-ring located above and one 0-ring below the stem collar. The area between the 0-rings shall be filled with lubricant to provide lubrication to the thrust collar bearing surfaces each time the valve is operated. At least one anti-friction washer shall be utilized to further minimize operating torque. All seals between valve parts, such as body and bonnet, bonnet and bonnet cover, shall be flat gaskets or 0-rings. • b. The valve gate shall be made of cast iron havingvulcanized,a synthetic rubber coating, or a seat ring attached to the disc with retaining screws. Sliding of the rubber on the seating surfaces to compress the rubber will not be allowed. The design shall be such that compression-set of the rubber shall not affect the ability of the valve to seal when pressure is applied to either side of the gate. The sealing mechanism shall provide zero leakage at the water working pressure when installed with the line flow in either direction. c. All internal ferrous surfaces shall be coated with epoxy to a minimum thickness of 4 mils. The epoxy shall be non-toxic, impart no taste to the water and shall conform to AWWA C550, latest revision. d. Valve shall open left. e. Gate valves 4 through 12-inches shall be manufactured by American Flow Control, U.S. Pipe, Mueller or M & H Valve. • 3/1/2018 G003-109K\TS-02665 02665-4 Water Mains and Accessories 2.03 Valve Boxes and Extension Stems • A. Valve boxes shall be provided for all buried valves. Valve boxes shall be one complete assembled unit composed of the valve box and extension stem. Valve box assembly shall be adjustable. The entire assembly shall be made of heavy wall high density polyethylene. The valve box lid shall be made of cast iron. All exterior components shall be joined with stainless steel screws. B. The stem assembly shall be of a telescoping design. The stem material shall be of hot dipped galvanized steel square tubing. The stem assembly shall not disengage at its fully extended length. The extension stem must be torque tested to 1,000 foot pounds. C. Valve box shall be equal to American Flow Control Trench Adapter. 2.04 Tapping Sleeves and Valves Tapping sleeves shall be cast or ductile iron of the split-sleeve, mechanical joint type. The Contractor shall be responsible for determining the outside diameter of the pipe to be connected to prior to ordering the sleeve. Valves shall be gate valves furnished in accordance with the specifications shown above, with flanged connection to the tapping sleeve and mechanical joint connection to the branch pipe. The tapping sleeve and valve shall be supplied by the valve manufacturer. 41) Tapping sleeves shall be equal to American Flow Control, Mueller or M & H Valve. 2.07 Tapping Saddles Tapping saddles shall be ductile iron body type with 0-ring gasket and alloy steel straps. Connection shall be flanged or mechanical joint. Tapping saddles shall be equal to American Ductile Iron Pipe. 2.08 Retainer Glands Retainer glands shall be Megalug Series 1100, as manufactured by EBAA Iron, or Uni-Flange Series 1400, as manufactured by Ford Meter Box Company. 2.09 Valve Keys The Contractor shall provide to the Owner one valve key for every five valves provided, but no more than three and not less than one valve key. Valve keys shall be 72-inches long with a tee handle and a 2-inch square wrench nut. Valve keys shall be furnished by the valve manufacturer. Valve keys shall be equal to Mueller A-24610 or ACIPCO No. 1303. • 3/1/2018 G003-109K\TS-02665 02665-5 Water Mains and Accessories • 2.10 Concrete Concrete shall have a compressive strength of not less than 3000 psi, with not less than 5.5 bags of cement per cubic yard and a slump between 3 and 5-inches. For job mixed concrete, submit the concrete mix design for approval by the Engineer. Ready-mixed concrete shall be mixed and transported in accordance with ASTM C 94. Reinforcing steel shall conform to the requirements of ASTM A 615, Grade 60. Part 3 Execution 3.01 Existing Utilities and Obstructions A. The Drawings indicate utilities or obstructions that are known to exist according to the best information available to the Owner. The Contractor shall call the Utilities Protection Center (UPC) (404-325-5000 or 1-800-282-7411) as required by Georgia law (Code Section 25-9-1 through 25-9-13) and all utilities, agencies or departments that own and/or operate utilities in the vicinity of the construction work site at least 72 hours (three business days) prior to construction to verify the location of the existing utilities. B. Existing Utility Location: The following steps shall be exercised to avoid interruption • of existing utility service. 1. Provide the required notice to the utility owners and allow them to locate their facilities according to State law. Field utility locations are valid for only 10 days after original notice. The Contractor shall ensure, at the time of any excavation that a valid utility location exists at the point of excavation. 2. Expose the facility, for a distance of at least 200 feet in advance of pipeline construction, to verify its true location and grade. Repair, or have repaired, any damage to utilities resulting from locating or exposing their true location. 3. Avoid utility damage and interruption by protection with means or methods recommended by the utility owner. 4. Maintain a log identifying when phone calls were made, who was called, area for which utility relocation was requested and work order number issued, if any. The Contractor shall provide the Engineer an updated copy of the log bi-weekly, or more frequently if required. C. Conflict with Existing Utilities 1. Horizontal Conflict: Horizontal conflict shall be defined as when the actual • horizontal separation between a utility, main, or service and the proposed water main does not permit safe installation of the water main by the use of 3/1/2018 G003-109K\TS-02665 02665-6 Water Mains and Accessories sheeting, shoring, tieing-back, supporting, or temporarily suspending service • of the parallel or crossing facility. The Contractor may change the proposed alignment of the water main to avoid horizontal conflicts if the new alignment remains within the available right-of-way or easement, complies with regulatory agency requirements and after a written request to and subsequent approval by the Engineer. Where such relocation of the water main is denied by the Engineer, the Contractor shall arrange to have the utility, main, or service relocated. 2. Vertical Conflict: Vertical conflict shall be defined as when the actual vertical separation between a utility, main, or service and the proposed water main does not permit the crossing without immediate or potential future damage to the utility, main, service, or the water main. The Contractor may change the proposed grade of the water main to avoid vertical conflicts if the changed grade maintains adequate cover and complies with regulatory agencies requirements after written request to and subsequent approval by the Engineer. Where such relocation of the water main is denied by the Engineer, the Contractor shall arrange to have the utility, main, or service relocated. D. Electronic Locator: Have available at all times an electronic pipe locator and a magnetic locator, in good working order, to aid in locating existing pipe lines or other obstructions. 1111 E. Water and Sewer Separation 1. Water mains should maintain a minimum 10 foot edge-to-edge separation from sewer lines, whether gravity or pressure. If the main cannot be installed in the prescribed easement or right-of-way and provide the 10 foot separation,the separation may be reduced, provided the bottom of the water main is a minimum of 18-inches above the top of the sewer. Should neither of these two separation criteria be possible, the water main shall be installed below the sewer with a minimum vertical separation of 18-inches. 2. The water main, when installed below the sewer, shall be encased in concrete with a minimum 6-inch concrete depth to the first joint in each direction. Where water mains cross the sewer, the pipe joint adjacent to the pipe crossing the sewer shall be cut to provide maximum separation of the pipe joints from the sewer. 3. No water main shall pass through, or come in contact with, any part of a sanitary sewer manhole. • 3/1/2018 G003-109K\TS-02665 02665-7 Water Mains and Accessories • 3.02 Pipe Distribution A. Pipe shall be distributed and placed in such a manner that will not interfere with traffic. B. No pipe shall be strung further along the route more than 100 feet beyond the area in which the Contractor is actually working without written permission from the Owner. The Owner reserves the right to reduce this distance to a maximum distance of 200 feet in residential and commercial areas based on the effects of the distribution to the adjacent property owners. C. No street or roadway may be closed for unloading of pipe without first obtaining permission from the proper authorities. The Contractor shall furnish and maintain proper warning signs and obstruction lights for the protection of traffic along highways, streets and roadways upon which pipe is distributed. D. No distributed pipe shall be placed inside drainage ditches. E. Distributed pipe shall be placed as far as possible from the roadway pavement, but no closer than five feet from the roadway pavement, as measured edge-to-edge. 3.03 Location and Grade • A. The Drawings show the alignment of the water ater main and the location of valves, hydrants and other appurtenances. B. Prior to clearing and grubbing, the Engineer will provide a temporary bench p ry mark along the water main route and at all other locations where the alignment of the water main changes significantly. C. Reference Points 1. The Contractor shall take all precautions necessary, which includes, but is not necessarily limited to, installing reference points, in order to protect and preserve the centerline or baseline established by the Engineer. 2. Reference points shall be placed, at or no more than three feet, from the outside of the construction easement or right-of-way. The location of the reference points shall be recorded in a log with a copy provided to the Engineer for use, prior to verifying reference point locations. Distances between reference points and the manhole centerlines shall be accurately measured to 0.01 foot. 3. The Contractor shall give the Engineer reasonable notice that reference • points are set. The reference point locations must be verified by the Engineer prior to commencing clearing and grubbing operations. 3/1/2018 G003-109K\TS-02665 02665-8 Water Mains and Accessories D. After the Contractor locates and marks the water main centerline or baseline, the • Contractor shall perform clearing and grubbing. E. Construction shall begin at a connection location and proceed without interruption. Multiple construction sites shall not be permitted without written authorization from the Engineer for each site. F. The Contractor shall be responsible for any damage done to reference points, base lines, center lines and temporary bench marks, and shall be responsible for the cost of re-establishment of reference points, base lines, center lines and temporary bench marks as a result of the operations. 3.04 Laying and Jointing Pipe and Accessories A. Lay all pipe and fittings to accurately conform to the lines and grades established by the Engineer. B. Pipe Installation 1. Proper implements, tools and facilities shall be provided for the safe performance of the Work. All pipe, fittings, valves and hydrants shall be lowered carefully into the trench by means of slings, ropes or other suitable • tools or equipment in such a manner as to prevent damage to water main materials and protective coatings and linings. Under no circumstances shall water main materials be dropped or dumped into the trench. 2. All pipe,fittings, valves, hydrants and other appurtenances shall be examined carefully for damage and other defects immediately before installation. Defective materials shall be marked and held for inspection by the Engineer, who may prescribe corrective repairs or reject the materials. 3. All lumps, blisters and excess coating shall be removed from the socket and plain ends of each pipe, and the outside of the plain end and the inside of the bell shall be wiped clean and dry and free from dirt, sand, grit or any foreign materials before the pipe is laid. No pipe containing dirt shall be laid. 4. Foreign material shall be prevented from entering the pipe while it is being placed in the trench. No debris, tools, clothing or other materials shall be placed in the pipe at any time. 5. As each length of pipe is placed in the trench, the joint shall be assembled and the pipe brought to correct line and grade. The pipe shall be secured in place with approved backfill material. i 3/1/2018 G003-109K\TS-02665 02665-9 Water Mains and Accessories • 6. Applying pressure to the top of the pipe, such as with a backhoe bucket, to lower the pipe to the proper elevation or grade, shall not be permitted. 7. Detection tape shall be buried 4 to 10-inches deep. Should detection tape need to be installed deeper, the Contractor shall provide 3-inch wide tape. In no case shall detection tape be buried greater than 20-inches from the finish grade surface. 8. Tracing wire shall be installed on all buried non-metallic piping and service laterals from the main to the meter or junction, and provide continuous conductivity. Area markers shall be at least every 500' with tracer wire attached, unless a structure, fire hydrant and/or air release valve are available. On structures, the tracing wire lead shall be 5' minimum length and securely attached to the inside of the lid. On laterals, the tracing wire shall terminate inside the meter box or junction box if available. Where laterals connect to mains and no junction box or meter box is available, the wire shall be joined securely together with a waterproof direct bury connector or splice. Connectors and/or splices shall be approved by the Engineer. The connectors or splices shall be wrapped with rubberized insulation tape that shall completely cover all areas of the connector or splice. The wire shall maintain electrical continuity through all connectors and splices. Tracing wire will be installed on all non-buried metallic piping • and service laterals directly on top of the pipe. Tracing wire shall be securely fastened a minimum of 6-inches above ground to fire hydrants, above/below ground valves, and valve covers. The wire shall be secured to the pipe with tape or other acceptable methods at spacings of no more than 36" apart. This tracing wire system shall be checked and tested by the contractor, in the presence of the Engineer, prior to acceptance of the installation. All equipment, meters, detectors, etc., needed for testing the tracer wire shall be furnished by the Contractor. C. Alignment and Gradient 1. Lay pipe straight in alignment and gradient or follow true curves as nearly as practicable. Do not deflect any joint more than the maximum deflection recommended by the manufacturer. 2. Maintain a transit, level and accessories on the job to lay out angles and ensure that deflection allowances are not exceeded. • 3/1/2018 G003-109K\TS-02665 02665- 10 Water Mains and Accessories D. Expediting of Work: Excavate, lay the pipe, and backfill as closely together as • possible. Do not leave unjointed pipe in the trench overnight. Backfill and compact the trench as soon as possible after laying and jointing is completed. Cover the exposed end of the installed pipe each day at the close of work and at all other times when work is not in progress. If necessary to backfill over the end of an uncompleted pipe or accessory, close the end with a suitable plug, either push-on, mechanical joint, restrained joint or as approved by the Engineer. E. Valve and Fitting Installation 1. Prior to installation, valves shall be inspected for direction of opening, number of turns to open, freedom of operation, tightness of pressure-containing bolting and test plugs, cleanliness of valve ports and especially seating surfaces, handling damage and cracks. Defective valves shall be corrected or held for inspection by the Engineer. Valves shall be closed before being installed. 2. Valves, fittings, plugs and caps shall be set and joined to the pipe in the manner specified in this Section for cleaning, laying and joining pipe, except that 12-inch and larger valves shall be provided with special support, such as treated timbers, crushed stone, concrete pads or a sufficiently tamped trench bottom so that the pipe will not be required to support the weight of the valve. Valves shall be installed in the closed position. • 3. A valve box shall be provided on each underground valve. They shall be carefully set, centered exactly over the operating nut and truly plumbed. The valve box shall not transmit shock or stress to the valve. The bottom flange of the lower belled portion of the box shall be placed below the valve operating nut. This flange shall be set on brick, so arranged that the weight of the valve box and superimposed loads will bear on the base and not on the valve or pipe. Extension stems shall be installed where depth of bury places the operating nut in excess of 30-inches beneath finished grade so as to set the top of the operating nut 30-inches below finished grade. The valve box cover shall be flush with the surface of the finished area or such other level as directed by the Engineer. 4. In no case shall valves be used to bring misaligned pipe into alignment during installation. Pipe shall be supported in such a manner as to prevent stress on the valve. 3.05 Connections to Water Mains A. Make connections to existing pipe lines with tapping sleeves and valves, unless specifically shown otherwise on the Drawings. • 3/1/2018 G003-109K\TS-02665 02665- 11 Water Mains and Accessories • B. Location: Before laying pipe, locate the points of connection to existing water mains and uncover as necessary for the Engineer to confirm the nature of the connection to be made. C. Interruption of Services: Make connections to existing water mains only when system operations permit. Operate existing valves only with the specific authorization and direct supervision of the Owner. D. Tapping Saddles and Tapping Sleeves 1. Holes in the new pipe shall be machine cut, either in the field or at the factory. No torch cutting of holes shall be permitted. 2. Prior to attaching the saddle or sleeve, the pipe shall be thoroughly cleaned, utilizing a brush and rag, as required. 3. Before performing field machine cut, the watertightness of the saddle or sleeve assembly shall be pressure tested. The interior of the assembly shall be filled with water. An air compressor shall be attached, which will induce a test pressure as specified in this Section. No leakage shall be permitted for a period of five minutes. • 4. After attaching the saddle or sleeve to an existing main, but prior to making the tap, the interior of the assembly shall be disinfected. All surfaces to be exposed to potable water shall be swabbed or sprayed with a one percent hypochlorite solution. 3.06 Valve Box Adjustment Immediately prior to the installing finish pavement, all valve boxes (both new and existing to remain in service) shall be adjusted to finished pavement grade. After completing all water main work, there may be an interval of time before the finish pavement is installed. The Contractor shall also be responsible for adjusting valve boxes to finished grade outside paved areas. 3.07 Thrust Restraint A. Provide restraint at all points where hydraulic thrust may develop. B. Retainer Glands: Provide retainer glands where shown on the Drawings and on fire hydrants and all associated fittings, valves and related piping. Retainer glands shall be installed in accordance with the manufacturer's recommendations, particularly, the required torque of the set screws. The Contractor shall furnish a torque wrench to verify the torque on all set screws which do not have inherent • torque indicators. 3/1/2018 G003-109K\TS-02665 02665- 12 Water Mains and Accessories C. Harnessing • 1. Provide harness rods only where specifically shown on the Drawings or directed by the Engineer. 2. Harness rods shall be manufactured in accordance with ASTM A 36 and shall have an allowable tensile stress of no less than 22,000 psi. Harness rods shall be hot dip galvanized or field coated with bitumastic before backfilling. 3. Where possible, harness rods shall be installed through the mechanical joint bolt holes. Where it is not possible, provide 90 degree bend eye bolts. 4. Eye bolts shall be of the same diameter as specified in AWWA C111 for that pp eye e size. The e shall be welded closed. Where eye bolts are used in conjunction with harness rods, an appropriate size washer shall be utilized with a nut on each end of the harness rod. Eye bolts shall be of the same material and coating as the harness rods. E. Concrete Blocking 1. Provide concrete blocking for all bends, tees, valves, and other points where thrust may develop, except where other exclusive means of thrust restraint are specifically shown on the Drawings. • 2. Concrete shall be as specified in this Section. 3. Form and pour concrete blocking at fittings as shown on the Drawings and as directed by the Engineer. Pour blocking against undisturbed earth. Increase dimensions when required by over excavation. 3.08 Inspection and Testing A. Pressure and Leakage Test 1. All sections of the water main subject to internal pressure shall be pressure tested in accordance with AWWA C600. A section of main will be considered ready for testing after completion of all thrust restraint and backfilling. 2. Each segment of water main between main valves shall be tested individually. 3. Test Preparation a. For water mains less than 24-inches in diameter, flush sections thoroughly at flow velocities, greater than 2.5 feet per second, • adequate to remove debris from pipe and valve seats. For water mains 3/1/2018 G003-109K\TS-02665 02665- 13 Water Mains and Accessories • 24-inches in diameter and larger, the main shall be carefully swept clean, and mopped if directed by the Engineer. Partially open valves to allow the water to flush the valve seat. b. Partially operate valves and hydrants to clean out seats. c. Provide temporary blocking, bulkheads, flanges and plugs as necessary, to assure all new pipe, valves and appurtenances will be pressure tested. d. Before applying test pressure, air shall be completely expelled from the pipeline and all appurtenances. Insert corporation cocks at highpoints to expel air as main is filled with water as necessary to supplement automatic air valves. Corporation stops shall be constructed as detailed on the Drawings with a meter box. e. Fill pipeline slowly with water. Provide a suitable pump with an accurate water meter to pump the line to the specified pressure. f. The differential pressure across a valve or hydrant shall equal the maximum possible, but not exceed the rated working pressure. Where necessary, provide temporary backpressure to meet the differential • pressure restrictions. g. Valves shall not be operated in either the opening or closing direction at differential pressures above the rated pressure. 4. Test Pressure: Test the pipeline at 200 psi measured at the lowest point for at least two hours. Maintain the test pressure within 5 psi of the specified test pressure for the test duration. Should the pressure drop more than 5 psi at any time during the test period, the pressure shall be restored to the specified test pressure. Provide an accurate pressure gage with graduation not greater than 5 psi. 5. Leakage a. Leakage shall be defined as the sum of the quantity of water that must be pumped into the test section, to maintain pressure within 5 psi of the specified test pressure for the test duration plus water required to return line to test pressure at the end of the test. Leakage shall be the total cumulative amount measured on a water meter. b. The Owner assumes no responsibility for leakage occurring through existing valves. • 3/1/2018 G003-109K\TS-02665 02665- 14 Water Mains and Accessories 6. Test Results: No test section shall be accepted if the leakage exceeds the • limits determined by the following formulas: For HDPE pipe: L = SD (P)1/2 133,200 Where: L= allowable leakage, in gallons per hour S = length of pipe tested, in feet D = nominal diameter of the pipe, in inches P = average test pressure during the leakage test, in pounds per square inch (gauge) For PVC pipe: L= ND (P)1/2 7,400 Where: L= allowable leakage, in gallons per hour • N = number of joints in pipeline tested, D = nominal diameter of the pipe, in inches P = average test pressure during the leakage test, in pounds per square inch (gauge) If the water main section being tested contains lengths of various pipe diameters, the allowable leakage shall be the sum of the computed leakage for each diameter. The leakage test shall be repeated until the test section is accepted. All visible leaks shall be repaired regardless of leakage test resu Its. 7. Completion: After a pipeline section has been accepted, relieve test pressure. Record type, size and location of all outlets on record drawings. 3.09 Disinfecting Pipeline A. After successfully pressure testing each pipeline section, disinfect in accordance with AWWA C651 for the continuous-feed method and these Specifications. • 3/1/2018 G003-109K\TS-02665 02665-15 Water Mains and Accessories • B. Specialty Contractor: Disinfection shall be performed by an approved specialty contractor. Before disinfection is performed, the Contractor shall submit a written procedure for approval before being permitted to proceed with the disinfection. This plan shall also include the steps to be taken for the neutralization of the chlorinated water. C. Chlorination 1. Apply chlorine solution to achieve a concentration of at least 50 parts per million free chlorine in new line. Retain chlorinated water for 24 hours. 2. Chlorine concentration shall be recorded at every outlet along the line at the beginning and end of the 24 hour period. 3. After 24 hours, all samples of water shall contain the same concentration as originally introduced and at least 50 parts per million free chlorine. Re-chlorinate if required results are not obtained on all samples. D. Disposal of Chlorinated Water: Reduce chlorine residual of disinfection water to less than one milligram per liter if discharged directly to a body of water or to less than two milligrams per liter if discharged onto the ground prior to disposal. Treat water with sulfur dioxide or other reducing chemicals to neutralize chlorine • residual. Flush all lines until residual is equal to existing system. E. Bacteriological Testing: After final flushing and before the water main is placed in service, the Contractor shall collect samples from the line and have tested for bacteriological quality in accordance with the rules of the Georgia Department of Natural Resources, Environmental Protection Division. Testing shall be performed by a laboratory certified by the State of Georgia. Re-chlorinate lines until required results are obtained. 3.10 Protection and Restoration of Work Area A. General: Return all items and all areas disturbed, directly or indirectly by work under these Specifications, to their original condition or better, as quickly as possible after work is started. 1. The Contractor shall plan, coordinate, and prosecute the work such that disruption to personal property and business is held to a practical minimum. 2. All construction areas abutting lawns and yards of residential or commercial property shall be restored promptly. Backfilling of underground facilities, ditches, and disturbed areas shall be accomplished on a daily basis as work is completed. Finishing, dressing, and grassing shall be accomplished • immediately thereafter, as a continuous operation within each area being constructed and with emphasis placed on completing each individual yard or 3/1/2018 G003-109K\TS-02665 02665- 16 Water Mains and Accessories business frontage. Care shall be taken to provide positive drainage to avoid • ponding or concentration of runoff. 3. Handwork, including raking and smoothing, shall be required to ensure that the removal of roots, sticks, rocks, and other debris is removed in order to provide a neat and pleasing appearance. 4. The Department of Transportation's engineer shall be authorized to stop all work by the Contractor when restoration and cleanup are unsatisfactory and to require appropriate remedial measures. B. Man-Made Improvements: Protect, or remove and replace with the Engineer's approval, all fences, walkways, mail boxes, pipe lines, drain culverts, power and telephone lines and cables, property pins and other improvements that may be encountered in the Work. C. Cultivated Growth: Do not disturb cultivated trees or shrubbery unless approved by the Engineer. Any such trees or shrubbery which must be removed shall be heeled in and replanted under the direction of an experienced nurseryman. D. Cutting of Trees: Do not cut trees for the performance of the work except as absolutely necessary. Protect trees that remain in the vicinity of the work from damage from equipment. Do not store spoil from excavation against the trunks. 11111 Remove excavated material stored over the root system of trees within 30 days to allow proper natural watering of the root system. Repair any damaged tree over 3-inches in diameter, not to be removed, under the direction of an experienced nurseryman. All trees and brush that require removal shall be promptly and completely removed from the work area and disposed of by the Contractor. No stumps, wood piles, or trash piles will be permitted on the work site. E. Disposal of Rubbish: Dispose of all materials cleared and grubbed during the construction of the Project in accordance with the applicable codes and rules of the appropriate county,state and federal regulatory agencies. F. Swamps and Other Wetlands 1. The Contractor shall not construct permanent roadbeds, berms, drainage structures or any other structures which alter the original topographic features within the easement. 2. All temporary construction or alterations to the original topography will incorporate measures to prevent erosion into the surrounding swamp or wetland. All areas within the easement shall be returned to their original topographic condition as soon as possible after work is completed in the area. All materials of construction and other non-native materials shall be Ill disposed by the Contractor. 3/1/2018 G003-109K\TS-02665 02665-17 Water Mains and Accessories III3. The Contractor shall provide temporary culverts or other drainage structures, as necessary, to permit the free migration of water between portions of a swamp, wetland or stream which may be temporarily divided by construction. 4. The Contractor shall not spread, discharge or dump any fuel oil, gasoline, pesticide, or any other pollutant to adjacent swamps or wetlands. END OF SECTION 1 • • 3/1/2018 G003-109K\TS-02665 m. 02665- 18 Water Mains and Accessories • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-02665 Section 02700 HDPE Piping Systems Part 1 General 1.01 Scope This work shall consist of the construction of HDPE piping systems in accordance with these Specifications. Piping systems shall be constructed at locations shown on the Drawings and in conformity to the lines and grades indicated thereon, or as directed by the Engineer. The work shall include all necessary excavation and backfill together with such work and materials as may be necessary to make connections with other structures as shown on the Drawings. 1.02 Applicable Publications and Standards American Society for Testing and Materials (ASTM Publications) ASTM F 714 Standard Specification for Polyethylene Pipe ASTM F 3035 Standard Specification for Polyethylene Plastic Pipe ASTM D 3350 Standard Specification for Polyethylene Plastics Pipe and Fittings Materials • ASTM D 2321 Standard Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe ASTM D 2774 Standard Practice for Underground Installation of Thermoplastic Pressure Pipe ASTM F 2620 Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings ASTM D 3261 Standard Specification for Butt Fusion Polyethylene Plastic Fittings ASTM F 1055 Standard Specification for Electrofusion Fittings for Outside Diameter Controlled PE Pipe 1.03 Submittals Complete shop drawings and engineering data shall be submitted to the Engineer in accordance with the requirements of Section 01340 of these Specifications. 1.04 Transportation and Handling 111 A. Unloading: Furnish equipment and facilities for unloading, handling, and 3/1/2018 G003-109K\TS-02700 02700-2 HDPE Piping Systems distributing pipe, fittings, valves and accessories. Make equipment available at all • times for use in unloading. Do not drop or dump materials. Any materials dropped or dumped will be subject to rejection without additional justification. B. Handling: Handle pipe, fittings, valves and accessories carefully to prevent shock or damage. Handle pipe by rolling on skids, forklift, or front loader. Do not use material damaged in handling. 1.05 Storage and Protection A. Store all pipe which cannot be distributed along the route. Make arrangements for the use of suitable storage areas. B. Stored materials shall be kept safe from damage. The interior of all pipe, fittings and other appurtenances shall be kept free from dirt or foreign matter at all times. Valves shall be drained and stored in a manner that will protect them from damage by freezing. C. Pipe shall not be stacked higher than the limits recommended by the manufacturer. The bottom tier shall be kept off the ground on timbers, rails or concrete. D. Store joint gaskets in a cool location, out of direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used on a first-in, first-out basis. 1.06 Quality Assurance A. Product manufacturers shall provide the Engineer with written certification that all products furnished comply with all applicable provisions of these Specifications. B. If ordered by the Engineer, each pipe manufacturer shall furnish the services of a competent factory representative to supervise and/or inspect the installation of pipe. This service will be furnished for a minimum of five days during initial pipe installation. Part 2 Products 2.01 High Density Polyethylene Pipe and Fittings A. Pipe and Fittings Resin: The pipe supplied under this Section shall be high performance, very high molecular weight, high density polyethylene pipe. The fittings supplied under this Section shall be manufactured from a polyethylene compound having a cell classification equal to or exceeding the compound used in the pipe. • 3/1/2018 G003-109K\TS-02700 02700-3 HDPE Piping Systems • B. Resin physical properties shall be in accordance with the following per ASTM D335O: Typical Physical Properties Property Test Method Unit Value Density ASTM D1505 g/cm3 >0.947-0.955 Melt Index ASTM D1238 <0.15 Flexural Modulus ASTM D790 110,000 to psi <160,000 Tensile Strength at Yield ASTM D638 psi 3,500 to<4,000 Slow crack growth resistance,PENT ASTM F1473 hours 500 molded plaque,80°C,2.4 MPa Hydrostatic Strength Classification, ASTM D2837 hydrostatic design basis(23°C) psi 1,600 C,Black with 2% Color and UV Stabilizer ASTM D3350 minimum carbon black • Material Designation PPI Recommendation PE 4710 C. Standards: Polyethylene pipe and fittings shall meet all the requirements of NSF listed pipe. HDPE pipe and fittings shall meet the requirements of ASTM D 3350. D. Quality Control: The pipe shall be homogenous throughout and free of visible cracks, holes, foreign inclusions, or other deleterious defects, and shall be identifiable in color, density, melt flow and other physical properties throughout. E. The Engineer requires certification that the pipe produced is represented by the quality assurance data. Additionally, test results from the manufacturer's testing which show the pipe does not meet appropriate ASTM standards of manufacturer's representation, will be cause for rejection of the pipe represented by the testing. These tests may include density and flow rate measurements from samples taken at selected locations within the pipe wall and thermal stability determinations according to ASTM 3350, 10.1.9. F. The Engineer requires certified lab data from the manufacturer to verify the physical properties of the materials supplied under this specification and at Owner's expense may take random samples for testing by an independent laboratory. • G. Rejection: Polyethylene pipe and fittings which do not meet the requirements of this Section shall be rejected. 3/1/2018 G003-109K\TS-02700 02700-4 HDPE Piping Systems H. HDPE pipe shall be in accordance with ASTM F714 and ASTM F3035, IPS pipe • sized and be provided in accordance with the following schedule: Description DR Diameter, Minimum Pipe Length inches Water Service Line 9 2 20 Feet,Smooth Wall Leachate Gravity Sewer 17 2,4,6,8,12 20 Feet,Smooth Wall Leachate Forcemain (Carrier Piping) 11 2,4 40 Feet,Smooth Wall Leachate Forcemain-(Containment Piping) 17 8 40 Feet,Smooth Wall I. HDPE Fittings: Polyethylene fittings shall be manufactured from polyethylene compound having cell classification equal to or exceeding the compound used in the pipe. 1. All fittings 12 inches and smaller shall be molded and manufactured in accordance with ASTM D3261, unless otherwise approved by the ENGINEER. Fabricated fittings must have the same pressure rating as the pipe; a DR less than the pipe shall be used. Fabricated fittings are to be manufactured using a Data Logger to record temperature, fusion pressure, and a graphic representation of the fusion cycle shall be part of the Quality • Control records. 2. Flanges for HDPE pipe shall have stainless steel back-up rings. Flange gaskets shall be full-face Neoprene. a. All bolts and nuts shall be made in the U.S.A. Bolts and nuts shall be threaded in accordance with ANSI/ASME 81.1, Coarse Thread Series, Class 2A external and Class 2B internal fit. b. All bolts shall be stainless steel machine bolts conforming to ASTM A 193, Grade B8. Nuts shall be heavy hex, stainless steel conforming to ASTM A 194, Grade 8. J. Dual contained HDPE piping shall include carrier pipe centralizers at a minimum of 8 feet on center. Dual containment fittings shall be specifically manufactured to match the pipe sizes and thicknesses used for this project. K. Couplings: Electrofusion couplings shall conform to ASTM F1055 and be SDR 11 minimum. They shall be Central or approved equal. • 3/1/2018 G003-109K\TS-02700 02700-5 HDPE Piping Systems • 2.02 Valves A. Valve Connections: Provide valves suitable to connect to adjoining piping as specified below for pipe joints. Use pipe size valves unless noted otherwise on the Drawings. 1. Threaded: Pipe sizes 1-1/2-inches and smaller. 2. Flanged: Pipe sizes 2 inches and larger. B. Manual Valves: Provide manual valves as indicated on the Drawings in accordance with the following: 1. PVC Ball Valves: PVC Ball valves shall be constructed of Type 1, Grade 1 PVC. The valves shall be true union design and flanged (as shown on the Drawings), with two-way blocking capability. The valves shall have Teflon seats backed with viton and the seals shall be viton. The valves shall be rated up to 150 psi at 120 degrees F and shall have flanged end connections conforming to ANSI B16.1, Class 125 and have stainless steel (SSTL) hardware. The valves shall be manufactured by Asahi/America, Inc. or Hayward. • 2. PVC Gate Valves: PVC gate valves shall be constructed of Type 1, Grade 1 PVC. The valve shall have a non-rising stem, come standard with sealed position indicator, clean-out plug (PP gate style only). The valves shall be rated up to 150 psi at 120 degrees F and shall have flanged end connections conforming to ANSI B16.1, Class 125 and have stainless steel (SSTL) hardware. Valves shall be equal to ASAHI/America, Inc or Hayward. 3. PVC Check Valves: All check valves shall be PVC swing check valves. PVC body shall be per ASTM D1784 and seals shall be Viton and have stainless steel (SSTL) hardware. Valve shall be flat faced flanged end type conforming to ANSI B16.5 bolt pattern for 150 lb flanges. Valves shall be manufactured byAsahi/America, Inc. or Hayward. 2.03 Precast Concrete Products A. Precast Concrete Sections 1. Precast concrete sections shall meet the requirements of ASTM C 478. The minimum compressive strength of the concrete in precast sections shall be 4,000 psi. 2. The minimum wall thickness shall be one-twelfth of the inside diameter of • the base, riser or the largest cone diameter. Additionally, the wall thickness shall be sufficient for the proper installation of the rubber boots 3/1/2018 G003-109K\1S-02700 02700-6 HDPE Piping Systems 3. Seal joints between precast sections by means of rubber 0-ring gaskets or III flexible butyl rubber sealant. Butyl rubber sealants shall meet the requirements of AASHTO M-198. Sealant shall be pre-formed type with a minimum nominal diameter of 1-inch. Butyl rubber sealant shall be equal to Kent Seal No. 2 or Concrete Sealants CS202. 4. Precast sections shall be manufactured such that the spigot end is at the top of each section. B. Rubber Boots: Provide preformed rubber boots and fasteners equal to those manufactured by Kor-N-Seal or Press Seal Gasket Corporation. C. Floor Doors 1. Doors shall be single or double leaf as shown on the Drawings built to withstand 300 pounds per square inch. 2. Frame: The frame shall be s/a -inch extruded aluminum with built-in neoprene cushion and with strap anchors bolted to the exterior. Door leaf shall be 1/4 -inch aluminum diamond plate reinforced with aluminum stiffeners as required. Stainless steel hinges shall be bolted to the underside and pivot on torsion bars that counterbalance the door for easy • operation. The door shall be open to 90 degrees and lock automatically in that position. A vinyl grip handle shall be provided to release the cover for closing. Doors shall be equipped with a snap lock and removable handle. Doors shall be equipped with a channel frame and drain coupling. Door shall also be equipped with a hasp and padlock in addition to a built-in locking mechanisms. Padlocks for all doors shall be keyed alike. Bituminous coating shall be applied to the exterior of the frame by the manufacturer. All parts shall be aluminum or stainless steel. 3. Safety Grate: All floor doors shall be equipped with integral aluminum safety grate. The safety grate shall be rater to withstand a minimum of 300 pounds per square foot and be provided with all stainless steel hardware. Safety Grates shall be as manufactured by Halliday or approved equal. D. Wetwell and Valve Vault Liner and Coating: The wetwell and valve vault shall be provided with an internal protective HDPE liner. Liner shall be installed in accordance with the manufacturers written recommendations. The wetwell and valve vault shall be provided with an external protective coating. External coating shall be a minimum of 5 mil thick bituminous coating. E. HDPE Liner Thickness: All HDPE lining material shall have a minimum thickness of 60 mils. • 3/1/2018 G003-109K\TS-02700 02700-7 HDPE Piping Systems • F. Structure Coating: All structures not receiving an HDPE other lining material shall be coated inside and outside with a minimum of 5 mil thick bituminous coating. 2.05 HDPE Manholes and Structures HDPE manufactured manholes and structures shall be per Specification Section 02748. 2.06 Concrete Cast in place concrete shall have a minimum compressive strength of 3000 psi and conform to Section 03300 of these specifications. 2.07 Pipe Supports Pipe supports shall be adjustable steel type with saddle support and yoke. Supports shall include threaded base stand with schedule 40 pipe and matching pipe saddle support. Finish shall be stainless steel. Supports shall be Cooper B- Line, Standon Model S92, or approved equal. 2.08 Gauges • Pressure Gauges: Pressure gages shall have stainless steel bourdon tube elements. Lens shall be heavy glass, with oil-resistant gasket seal. The dial shall be a minimum of 4.5-inches in diameter, with white coated metal lithographed with black metal graduations and numerals. The mounting shall be in accordance with manufacturers recommendations. Connection shall be 1/4-inch NPT with square wrench surface. Provide cartridge snubber and polished brass gauge cock. Range shall be 0 to 175 feet.Accuracy shall be + 0.5 percent. 2.09 Pipe Insulation A. Pipe insulation shall be foamed in-place closed cell polyurethane with a metal jacket. B. Insulation shall be 90-95% closed cell per ASTM D 2856 and weigh a minimum 2 pounds per cubic foot (ASTM D 1622) with a minimum compressive strength of 25 psi (ASTM D 1621). Insulation shall comply with ASTM C 591, Grade 2, Type IV. C. The exterior casing shall be aluminum roll jacketing. Jacketing shall be minimum 0.016" thick with 3 mil thick heat laminated moisture retardant. Jacketing shall have stucco embossed finish. • 3/1/2018 G003-109K\TS-02700 02700-8 HDPE Piping Systems 2.10 Detection Tape and Locating Wire • A. Detection tape shall be composed of a solid aluminum foil encased in a protective plastic jacket. Tapes shall be color coded in accordance with APWA color codes and legends. Colors may be solid or striped. Tape shall be permanently printed with no surface printing allowed. Tape width shall be a minimum of 2-inches when buried less than 10-inches below the surface. Tape width shall be a minimum of 3-inches when buried greater than 10-inches and less than 20-inches. Detection tape shall be equal to Lineguard Type III Detectable or Allen Systems Detectatape. B. Tracer wire shall be #12 gauge insulated single strand copper wire. 2.11 Wall Sleeves and Wall Pipes A. Where piping passes through concrete structures, furnish and install wall sleeves unless wall pipes or other provisions are specifically shown on the Drawings. Wall sleeves shall be accurately located and securely fastened into position before concrete is poured. B. Wall Sleeves 1. For pipe sizes smaller than 3 inches, wall sleeves shall be steel oversize sleeves furnished with a full circle, integral, or continuously welded waterstop 41) collar. The sleeve seal shall be the mechanically expanded, synthetic rubber type. Provide all associated bolts, seals and seal fittings, pressure clamps, or plates necessary to achieve a watertight installation. Sleeves shall extend the full thickness of the concrete. Sleeves and seal shall be Link Seal or approved equal. 2. For larger pipe sizes, wall sleeves shall be ductile iron mechanical joint wall sleeves. Unless specified or shown otherwise for a specific situation, wall sleeves shall be mechanical joint bell plain end type with waterstop/thrust collar. The collar shall be capable of withstanding a thrust force caused by a 250 psi dead end load from either direction on that size pipe. Sleeves shall be constructed with studs and mechanical joint retainer gland on the air side of the concrete structure. Provide retainer gland where shown on the Drawings. Where the concrete structure is exposed to dirt on one side and is wet on the other side, construct with studs and glands on the dirt side. Wall sleeves shall be ACIPCO A 10771 or approved equal. C. Wall Pipes 1. Wall pipes shall be either ductile iron with integral waterstop/thrust collar or centrifugally cast ductile iron with a continuously welded waterstop/thrust collar. The welded on collar shall be attached to the pipe by the • manufacturer. The collar shall be capable of withstanding a thrust force 3/1/2018 G003-109K\TS-02700 02700-9 HDPE Piping Systems • caused by a 250 psi dead end load from either direction on that size pipe. Wall pipes shall be furnished uncoated on the outside and cement lined on the inside. Unless specified or shown otherwise, wall pipes shall be flange end type. 2. Wall pipes shall be cast and/or fabricated and lined in one manufacturer's facilities and delivered to the job site ready for use. 2.12 Miscellaneous Equipment A. Autosampler shall be rated for outdoor use with built-in cooling/heating and be capable of composite or sequential sampling. The autosampler shall be equipped with an insulated housing, integral sampling pump and integral sample storage containers for collection and off-site analysis. Autosampler shall be Teledyne ISCO model 5800 Refrigerated Sampler or approved equal. B. Level Indicators/controllers shall be ultrasonic with interface module mounted in a NEMA 4X enclosure panel that is capable of communicating data to the SCADA system and Program Logic Controller. Level indicator shall be HydroRanger 200 as manufactured by Siemens or approved equal. C. Discharge Flow Meter shall be designed for open channel flow monitoring. The • flowmeter shall be equipped with an interface module mounted in a NEMA 4X enclosure panel that is capable of communicating data to the SCADA system. Discharge Flow Meter shall be Signature Flow Meter with Ultrasonic Level Sensor as manufactured by Teldyne ISCO. D. Floats shall be non-mercury mechanical tilt level switches rated for use in leachate applications. The floats may be internally or externally weighted. All floats shall be provided with weights. Floats shall be SJE Megamaster Control Switch as manufactured by SJE Rhombus, Gems Sensor Series M as manufactured by Gems Sensors, or approved equal. Part 3 Execution 3.01 Existing Utilities and Obstructions A. The Drawings indicate utilities or obstructions that are known to exist according to the best information available to the Owner. The Contractor shall call the Utilities Protection Center (UPC) (800-282-7411) as required by Georgia law (GA Code Section 25-9-1 through 25-9-13) and all utilities, agencies or departments that own and/or operate utilities in the vicinity of the construction work site, at least 72 hours (three business days) prior to construction, to verify the location of the • existing utilities. 3/1/2018 G003-109K\TS-02700 02700- 10 HDPE Piping Systems B. Existing Utility Location: The following steps shall be exercised to avoid interruption of existing utility service. 1. Provide the required notice to the utility owners and allow them to locate their facilities according to Georgia law. Field utility locations are valid for only ten days after original notice. The Contractor shall ensure that, at the time of any excavation, a valid utility location exists at the point of excavation. 2. Expose the facility to verify its true location and grade for a distance of at least 10 feet in advance of construction to verify its true location and grade. Repair, or have repaired, any damage to utilities resulting from locating or exposing their true location at no additional cost to the Owner. 3. Avoid utility damage and interruption by protecting it with means or methods recommended by the utility owner. 4. Maintain a log identifying when phone calls were made, who was called, area for which utility relocation was requested and work order number issued, if any. The Contractor shall provide the Engineer an updated copy of the log bi-weekly, or more frequently if required. C. Conflict with Existing Utilities • 1. Horizontal Conflict: Horizontal conflict shall be defined as when the actual horizontal separation between a utility, main, or service and the proposed sewer does not permit safe installation of the sewer by the use of sheeting, shoring, tieing-back, supporting, or temporarily suspending service of the parallel or crossing facility. The Contractor may change the proposed alignment of the sewer to avoid horizontal conflicts if the new alignment remains within the available right-of-way or easement and complies with regulatory agency requirements after a written request to and subsequent approval by the Engineer. Where such relocation of the sewer is not approved by the Engineer, the Contractor shall arrange to have the conflicting utility, main, or service relocated. 2. Vertical Conflict: Vertical conflict shall be defined as when the actual vertical separation between a utility, main, or service and the proposed sewer does not permit the crossing without immediate or potential future damage to the utility, main, service, or the sewer. The Contractor may change the proposed grade of the sewer to avoid vertical conflicts if the changed grade provides minimum required capacity, maintains adequate cover and complies with regulatory agencies requirements, after written request to and subsequent approval by the Engineer. Where such relocation of the sewer is not approved by the Engineer,the Contractor shall • arrange to have the conflicting utility, main, or service relocated. 3/1/2018 G003-109K\TS-02700 02700- 11 HDPE Piping Systems • D. Electronic Locator: Have available at all times an electronici e locator p and a magnetic locator, in good working order, to aid in locating existing pipe lines or other obstructions. E. Water and Sewer Separation 1. Sewers should maintain a minimum 10 foot edge-to-edge separation from water mains. Where the sewer crosses a water main, a 24-inch vertical separation shall be maintained where possible. Where possible, a full joint of sewer pipe shall be centered over the water main. Any deviation shall be requested in writing to the Engineer. 2. No water main shall be permitted to pass through or come in contact with any part of a manhole. 3.02 Construction along Roadways A. Install pipe lines and appurtenances along roadways in accordance with the requirements of the Deans Bridge Road MSWLF and applicable requirements of MUTCD with reference to facility access, construction operations, safety, traffic control, road maintenance and repair. • B. Traffic Control 1. The Contractor shall: provide, erect and maintain all necessary barricades; suitable and sufficient lights and other traffic control devices; provide qualified flagmen where necessary to direct traffic; take all necessary precautions for the protection of the work and the safety of the public and landfill personnel. 2. Construction traffic control devices and their installation shall be in accordance with the current Manual On Uniform Traffic Control Devices for Streets and Highways. 3. Construction traffic control devices shall be maintained in good repair, and shall be clean and visible to affected traffic for daytime and nighttime operation. Traffic control devices affected by the construction work zone shall be inspected daily. C. Excavated Materials: Do not place excavated material along roadways in a manner which obstructs traffic. Sweep all scattered excavated material off the pavement in a timely manner. 111 3/1/2018 G003-109K\TS-02700 02700- 12 HDPE Piping Systems D. Drainage Structures: Keep all side ditches, culverts, cross drains, and other io drainage structures clear of excavated material. Care shall be taken to provide positive drainage to avoid ponding or concentration of runoff. E. Maintaining Roadways and Access Points 1. Maintain streets, highways, roadways and driveways in suitable condition for movement of traffic until completion and final acceptance of the work. 2. During the time period between pavement removal and completing permanent pavement replacement, maintain roadways by the use of steel running plates. The edges of running plates shall have asphalt placed around their periphery to minimize vehicular impact. The backfill above the pipe shall be compacted, as specified elsewhere up to the existing pavement surface to provide support for the steel running plates. 3.03 General Pipe Installation A. All pipe, fittings and valves shall be installed in accordance with the manufacturer's recommendations and the requirements of these Specifications. B. Perforations shall be constructed by the manufacturer as detailed in the Drawings and no field perforating will be allowed. Perforated leachate pipe shall be laid in the trench as detailed on the Drawings. The Engineer shall be allowed to review the perforated leachate pipe prior to backfill and prior to acceptance for payment. C. The pipe interior shall be kept clean before and after laying. Pipe shall be kept clean before installation by proper storage and handling. Any open pipe ends shall be plugged and covered. Shavings shall be removed from pipe as much as possible while joining sections. D. Force mains shall be laid on a positive grade to minimize the number of air release manholes. The minimum cover on the force main shall be three feet. 3.04 Location and Grade A. The Drawings show the alignment of the piping and the location of other appurtenances. B. Construction Staking 1. The location of principal components of the work is shown on the Drawings. The Contractor shall be responsible for performing all survey work required for construction, including the establishment of base lines and any detailed surveys and bench marks adjacent to the work. Base lines shall be defined • as the line to which the location of the work is referenced, i.e. edge of 3/1/2018 G003-109K\TS-02700 02700-13 HDPE Piping Systems • pavement, road centerline, property line, right-of-way or survey line. This work shall include the staking out of permanent and temporary easements to insure that the Contractor is not deviating from the designated easements. 2. The level of detail of survey required shall be that which the correct location of the site piping can be established for construction. C. Reference Points: The Contractor shall take all precautions necessary, which includes, but is not necessarily limited to, installing reference points, in order to protect and preserve the centerline or baseline established by the Owner. D. The Contractor shall be responsible for any damage done to reference points, base lines, center lines and temporary bench marks, and shall be responsible for the cost of re-establishment of reference points, base lines, center lines and temporary bench marks as a result of the operations. 3.05 Laying and Pipe Installation A. General 1. Proper implements, tools and facilities shall be provided for the safe • performance of the work. All pipe and fittings shall be lowered carefully into the trench by means of slings, ropes or other suitable tools or equipment in such a manner as to prevent damage to piping materials and protective coatings and linings. Under no circumstances shall piping materials be dropped or dumped into the trench. 2. All pipe, fittings, and other appurtenances shall be examined carefully for damage and other defects immediately before installation. Defective materials shall be marked and held for inspection by the Engineer, who may prescribe corrective repairs or reject the materials. 3. All lumps, blisters and excess coating shall be removed from the socket and plain ends of each pipe, and the outside of the plain end and the inside of the bell shall be wiped clean and dry and free from dirt, sand, grit or any foreign materials before the pipe is laid. No pipe containing dirt shall be laid. 4. Foreign material shall be prevented from entering the pipe while it is being placed in the trench. No debris, tools, clothing or other materials shall be placed in the pipe at any time. 5. As each length of pipe is placed in the trench, the joint shall be assembled • and the pipe brought to correct line and grade. The pipe shall be secured in place with approved backfill material. 3/1/2018 G003-109K\TS-02700 02700- 14 HDPE Piping Systems 6. Applying pressure to the top of the pipe, such as with a backhoe bucket, to lower the pipe to the proper elevation or grade, shall not be permitted. 7. After the pipe has been laid and approved, the backfilling shall be carefully done so that the pipe will not become displaced. The backfilling around the pipe shall be with the gravel specified. Unless otherwise designated on the Drawings or by special provision, the backfilling shall be 6-inches on each side of the pipe and 6-inches over the pipe. 8. Lateral and other connections shall be made where indicated on the Drawings or as directed by the Engineer. 9. Expediting of Work: Excavate, lay the pipe, and backfill as closely together as possible. Do not leave unjointed pipe in the trench overnight. Backfill and compact the trench as soon as possible after laying and jointing is completed. Cover the exposed end of the installed pipe each day at the close of work and at all other times when work is not in progress. If necessary to backfill over the end of an uncompleted pipe or accessory, close the end with a suitable plug, either push-on, mechanical joint, restrained joint or as approved by the Engineer. 10. Joint Assembly: Push-on, mechanical and flange joints shall be assembled • in accordance with the manufacturer's recommendations. 11. Cutting Pipe: Cut pipe using a suitable saw; remove all burrs and smooth the end before jointing. The Contractor shall cut the pipe and bevel the end, as necessary, to provide the correct length of pipe necessary for installing the fittings, accessories and closure pieces in the correct location. B. Alignment and Gradient 1. Lay pipe straight in alignment and gradient or follow true curves as nearly as practicable. Do not deflect any joint more than the maximum deflection recommended by the manufacturer. 2. Maintain a transit, level and accessories on the job to lay out angles and ensure that deflection allowances are not exceeded. 3. The Contractor shall check the invert elevation for gravity sewers at each manhole at least three times daily, start, mid-day and end of day. Elevations shall be checked more frequently if more than 100 feet of pipe is installed in a day or if the pipe is being constructed at minimum slope. 4. The Contractor shall check the horizontal alignment of the sewers at the same schedule as for invert elevations. 3/1/2018 G003-109K\TS-02700 02700- 15 HDPE Piping Systems • 3.06 Manhole and Precast Concrete Product Construction A. Construct manholes as shown on the Drawings. B. Precast Concrete: Handle sections carefully to prevent cracking or chipping. Provide uniform bedding of the bottom section to prevent uneven loading. Install gaskets and joint sealants in accordance with manufacturer's recommendations to produce a watertight structure. C. Pipe Connections: All pipes shall be connected to precast concrete manholes by a rubber boot provided in a cored or precast hole of the proper diameter. All boot connections shall be grouted in from the outside of the structure prior to backfilling. D. Top Elevations: Build manholes outside of paved areas to 18-inches above finished grade unless otherwise shown on the Drawings or directed by the Engineer. Build manholes in paved areas to existing grades. E. Frames and Covers: Unless frame and cover is at grade, the frame shall be cast into the cone section. F. Invert Elevations: The invert elevations shown on the Drawings shall be for the • invert at the centerline of the precast concrete manhole. Prior to setting the laser or other vertical alignment control system for the sewer upstream of the manhole, the Contractor shall verify the elevation of the sewer installed at the manhole. Should the elevation differ from that shown on the Drawings, the Contractor shall take the following corrective action: 1. If the sewer is laid at negative grade, the Contractor shall remove and reinstall the sewer at the correct grade at no additional cost to the Owner. 2. If the sewer is laid at a grade less than that shown on the Drawings, thus reducing the sewer's capacity, the Owner may require the sewer to be removed and relaid at the correct grade at no additional cost to the Owner. As a minimum, the grade to the next upstream manhole shall be adjusted such that the next upstream manhole shall be set at the correct elevation. 3. If the sewer is laid at a grade greater than that shown on the Drawings, and if the Contractor can show that there are no conflicts with upstream existing utilities or obstructions, the Contractor shall adjust the grade of the next upstream manhole such that the next upstream manhole shall be set at the correct elevation. If such an adjustment, in the Engineer's opinion, is substantial, the grade adjustment shall be spread over multiple sections of the sewer. If such an adjustment, in the Owner's opinion, significantly • reduces the sewer's capacity, the Owner may require the Contractor to remove and relay that portion of the sewer laid at the improper grade. 3/1/2018 G003-109K\TS-02700 02700- 16 HDPE Piping Systems G. Manholes shall be constructed such that their walls are plumb. • H. Top Elevations: Build precast concrete structures above finished grade as required to daylight drains provided for floor doors. I. Seal all manhole joints and lift holes, both inside and out, with grout. Between precast sections,this is in addition to joint sealant. J. Fabricated products shall be installed in accordance with the fabricator's/ manufacturer's recommendations and as shown on the Drawings. 3.07 Thrust Restraint A. Provide restraint at all points where hydraulic thrust may develop. B. Retainer Glands: Provide retainer glands where shown on the Drawings and at all associated fittings, valves and related piping. Retainer glands shall be installed in accordance with the manufacturer's recommendations, particularly, the required torque of the set screws. The Contractor shall furnish a torque wrench to verify the torque on all set screws which do not have inherent torque indicators. C. Concrete Blocking11, 1. Provide concrete blocking for all bends, tees, valves, and other points where thrust may develop, except where other exclusive means of thrust restraint are specifically shown on the Drawings. 2. Concrete shall be 3000 psi as specified in Section 03300 of these Specifications. 3. Form and pour concrete blocking at fittings as shown on the Drawings and as directed by the Engineer. Pour blocking against undisturbed earth. Increase dimensions when required by over excavation. 3.08 HDPE Pipe Joining A. Sections of polyethylene pipe and fittings shall be joined into continuous lengths on the job site above ground. The joining method shall be the butt fusion method and shall be performed by qualified persons and in strict accordance with the pipe manufacturer's recommendations and ASTM F 2620. The butt fusion equipment used in the joining procedures shall be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements, alignment and fusion pressures. No butt fusing shall be allowed when ambient temperature is below 32° F without prior approval by the Engineer. • 3/1/2018 G003-109K\TS-02700 02700-17 HDPE Piping Systems • B. Electrofusion couplings shall be used only where approved by the engineer and shall be located on the final record drawings. C. HDPE flanges shall be provided where HDPE pipe joins PVC pipe or fittings. 3.09 Handling of Fused Pipe Fused segments of polyethylene pipe shall be handled so as to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers must be avoided. Nylon slings are required. Spreader bars are recommended when lifting long fused sections. Care shall be exercised to avoid cutting or gouging the pipe. 3.10 Detection Tape and Tracer Wire A. Detection tape and tracer wire shall be provided over all non-metallic piping except the leachate collection piping and rock toe drain. B. Detection tape shall be installed along the centerline of the pipe at a depth of 12 to 24 inches. C. Tracing wire shall be installed on all buried non-metallic piping and service laterals from the main to the meter or junction, and provide continuous 41110 conductivity. Area markers shall be at least every 500' with tracer wire attached, unless a structure, fire hydrant and/or air release valve are available. On structures, the tracing wire lead shall be 5' minimum length and securely attached to the inside of the lid. On laterals, the tracing wire shall terminate inside the meter box or junction box if available. Where laterals connect to mains and no junction box or meter box is available, the wire shall be joined securely together with a waterproof direct bury connector or splice. Connectors and/or splices shall be approved by the Engineer. The connectors or splices shall be wrapped with rubberized insulation tape that shall completely cover all areas of the connector or splice. The wire shall maintain electrical continuity through all connectors and splices. Tracing wire will be installed on all non-buried metallic piping and service laterals directly on top of the pipe. Tracing wire shall be securely fastened a minimum of 6-inches above ground to fire hydrants, above/below ground valves, and valve covers. The wire shall be secured to the pipe with tape or other acceptable methods at spacings of no more than 36" apart. This tracing wire system shall be checked and tested by the contractor, in the presence of the Engineer, prior to acceptance of the installation. All equipment, meters, detectors, etc., needed for testing the tracer wire shall be furnished by the Contractor. 3.11 Trenching and Backfill • A. Pipe shall be laid as detailed in the construction drawings and in accordance with Section 02225. 3/1/2018 G003-109K\TS-02700 02700- 18 HDPE Piping Systems 3.12 Constructing Within Structures • A. Proper and suitable tools and appliances for safe and convenient handling and laying of pipe and fittings shall be used. Any damage shall be remedied as directed by the Engineer. B. All pipe and fittings shall be carefully examined by the Contractor for defects just before installing and no pipe or fitting shall be installed if it is defective. If any defective pipe or fitting is discovered after having been installed, it shall be removed and replaced in a satisfactory manner with a sound pipe or fitting by the Contractor at Contractor's own expense. C. All pipes and fittings shall be thoroughly cleaned before they are installed and shall be kept dean until they are used in the completed work. Open ends of pipe shall be kept plugged with a bulkhead during construction. D. All elbows, tees, brackets, crosses, and reducers in pressure piping systems shall be adequately restrained against thrust. E. Wall pipe and wall sleeves shall be constructed when the wall or slab is constructed. Blocking out or breaking of the wall for later installation shall not be permitted. • F. All piping shall be installed in place without springing or forcing. G. Piping shall be supported as shown on the Drawings. p g 3.13 Valve Installation A. All valves and appurtenances shall be installed in the locations shown on the Drawings, true to alignment and properly supported. Any damage to the above items shall be repaired to the satisfaction of the Engineer before they are installed. B. Prior to the installation of sleeve type couplings, the pipe ends shall be cleaned thoroughly for a distance of 8-inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6-inches from the end, and the middle ring shall be placed on the already laid pipe end until it is properly centered over the joint. The other pipe end shall be inserted into the middle ring and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. After the bolts have been inserted and all nuts have been made-up finger-tight, diametrically opposite nuts shall be progressively and uniformly tightened all around the joint, preferably by use of a torque wrench of the appropriate size and torque for the bolts. • 3/1/2018 G003-109K\TS-02700 02700-19 HDPE Piping Systems • 3.14 Inspection and Testing All piping and manholes shall be tested in accordance with Section 02601. 3.15 Cleaning A. All excess or unsuitable material shall be disposed of as directed by the Engineer. Final cleaning up shall be performed in accordance with the requirements of Section 01710 of these Specifications. B. The Contractor shall clean by water flushing all HDPE pipe beginning at cleanouts. Lines shall be flushed until completely free of debris. The Contractor shall clean by flushing with water all HDPE structures. Structures shall be flushed until completely free of debris. The Contractor shall recover and remove all debris from system and dispose of in an environmentally safe manner. C. The pipe cleaning shall be done as soon as possible after installation and prior to connection to existing piped systems. The Contractor is responsible for providing clean water for flushing as well as for the proper disposal of the waste water. D. Final clean-up shall meet the approval of the Engineer and the Owner. • END OF SECTION • 3/1/2018 G003-109K\TS-02700 02700-20 HDPE Piping Systems . THIS PAGE INTENTIONALLY LEFT BLANK. . 0 3/1/2018 G003-109K\TS-02700 Section 02748 HDPE Fabrication • Part 1 General 1.01 Scope This Section covers the materials and fabrication of HDPE structures used for stormwater, wastewater, and manholes. Manholes, wet wells and valve pits shall be fabricated from HDPE material. 1.02 Quality Assurance A. The products shall contain no recycled compound except that which is generated in the manufacturer's own plant from the same raw material. The products shall be homogenous throughout and free of visible cracks, holes, foreign inclusions or other deleterious defects, and shall be identifiable in color, density, and other physical properties throughout. The manufacturer shall provide certification that the products produced are represented by the quality assurance data. B. Products shall be constructed by a fabricator or manufacturer with at least five years experience in the construction of products similar to those being provided. • 1.03 Submittal Requirements A. Submittals on fabricated products shall be clearly marked as to what is being provided. The Contractor shall submit fabricator's shop drawings with the following information on each product provided: 1. Indicate compliance with applicable ASTM Standard. 2. Unit weight of material. 3. Physical dimensions including material thickness. 4. Method of joining. 5. Recommended bedding and installation details. 6. Anti-flotation anchor requirements. The information above is the minimum required. The fabricator shall submit additional information necessary to define unique characteristics of the products provided. • B. Manufacturer's certificate of compliance. The Engineer requires certified lab data from the manufacturer to verify the physical properties of the materials supplied 3/1/2018 G003-109K\TS-02748 02748-2 HDPE Fabrication under this specification and Engineer, at his own expense, may take random • samples for testing by an independent laboratory. neral C. Pipe work in structures shall be detailedyf't the equipment to be provided.the Contractor to conform to the eShop arrangement shown on the plans and to drawings of pipe layout and equipment shall be submitted to the Engineer and approved prior to installation. t shop gs on D. HDPE Manholes and Structures: The manufacturr shall The shop deaw ngs shall 'be stampednby an all HDPE manholes and structures. engineer registered in the State of Georgia. Part 2 Products 2.01 HDPE Manholes and Structures A. The structures shall be made of high igh molecular n02700 of theselght Specificatioynsne pipe material meeting the requirements of Sectio B. Material shall be joined by the extrusion weld method or the butt fusion method in strict accordance with the manufacturer's recommendations. The equipment used in the joining procedures shall be capable of meeting all conditions of the pipe or • plate material manufacturer. C. Products shall have HDPE pipe penetrations and stub-outs for flange or butt fusion connections as shown on the Drawings. Stub-outs and penetrations other than those made from standard tees or other fittings shall be extrusion welded to the wall of the structure along with gusset platesoutside shall the be detail stalDledwlbgs thel All stub-outs and penetrations inside a manufacturer or fabricator. D. Structures shall be designed by the manufacturer for all loading conditions resulting from dead and live loads as well as loading conditions resulting from transportation, installation, or flotation. E. The manhole and base shall be of sufficient thickness to withstand the installed height in compacted soil. Part 3 Execution 3.01 Installation Fabricated products shall be installed in aaccordance with the manufacturer's n recommendations and as shown on the g • 3/1/2018 G003-109K\T8-02748 02748-3 HDPE Fabrication 3.02 Inspection and Acceptance A. All work shall be subject to inspection and approval prior to final acceptance. Final acceptance shall be contingent upon the following: 1. The Owner accepts HDPE structures when the installation is finished, all testing results are satisfactory, installation documentation and site inspection is completed, and structures have been flushed. Structures shall be tested in accordance with Section 02601. 2. The Contractor shall clean by flushing with water all HDPE structures. Structures shall be flushed until completely free of debris. The Contractor shall recover and remove all debris from system and dispose of in an environmentally safe manner. 3. Final clean-up shall meet the approval of the Engineer and the Owner. END OF SECTION • • 3/1/2018 G003-109K\TS-02748 02748-4 HDPE Fabrication • THIS PAGE INTENTIONALLY LEFT BLANK. • • 3/1/2018 G003-109K\TS-02748 Section 03300 Concrete Work • Part 1 General The work under this section covers supplying and installing all cast-in-place concrete including forms, permanent metal forms, vapor barriers, reinforcement, finishing, curing, grout, waterstops, joints, joint sealants, anchor bolts, and concrete stud anchors. 1.01 Quality Assurance A. Materials and work shall conform to the requirements of standards, codes, and recommended practices outlined in this section. In conflicts between industry standard or required standards and this specification or this specification and the local building code, the more stringent requirement shall govern. B. Materials and work procedures are subject to inspection and tests at the source and in the field by the Engineer and/or the owner. Such inspection and tests will not relieve the Contractor of the primary responsibility for providing material and work procedures in compliance with specified requirements. The Contractor shall not promptly remove and replace material or components which do not comply. • C. Certified laboratory test reports or certificates of compliance are required for materials as specified herein. The testing shall have been performed within one year of submittal of test reports for approval and by an independent laboratory. Test reports on a previously tested material shall be accompanied by notarized certificates from the manufacturer certifying that the previously tested material is of the same type, quality, manufacture, and make as that proposed for use in this project. D. The concrete producer's plant equipment and facilities shall be certified by the National Ready-Mix Concrete Association. Truck mixers and agitators used for concrete delivery shall comply with TMMB Truck Mixer and Agitator Standards. Certificates of compliance are required. E. The Contractor shall have available in the field office a copy of the ACI Field Reference Manual SP-15. 1.02 Applicable Publications A. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text. All publications shall be as shown below. • 3/1/2018 G003-109K\TS-03300 03300-2 Concrete Work B. American Society for Testing and Materials (ASTM) • A36/A36M Structural Steel A108 Steel Bars, Carbon, Cold Finished, Standard Quality A185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement A307 Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength A446 Steel Sheet, Zinc-coated (Galvanized) by the Hot-Dip Process, Structural (Physical) Quality A525 Steel Sheet, Zinc-coated (Galvanized) by the Hot-Dip Process, General Requirements A615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement C31 Making and Curing Concrete Test Specimens in the Field C33 Concrete Aggregates C39 Compressive Strength of Cylindrical Concrete Specimens • C94 Ready-mixed Concrete C 143 Slump of Hydraulic Cement Concrete C150 Portland Cement C171 Sheet Materials for Curing Concrete C172 Sampling Freshly Mixed Concrete C231 Air Content of Freshly Mixed Concrete by the Pressure Method C260 Air-entraining Admixtures for Concrete Chemical Admixtures for Concrete C494 Chemical Admixtures for Concrete C618 Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Portland Cement Concrete D1751 Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) • 3/1/2018 G003-109K\TS-03300 I 03300-3 Concrete Work • B. American Concrete Institute (ACI) 11 7 Standard Tolerances for Concrete Construction and Materials 301 Specification for Structural Concrete for Buildings 302.1R Guide for Concrete Floor and Slab Construction 304R Guide for Measuring, Mixing, Transporting, and Placing Concrete 305R Hot Weather Concreting 306.1 Cold Weather Concreting 308 Standard Practice for Curing Concrete 315 Details and Detailing of Concrete Reinforcement 318 Building Code Requirements for Reinforced Concrete 347 Recommended Practice for Concrete Formwork IIISP-15 Field Reference Manual C. National Ready-mixed Concrete Association (NRMCA) Certification of Ready- mixed Concrete Production Facilities D. Truck Ready-mixed Concrete Association (NRMCA) Truck Mixer and Agitator Standards - 1989 E. American Iron and Steel Institute (AISI) Publication - 1986 Edition with 1989 Addendum Specification for the Design of Cold-formed Steel Structural Members F. Steel Deck Institute (SDI) Publication - Design Manuals for Floor Decks and Roof Decks 1.03 Submittals A. Mix designs for all groups and classes of concrete. B. Strength and slump tests results. C. Certificates of compliance for each of the following: • 1. Cement 2. Aggregates 3/1/2018 G003-109K\TS-03300 03300-4 Concrete Work 3. Fly ash • 4. All admixtures D. Shop drawings for reinforcing steel. E. Shop drawings for permanent metal forms. F. Manufacturers' literature containing product information for admixtures, joint sealing materials, waterstops, expansion joint filler, and sealers. Part 2 Products 2.01 Forms A. Forms may be wood, plywood, or metal as approved by the Engineer, of grade or type suitable to obtain type of finish specified. B. Forms for surfaces which will be exposed to view when construction is completed shall be prefabricated plywood panel forms, job-built plywood forms, or forms that are lined with plywood or fiberboard. • C. Plywood or lined forms will not be required for surfaces which are normally submerged or not ordinarily exposed to view, such as the insides of manholes or wet wells. Other types of forms, such as steel or unlined wooden forms, may be used for surfaces which are not restricted to plywood or lined forms, and may be used as backing for form linings. Forms are required above all extended footings. D. Where earth is too unstable to serve as a form for sides of footings and foundations, the sides against the earth may be formed with 3/4 inch thick No. 2C Yellow pine structural panels with tight butt joints, securely braced to hold a straight line. E. Forms ties shall be approved by the Engineer and shall be of the snap cone or she-bolt with cone type as manufactured by a recognized manufacturer of concrete forming accessories. Cones shall leave a hole or depression in the concrete no larger than 7/8 inch in diameter. Plain snap ties or flat bar ties, unless otherwise approved by the Engineer, shall not be used. Ties shall be of a type that will accurately tie, lock, and spread the forms. Tie spacing shall be designed to withstand concrete pressures without bulging, spreading, or lifting of the forms. The tie shall be of such a design that after removal of the external tie parts no remaining metal shall be left within 11 inches of any surface unless stainless steel ties are used, in which case no metal shall be within 1 inch of any surface. Permanently embedded portions of form ties which are not provided 3/1/2018 G003-109K\TS-03300 03300-5 Concrete Work • with threaded ends shall be constructed so that the removable ends are readily broken off without damage to the concrete. 2.02 Materials for Concrete A. The following materials shall conform to the respective specifications and other requirements specified herein. B. Portland Cement: ASTM C15O, Type I or II. All cement used shall come from the same source. C. Coarse Aggregate: ASTM C33. The nominal maximum size of coarse aggregate shall not be larger than (a) 1/5 the narrowest dimension between sides of forms, (b) 1/3 the depth of slabs, (c) % the minimum clear spacing between individual reinforcing bars or wires or bundles of bars, (d) 3/8-inch for concrete used for filling masonry voids greater than 2 inches. No coarse aggregate shall be used in concrete for filling masonry voids less than 2 inches. Maximum size for coarse aggregate in slabs is 11/2 inches. D. Fine Aggregate: ASTM C33. Do not use manufactured sands. E. Mixing Water: Fresh, clean, and potable. • F. Air-entrainingAdmixture:e ASTM C26O G. Fly ash shall conform to ASTM C 618, Type F. H. Chemical Admixtures: ASTM C494. Calcium chloride or admixtures containing more than 0.1 percent chloride ions are not permitted. 2.03 Concrete Mixes A. Compressive strength and the allowable slump range (tests in accordance with ASTM C39 and C 143, respectively)shall be as follows: 28-day Compressive Item Strength Slump Slabs/Pavement 4,000 psi 2-4" Foundations 4,000 psi 2-4" Other 3,000 psi 2-4" 1. The strength of the concrete mixes proposed for use shall be established • prior to beginning concrete operations. The concrete mix may be proportioned on the basis of field experience or trial mixes as stated in ACI 3/1/2018 G003-109K\TS-03300 03300-6 Concrete Work 301 and 318. Evidence of concrete strength is to be submitted to the engineer with the proposed concrete mix design prior to any concreting operations. 2. Proportion mixes to a maximum water/cement ratio, lb./Ib., of 0.45. Water shall not be added at the site that will cause the design mix water/cement ratio to be exceeded. B. A high range water-reducing (HRWR) admixture conforming to ASTM C-494 may be used to increase slump above that specified in Paragraph 2.03A. C. Air-entrainment is required for all concrete exposed to freezing and thawing. Do not entrain air in concrete used for interior slabs. Air content shall conform with the following table: Nominal Maximum Size of Total Air Content Coarse Aggregate, Inches Percent by Volume 3/8 6 to 10 1/2 5 to 9 3/4 4 to 8 1 31/2 to 61/2 11/2 3to6 D. Materials shall be stored, batched, and mixed as specified in ASTM C94. E. Fly ash is required in all slabs for liquid containment structures, either on grade or formed. The combined weight of cement and fly ash shall contain no less than 20 percent or more than 25 percent of fly ash. The combined weight of cement and fly ash shall be used as the weight of cement in the determining of the water-cement (w/c) ratio. F. The use of fly ash is not required for the remainder of concrete, but is permitted. If used,the provisions for fly ash use as stipulated above shall apply. 2.04 Reinforcing Steel New billet steel conforming to ASTM A615, deformed Grade 60. 2.05 Welded Wire Fabric Welded Wire Fabric shall be fabricated from smooth or deformed wire and shall conform to the wire size and wire spacing required or indicated on the contract drawings. Welded wire fabric shall conform ASTM A 185. • 3/1/2018 G003-109K\TS-03300 03300-7 Concrete Work • 2.06 Preformed (Expansion) Joint Filler A. Asphalt impregnated fiberboard, ASTM D 1751, for interior work, exterior walks, steps, and stairs. B. Self-expanding corkboard,ASTM D 1752, for all other exterior work. 2.07 Curing and Sealing Compounds A. Curing compound shall be acrylic based, conforming to ASTM C 309. B. Sealing compound shall be one of the following: 1. MasterSeal HLM 5000, manufactured by Master Builders 2. Baracade Silane 100C, manufactured by Euclid Chemical Company 3. 'Dress &Seal" by L&M Construction Chemicals, Inc. 2.08 Grout, Non-Shrinking Premixed high early strength non-metallic, mixed and applied in accordance with 411 manufacturer's recommendations. Grout shall show no settlement or vertical drying shrinkage based on initial measurement made at time of placement, and produce a compressive strength of at least 4,000 psi at three days. 2.09 Waterstops Unless noted otherwise on drawings, waterstops shall be manufactured from polyvinyl chloride and shall be 3/8-inch by 6-inch, dumbbell or serrated type with a center bulb. 2.10 Control Joint Filler A. Control Joint filler shall be conform to ACI 302 recommendations. B. Control Joint filler shall be one of the following: 1. MasterSeal CR190, manufactured by Master Builders 2. Euco QwikJoint UVR, manufactured by Euclid Chemical Company 3. Sikadur 51 SL by Sika Corporation USA. • 3/1/2018 G003-109K\TS-03300 03300-8 Concrete Work 2.11 Joint Sealant 1111 A. Joint sealant shall be conform to ACI 302 recommendations. B. Joint sealant shall be one of the following: 1. MasterSeal S1, manufactured by Master Builders 2. Eucolastic 1SL, manufactured by Euclid Chemical Company 3. Sikaflex-1C SL by Sika Corporation USA. 2.12 Epoxy and Membrane Coating Existing Tank concrete containment area interior coating shall be in accordance with Section 09900 of these Specifications. Leachate Tank Farm concrete containment area interior coating shall be Masterseal 581 as manufactured by BASF or approved equal. 2.13 Anchor Bolts Anchor bolts shall be ASTM A307, A36 or AISI 316 with cut threads as shown on 411 the Drawings. 2.14 Vapor Barrier Polyethylene sheeting not less than 10 mils thick conforming to ASTM D 4397 Part 3 Execution 3.01 Formwork A. Installation of formwork shall conform to ACI 347. Design, engineering, and construction of the formwork shall be the responsibility of the Contractor. B. Forms shall be substantial and sufficiently tight to prevent leakage of mortar. Forms shall be braced or tied to maintain the desired position, shape, and alignment during and after concrete placement. Wafers, studs, internal ties, and other form supports shall be sized and spaced so that proper working stresses are not exceeded. Joints in forms shall be bolted tightly and shall bear on solid construction. Forms shall be constructed so they can be removed without hammering, wedging, or prying against the concrete. Form ties in exposed surfaces shall be uniformly spaced and aligned in horizontal and vertical rows. • The forms shall produce finished surfaces that are free from off-sets, ridges, waves, and concave or convex areas. 3/1/2018 G003-109K\TS-03300 03300-9 Concrete Work • C. All form panels shall belac p ed in a neat, symmetrical pattern with horizontal joints level and continuous. The Contractor shall place special attention on mating forms to previously placed walls so as to minimize steps or rough transitions. Form panels shall be of the largest practical size to minimize joints and to improve rigidity. D. Wherever the top of a wall will be exposed to weathering, the forms on at least one side shall not extend above the top of the wall and shall be brought to true line and grade. At other locations forms for concrete which is to be finished to a specified elevation, slope, or contour, shall be brought to a true line and grade, or a wooden guide strip shall be provided at the proper location on the forms so that the top surface can be finished with a screed or template. At horizontal construction joints in walls the forms on one side shall not extend more than 2 feet above the joints. E. Unless shown otherwise on the Drawings, all salient corners and edges of beams, columns, walls, slabs, and curbs shall be provided with a 3/4 inch by 3/4 inch chamfer formed by a wood or metal chamfer strip. F. Forms for exposed surfaces and all steel forms shall be coated with a nonstaining form release agent which shall be applied just prior to placement of • steel reinforcement. After coating, any surplus form release coating on the form surface shall be removed. Wood forms for unexposed surfaces may be thoroughly wetted with water in lieu of coating immediately before concrete placement, except in freezing weather form -release coating shall be used. G. If any forms bulge or show excessive deflection, in the opinion of the Engineer, the concrete shall be removed and the forms rebuilt and strengthened. H. Forms shall not be removed or disturbed until the concrete has attained sufficient strength to safely support all dead and live loads. Shoring beneath beams or slabs shall be left in place and reinforced as necessary to carry any construction equipment or materials placed thereon. No forms shall be removed without the approval of the Engineer. In general and under normal conditions, the Engineer will approve removal of forms after the following time has elapsed: Item Time After Placement Elevated slabs and beams 14 days Columns, walls & other concrete 7 days • J. When ambient air temperatures during the curing period fall below 45° F, form removal will take place based on job-cured test cylinder strength only. 3/1/2018 G003-109K\TS-03300 03300-10 Concrete Work K. Care shall be taken in form removal to avoid surface gouging, corner or edge 411 breakage, or other damage to the concrete. Immediately after form removal any damaged or imperfect work shall be repaired. 3.02 Reinforcement Details of concrete reinforcement, unless otherwise shown, shall be in accordance with ACI 318, ACI 315, and ACI 301. All reinforcing steel shall be supported and securely tied to prevent displacement during the placing of concrete. 3.03 Embedded Items Embedded items shall be positioned accurately and supported against displacement. 3.04 Vapor Barrier Joints in vapor barrier shall be lapped 1'-0" or shall be sealed with tape. 3.05 Inspection of Work before Placing Concrete A. Inspect the area to receive concrete for any deficiencies which would prevent • proper placing of concrete. Do not proceed with placing concrete until such deficiencies are corrected. B. Do not place in the concrete any item that is not required to be in the concrete by the Drawings and Specifications. Insert all the items shown on the Drawings or specified properly positioned and secured. Openings other than those which are facilitated by sleeves shall be properly formed and positioned. C. Remove hardened, or partially hardened, concrete on forms or reinforcement before placing concrete. D. Do not place concrete on earth until the fill or excavation has been prepared as set forth under applicable sections of the Specifications for that work. E. Give the Engineer at least 48 hours notice before any concrete is to be placed. Concrete shall not be placed until the Resident Inspector has signed a Concrete Preplacement Sign-Off Card completed by the Contractor. The Concrete Preplacement Sign-Off Card certifies that the formwork, reinforcing, and all inserts required for mechanical and electrical work, instrumentation, plumbing, process piping, metal embeds, and any other inserts or miscellaneous specialties required for the work are supported in their proper position; that the formed enclosure is • clean, and the surfaces to receive concrete are prepared as specified. A sample of the Concrete Pre-Placement Sign-Off Card is attached to this Section. 3/1/2018 G003-109K\TS-03300 03300-11 Concrete Work • 3.06 Placing, Protection, and Curing Concrete A. In normal weather, conform to ACI 304R. No concrete shall be placed during rain or if rain is forecast unless there is sufficient time to complete the placement and finishing. B. Hot Weather Concreting: Protect in accordance with ACI 305R except as modified herein. 1. Provide adequate methods of lowering temperature of concrete ingredients so that the temperature of concrete when placed does not exceed 90 degrees F. 2. Concrete shall not be placed when the air temperature is expected to exceed 100 degrees F within 12 hours after casting. 3. When the air temperature is 75 degrees F. and above, forms and reinforcing shall be thoroughly wetted with water so that the concrete will be placed against wet and cooled surfaces. All excess water shall be removed before casting the concrete. 4. Protection and Curing-Slabs(On Grade and Formed) a. Protect slabs from damage due to dry winds and high temperatures. Concrete surfaces shall not be allowed to surface dry prior to the start of curing. Should surfaces begin to dry they shall be misted with clean water until final curing can begin. b. Protect slabs from direct sun at temperatures of 85 degrees F. and above. c. Moist curing of all slabs shall start as soon as the surface of the fresh concrete is hard enough to permit curing without damage to the surface of the concrete. 5. Protection and Curing - Formed Surfaces: As soon as the concrete has set, wet the forms and keep the forms wet during the curing period. Provide for keeping the top of the walls, and other top surfaces, moist during the curing period. C. Cold-Weather Concreting: Protect in accordance with ACI 306R except as modified herein. 1. Provide adequate equipment for heating concrete materials and protecting concrete from damage during freezing or near-freezing weather. No frozen materials, or materials containing ice, shall be used. 3/1/2018 G003-109K\TS-03300 03300-12 Concrete Work 2. All concrete materials and all reinforcement, forms, fillers and ground with II which concrete is to come into contact shall be free from frost. 3. Whenever the temperature of the surrounding air is below 40 degrees F. and falling, all concrete placed in the forms shall have a temperature of between 70 and 80 degrees F., and adequate means shall be provided for maintaining a temperature of not less than 70 degrees F. for three days, or 50 degrees F. for five days, or for as much more time as is necessary to insure proper curing of the concrete. If high early strength concrete is used, the requirement for maintenance of 50 degrees F. may be reduced to three days. 4. Use only the specified non-chloride accelerator. Calcium chloride or admixtures containing more than 0.1 percent chloride ions are not permitted. 5. Housing, covering or other protection used in connection with curing shall remain in place and intact at least 24 hours after the artificial heat is discontinued. D. Conform to ACI 302.1 R, ACI 308 and as specified herein. E. Consolidation 1. During and immediately after placement, concrete shall be thoroughly • consolidated and worked into all corners and angles and around reinforcement and embedded fixtures in a manner to fill all voids, prevent honeycombing against the forms an avoid segregation of coarse aggregate This operation shall be performed by the use of spades or forks and internal vibrators. 2. Vibration shall be transmitted directly to the concrete and in no case shall it be transmitted through the forms. Vibration driving mechanisms shall revolve at not less than 7,000 rpm. The vibration shall be sufficiently intense to cause the concrete to flow and settle readily into place and to visibly affect the concrete over a radius of at least 18 inches. Vibration shall be supplemented by manual forking or spading adjacent to the forms on exposed faces in order to secure smooth, dense surfaces. Special care shall be taken to ensure consolidation around reinforcement, pipes, and other shapes built into the work. Vibrators shall not be used to transport concrete within the forms. Vibrators shall be kept in motion at all times to prevent excessive vibration in one spot. The operation shall be continuous and all concrete shall be in final position before initial set has started. 3. In addition to the vibrators in actual use while concrete is being placed, the Contractor shall have on hand at least one operable vibrator as a spare in case of equipment failure. No concrete shall be placed until all vibrating fa equipment, including spares, is at the placement site. 3/1/2018 G003-109K\TS-03300 03300-13 Concrete Work • 4. Concrete shall be thoroughly consolidated prior to top finishing. All laitance, debris, and surplus water shall be removed from concrete surfaces at topes of forms by screeding, scraping, or other effective means. Wherever the top of a wall will be exposed to weathering, the forms shall be overfilled and after the concrete has been compacted, the excess shall be screeded off. F. Approved curing methods are as follows: 1. Water curing by covering the entire surface of concrete with water. The curing water should not be more than 20 degrees F cooler than the concrete. 2. Water curing by fog spraying or sprinkling to provide a continuous film of water over the entire surface of concrete. 3. Water curing by means of covering the entire surface with absorbent materials which shall be kept moist. Absorbent materials can be burlap, cotton mats, rugs, or other approved materials. 4. Curing by means of covering the entire surface with waterproof sheet materials to reduce the loss of mixing water from the concrete. Materials • can be polyethylene sheeting, waterproof paper, or polyethylene-coated burlap. On slabs, the sheets should extend over the edges at least twice the slab thickness. During cold weather, black polyethylene sheeting should be used, and in hot weather, white polyethylene sheeting should be used. Do not use polyethylene on slab surfaces that will be exposed. 5. Curing by means of spraying or rolling a liquid membrane forming curing compound according to manufacturer's recommendations over the entire surface. A white-pigmented Class 2 compound shall be used when the concrete is exposed to the sun; otherwise, use Class 1. Curing compounds shall not be used in areas to receive adhesives for floor coverings or paint without certification of compatibility from the Contractor. G. Minimum period of curing for all methods is 7 days unless a shorter period is approved by the Engineer. 3.07 Finishes A. Vertical and overhead surface finishes shall be as follows except where noted otherwise on the drawings or finish schedule. 1. Unfinished Areas: Vertical and overhead concrete surfaces exposed in • unfinished areas, or concealed will not require additional finishing. 3/1/2018 G003-109K\TS-03300 03300-14 Concrete Work All fins, 2. Interior and Exterior Exposed Areas (to be Epoxy Coated): burrs, • p p Y and similar projections on surface shall be knocked off flush and rubbed lightly with a fine abrasive stone. 3. Interior and Exterior Exposed Areas (Finished): Finished areas unless otherwise shown shall be given a rubbed finish of uniform color, treated as follows: a. Chip away all "high" spots and fill all "low" spots (tie marks, form marks, honey combs, and air pockets) with a grout composed of the same cement/sand ratio as the original concrete. b. Rub entire surface of concrete with a fine abrasive stone to create a smooth surface, free of all form marks. Finishing is to start as soon as possible after concrete will support itself. Finishing of any section is to be complete within 4 hours of the stripping of forms on that section. B. Slab and Concrete Area Interior Finishes 1. Scratch Finish: Slab surfaces and all containment area interior walking surfaces to receive an epoxy or waterproofing coating application shall all be thoroughly raked or wire broomed after partial setting (within 2 hours after placing) to roughen surface to insure a permanent bond between • base slab and applied epoxy or waterproofing materials. Contractor shall verify epoxy or waterproofing manufacturers concrete finishing recommendations prior to finishing interior concrete surfaces. In the event of a conflict with these specifications, manufacturer's recommendations regarding concrete finishing and surface preparation shall govern. 2. Float Finish: Unless noted otherwise, surfaces to receive a float finish shall include equipment pads and surfaces intended to receive roofing or waterproofing membranes. After the concrete has been placed, struck off, and leveled, the concrete shall not be worked further until ready for floating. Floating shall begin when the water sheen has disappeared. During the first floating, the slabs shall be checked for planeness of surface. The slab shall then be refloated immediately to a uniform sandy texture. 3. Troweled Finish: Unless noted otherwise, surfaces to receive a troweled finish include exposed concrete floors within the motor control center or operations building. The surface shall first be float-finished as specified above. It shall then be power troweled, and finally, hand troweled such that the finished surface is essentially free of trowel marks and uniform in texture and appearance. • 3/1/2018 G003-109K\TS-03300 03300-15 Concrete Work • 3.08 Joints A. Control joints in floor slabs shall be sawcut 1/8" wide by a depth equal to 1/4 the slab thickness unless shown otherwise on the drawings. The slab shall be sawed as soon as the edges of the cut will not ravel. B. Construction joints shall be located by the Contractor in conformity with the predetermined joint layout. If concreting is interrupted long enough for the placed concrete to harden, a construction joint shall be used. The details of the joint shall be as shown on the drawings. C. Joints shall be filled no sooner than 90 days after concrete slabs are poured. 1. Premolded expansion joint filler shall conform to one of the following specification: ASTM D 994, ASTM D 1751, or ASTM D 1752. 2. Joint Sealant: All expansion joints shall be sealed per detail on project drawings. Other joints to be sealed will be indicated on the project drawings. Joint sealant shall meet the requirements of ASTM C 920, Type S or M, Grade P, Class 25. 3. Control Joint Filler: All saw cut control joints shall be filled per the detail on • the project drawings. Joint filler shall meet the requirements of to ACI 302 recommendations. 3.09 Tolerances A. Float and Broom Finish: Plane within 5/16-inch in 10 feet as determined by a 10-foot straightedge. B. Steel Trowel Finish: Plane within 1/4-inch in 10 feet, 5/16-inch on metal deck, as determined by a 10-foot straightedge. C. Formed Surfaces: ACI 301. D. Reinforcement (Fabricating and Placing): ACI 301. E. Other tolerance requirements: Conform to ACI 117. 3.10 Repair and Replacement A. Repair of Surface Defects: All honeycombed and other defective concrete shall be removed down to sound concrete and patched. When chipping away loose or defective material, no featheredging will be permitted. • 3/1/2018 G003-109K\TS-03300 03300-16 Concrete Work B. Tie holes shall be plugged with patching mortar unless stainless steel, • noncorrosive, or acceptably coated ties are used. C. Where a portion of an existing concrete is removed, the existing section shall be cut to a full thickness depth with a suitable saw prior to breaking out pavement. 3.11 Testing A. Tests shall be made by an independent laboratory approved by the Owner. The cost of all testing shall be paid by the Owner through a Cash Allowance. It will be the responsibility of the Contractor to notify the testing laboratory before all concrete pours. B. Samples: The testing agency shall obtain samples of fresh concrete in accordance with ASTM C172. Samples for pumped concrete shall be taken at the hose discharge point. Samples for other concrete shall be taken at the hopper of concreting equipment or transit mix truck. C. Testing Frequency. The frequency of tests on each type of concrete shall be one test per 50 cubic yards, one test per 4,000 square feet of surface area for slabs or walls, one test per 100 linear feet of sidewalk, one test per 200 linear feet of curb and gutter, one test per truck for columns and piers, or one test minimum per day. • D. Test Specimens. 1. Each test shall consist of four cylinders which are made and cured in accordance with ASTM C31 and tested in accordance with ASTM C39. One cylinder shall be tested at 7 days, two cylinders shall be tested at 28 days, and one kept as a spare. The minimum average of the 28-day cylinders shall be the specified design strength. The strength level of the concrete will be considered satisfactory so long as the average of all sets of three consecutive strength results equal or exceed the specified strength and not more than 10% of the strength test results shall have values less than the specified design strength. No individual strength test shall be less than the specified strength by more than 500 psi. 2. Should the average compressive strength of the 28-day specimens or the compressive strength of any single specimen fall more than 500 psi below the minimum strengths specified above, the Engineer shall have the right to order a change in the mix design for the remaining portion of the work. The Engineer shall also have the right to order additional curing of the affected concrete followed by cores taken in accordance with ASTM 042 and ACI 318, all at the expense of the Contractor. If the additional curing does not bring the average compressive strength of the 28-day cores taken • in the affected area to at least the minimum strength specified, the 3/1/2018 G003-109K\TS-03300 03300-17 Concrete Work • Engineer may require that the Contractor strengthen the structure by means of additional concrete and steel or he may require that the Contractor replace the affected portions. The cost of all such changes in mix designs and any modifications to or replacement of deficient concrete shall be borne by the Contractor at no additional cost to the Owner. E. Slump. Determine the slump of concrete for each test in accordance with ASTM C143. If a HPWR admixture is used then the slump shall be measured before and after the addition of the admixture. The slump shall be as specified when measured in accordance with ASTM C 143. Samples for slump determination shall be taken from the concrete during placing. Tests shall be made at the beginning of concrete placing operations and at subsequent intervals to insure that the specification requirements are met. When concrete is pumped, slump tests shall be taken from concrete at the discharge end of the pump hose. Slump tests shall also be performed whenever standard cylinders are cast. F. Air Content. Determine air content of concrete for each test only for the concrete requiring air entrainment. Air content tests shall be made in accordance with ASTM C231. G. Temperature tests shall be made at frequent intervals during hot or cold weather conditions until satisfactory temperature control is established. • Whenever standard cylinders are cast, temperature tests shall be performed. Air content tests shall be in accordance with ASTM C 231 and shall be measured whenever standard cylinders are cast. H. The testing agency shall report all test data in a concrete test report to the Engineer. The evaluation and acceptance of concrete shall be in accordance with ACI 318. 3.12 Flowable Fill The mixture of dry material per cubic yard shall be 50 pounds cement, 600 pounds fly-ash, and 2,500 pounds sand. Depending on the slump requested for the specific job, water added shall be 65 gallons (541 pounds) for a 6-inch slump, to 55 gallons (458 pounds) for a 3-inch slump. One cubic yard of 6-inch slump will contain more than 27 cubic feet due to the additional water. Unconfined compressive strength shall be 80 psi at 7 days and 150 psi at 28 days. • 3/1/2018 G003-109K\1S-03300 03300-18 Concrete Work 3.13 Loads Applied to New Concrete • A. Loads including, but not limited to, earth loads, loads exerted from bracing or shoring, wind loads, hydrostatic or hydraulic loads, equipment or vehicle loads, or loads exerted by stacked materials, shall not be permitted until the concrete has reached its specified 28-day strength. B. Concrete which has cracked due to overloading, loading before required strength has developed, or otherwise damaged shall be repaired or replaced as determined by the Engineer. 3.14 Epoxy Coating All interior concrete containment surfaces in the existing tank area shall be provided with an epoxy coating. Epoxy coating shall be applied to all interior concrete surfaces including floors, foundations, equipment pads, piers and all other horizontal and vertical concrete surfaces at or below the top elevation of the containment wall for areas within the existing tank containment area. 3.15 Membrane Coating All interior concrete containment surfaces in the tank farm area shall be provided with a waterproofing membrane coating. Membrane coating shall be applied to all interior concrete surfaces including floors, foundations, equipment pads, piers and all other horizontal and vertical concrete surfaces at or below the top elevation of the containment wall for areas within the tank containment area. END OF SECTION • 3/1/2018 G003-109K\TS-03300 Section 05501 Anchor Bolts • Part 1 General 1.01 Scope A. Adhesive anchor bolts shall be provided for mechanical equipment where indicated on the Drawings or as required by equipment manufacturer's anchor bolt setting plan. B. Expansion bolts shall be provided where indicated on the Drawings and as required to attach anchor ladders, handrails, stairs, ship's ladders and structural steel shapes to hardened concrete or masonry. C. Embedded anchor bolts shall be provided where indicated on the Drawings or in the Specifications or where recommended by equipment manufacturers. 1.02 Material Storage All material shall be stored in manner which will protect it from deterioration and damage. Part 2 Products • 2.01 Adhesive Anchor Bolts A. Adhesive anchor bolts shall consist of a stainless steel threaded rod meeting the requirements of ASTM F 593 (AISI 304). Installation shall be in conformance with the manufacturer's instructions and under the supervision of a manufacturer's field representative to ensure for maximum pullout and shear strength will be attained. B. All nuts shall be of stainless steel meeting requirements of ASTM F 594 Alloy Group I, Condition CW. C. All washers shall meet dimensional requirements of ASTM F 436. Material for washers shall be stainless steel, Type 304, 305, 384 or MX7. D. Adhesive anchor bolts shall be Epcon System Ceramic 6 Epoxy Adhesive by ITW Ramset/Red Head, HIT HY 150 Injection Adhesive by Hilti Fastening Systems, or AT-XP High-Strength Acrylic Adhesive by Simpson Strong-Tie. 2.02 Expansion Anchor Bolts A. Expansion anchor bolts shall be stainless steel, AISI Type 304 or 316 and shall be of the wedge or self-drilling type. Expansion anchors shall conform to the • applicable requirements of Federal Specifications FF-S-325. Installation methods shall be in conformance with the manufacturer's recommendations. Anchor 3/1/18 G003-109K\TS-05501 05501-2 Anchor Bolts spacing and embedment are indicated on the Drawings. • B. All nuts shall be of stainless steel meeting requirements of ASTM F 594 Alloy Group I, Condition CW. C. All washers shall meet dimensional requirements of ASTM F 436. Material for washers shall be stainless steel, Type 304, 305, 384 or MX7. D. Expansion anchors shall be "Trubolt Wedge" by ITW Ramset/Red Head, "KWIKBOLT II" by Hilti Fastening Systems, or Wedge-All" by the Simpson Strong-Tie Company. 2.03 Embedded Anchor Bolts A. Embedded anchor bolts, except those used for equipment anchoring, shall be carbon steel unless stainless steel is required on the Drawings or Specifications. Embedded anchor bolts used for anchoring equipment shall be stainless steel. B. Carbon steel anchor bolts shall meet the requirements of ASTM A 307 or ASTM A 36. Bolts shall be threaded per ANSI B1.1. C. Stainless steel anchor bolts shall meet the requirements of ASTM A 276, Type • 304. D. All nuts shall be heavy hex nuts, ANSI B18.2, semi-finished pattern. Nuts for carbon steel bolts shall meet the requirements of ASTM A 194, Grade 8. Nuts for stainless steel bolts shall meet the requirements of ASTM A 276, Type 304. E. All washers shall conform to ANSI B27.2 and shall be 18-8 stainless steel. Part 3 Execution 3.01 Adhesive Anchor Bolt Installation A. Drilled Holes: Holes for adhesive anchors shall be drilled with a rotary percussion hammer drill with a carbide tipped masonry drill bit conforming to ANSI B94.12-77. Hole diameter and depth shall be as specified by the manufacturer. B. Hole Cleaning and Preparation: After drilling, dust and fragments shall be cleared out using a water jet, circular wire brush and oil-free compressed air. The hole may be damp but all water must be blown out. C. Curing: Anchor shall be unloaded and left completely undisturbed and allowed to cure for manufacturer's recommended curing time. • 3/1/18 G003-109K\TS-05501 05501-3 Anchor Bolts • 3.02 Expansion Bolt Installation A. Drill expansion bolt holes into concrete through item being supported or locate by a template. Drill all holes by a tool designed by or approved by manufacturer of expansion anchors. B. Installation of expansion anchors shall be in compliance with manufacturer's recommendations. The distance between center of any expansion anchor and an edge or exterior corner of concrete shall be as indicated on the Drawings. 3.03 Embedded Anchor Bolt Installation Anchor bolts shall be properly located and built into connecting work. Bolts shall be preset by the use of templates or such other methods as may be required to locate the anchor bolts accurately. Anchor bolts shall be securely tied into position to prevent movement or displacement during concrete placement. All base plate anchor bolt nuts shall be turned down tight. END OF SECTION • • 3/1/18 G003-109K\TS-05501 05501-4 Anchor Bolts • THIS PAGE INTENTIONALLY LEFT BLANK • • 3/1/18 G003-109K\TS-05501 Section 05520 Handrails And Railings • Part 1 General 1.01 Section Includes A. Aluminum component handrail including all fittings, anchors, bases and accessories. B. Mounting hardware and trim. 1.02 Related Sections Section 05120 - Structural Steel and Miscellaneous Metals 1.03 References A. AM DAF-45-Aluminum Association Designation System for Aluminum Finishes B. ASTM B209-Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate C. ASTM B221-Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes D. ASTM B429-Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube 1.04 System Description A. The component aluminum handrail system shall be designed and constructed in strict compliance with the requirements of OSHA and the Standard Building Code. It shall be engineered,fabricated, and installed to withstand the structural loadings as required by applicable codes or as defined below, whichever is greater. 1. Guardrails shall be designed to withstand a uniform horizontal load of 50 pounds per foot with a simultaneous vertical load of 100 pounds per foot applied to the top rail. 2. Handrail and stair rails shall be designed to withstand a uniform horizontal load of 50 pounds per foot applied to the top rail. 3. All guardrails, handrails and stair rails shall be designed to withstand a concentrated load of 200 pounds applied in any direction, at any point on the railing system. 3/1/2018 G003-109K\TS-05520 05520-2 Handrails and Railings B. The handrail system design and installation should allow for thermal movement • resulting from the maximum changes in ambient temperature, preventing opening of joints, buckling, overstressing of connections, and other detrimental effects. Expansion joints shall be placed at 60-foot intervals and at all concrete expansion joints. 1.05 Submittals A. Submit shop drawings in accordance with Section 01340, Shop Drawings, Product Data and Samples. B. Submit product data including manufacturer's specifications and installation instructions for all components of each product type specified. C. Shop Drawings shall be prepared specifically for this project which includes the following: 1. Show complete layout; plan views, elevations, connections, details for fabrication and attachment to other elements, and other installation details. 2. Include structural calculations and anchorage if requested by the Project Engineer.The submittal should be signed and sealed by the registered • engineer responsible for the structural design of the system, certifying compliance with structural performance requirements. 1.06 Quality Assurance A. Manufacturer Qualifications: The manufacturer and craftsmen having resources to provide consistent quality in appearance and physical properties, without delay of work. B. Installer Qualifications: Approved by the manufacturer. C. Handrail shall be the product of a company regularly engaged in the manufacture of pipe railing for a minimum of 5 years. Railing shall be shop assembled in lengths not to exceed 24 feet for field erection. 1.07 Delivery, Storage, And Handling A. Handrails shall be properly packaged to prevent scratching and denting during shipment,storage and erection. Inspect materials to ensure that specified products have been received. Maintain protective wrapping until project is completed. B. Store components to avoid damage from moisture, abrasion, and other • construction activities. 3/1/2018 G003-109K\TS-05520 05520-3 Handrails and Railings • 1.08 Sequencing Review and coordinate setting drawings, shop drawings,templates, and instructions for installation of related items to be embedded in concrete and masonry. Part 2 Products 2.01 Manufacturers A. Tri Tech, Inc., Austell, GA B. Design Components, Inc., Fayetteville, GA C. Nystrom Building Products, Minneapolis, MN D. Approved equal. 2.02 Materials A. Posts and rails shall be a minimum of 1 1/2"schedule 40 aluminum pipe, alloy 6063-16 or 6105-T5,ASTM B429 or B221. Post spacing shall be a maximum of B. Bars, Rods, and Tubes: ASTM B221. Plate and Sheet:ASTM B209. C. Handrail shall be made of pipe and fittings mechanically fastened together with Series 300 stainless steel hardware. Handrail systems, which use fittings that are cast, glued, pop-riveted or sheet metal screws will not be acceptable. D. Toe-boards shall conform to OSHA standards. Toe-boards shall be a minimum of 4" high and attach to the post using clamps which allow for expansion and contraction between posts. Toe-boards shall be set 1/4"above the walking surface. E. Wedge anchors shall be AISI Type 303 stainless steel. Wedge anchors to be spaced 10d apart and have 5d edge distance for no reduction in pullout strength.A safety factor of 4 shall be used on pullout values published by the manufacturer. F. Drainage: Provide weep holes or other means to allow trapped water to drain from hollow sections exposed on exterior or to condensation or moisture from other sources. G. All aluminum surfaces in contact with concrete, grout or dissimilar metals will be • protected with a coat of bituminous paint, teflon isolators or other approved material. 3/1/2018 G003-109K\TS-05520 05520-4 Handrails and Railings 2.03 Accessories • Provide appropriate returns, corners, and mounting brackets as required to properly finish handrail system and to support it in conformance with Uniform Federal Accessibility Standards. 2.04 Fabrication A. Factory or shop-fabricate to comply with specifications, manufacturer's printed requirements, and shop drawings. Field fabrication of the railing system is not permitted. 1. Maintain post spacing and anchorage as required to comply with specified structural requirements. 2. Use connections that maintain structural capacity of joined members. B. Pre-assemble railing system, including posts, in easy to lift sections whenever possible; clearly mark units for site assembly and installation 2.05 Finishes All handrail and components shall be clear anodized per Aluminum Association • M12C22A41(215-R1). The pipe shall be plastic wrapped to protect the finish. Part 3 Execution 3.01 Installers A. Field fabrication of the railing system is not permitted. B. Set handrails plumb within 1/8" of vertical and align horizontally to within 1/8" in 12 feet. C. Install wedge anchors to proper depth to develop full pullout and shear values. Check all fasteners and bolts in base connections and splices for tightness. D. Adequate provisions for expansion and contraction shall be incorporated into the rail. E. Toe-boards shall be shipped loose and attached to the handrail in the field. Attachment to the posts will be made with clamps. 3.02 Examination A. Examine substrate and conditions where railing systems are to be installed. • 3/1/2018 G003-109K\TS-05520 05520-5 Handrails and Railings • B. Notify in writing of unsatisfactory conditions. Do not proceed with the work until unsatisfactory conditions have been corrected. 3.03 Preparation Prepare surrounding construction to receive railing system installations in accordance with manufacturer's requirements. 3.04 Installation A. Install in strict accordance with manufacturer's printed installation instructions and shop drawings. B. Install posts in concrete with pipe sleeves preset and anchored into concrete whenever possible, or by core drilling. 1. Separate aluminum, which might contact concrete, masonry, or other metals, by means of asphaltic paint or other approved method to prevent electrolytic action. 2. After posts are inserted, solidly fill the remaining space between post and side of sleeve or hole, with non-shrink nonmetallic grout to approximately 1/2 inch below exposed surface. 3. Install appropriate waterproof sealant as recommended by the manufacturer;slightly taper away from posts. C. Adjust, level, and securely install railing system components. 1. Avoid springing assembled components of system into place. 2. Align rails so that variations from level for horizontal members, and from parallel with rake of steps and ramps for sloping members, do not exceed 1/4 inch in 12 feet. D. Provide for thermal expansion and contraction by use of expansion joints/gaps in top rails, at intervals required by manufacturer; strictly adhere to manufacturer's instructions for locations of expansion joints and fastening of expansion sleeves. E. If installed configuration will not allow water drainage from hollow sections, drill weep holes at bottom locations or use other approved methods to provide drainage. • 3/1/2018 G003-109K\TS-05520 05520-6 Handrails and Railings 3.05 Reinstallation • All defective, damaged or otherwise improperly installed handrail shall be removed and replaced with an appropriate material, which complies with this section at no additional cost to the Owner. 3.06 Adjusting Verify that handrail is level and rigidly secured to substrate; make any adjustments required. 3.07 Cleaning Following installation, aluminum handrail shall be cleaned with a mild soap and clean water.Acid solutions, steel wool or harsh abrasives shall not be used. 3.08 Protection Schedules Provide adequate protection for all surfaces of completed installations to prevent damage during remainder of construction activities. END OF SECTION • • 3/1/2018 G003-109K\TS-05520 Section 09900 Painting and Finishing • Part 1 General 1.01 Scope This Section includes, but is not necessarily limited to, standards for cleaning and painting structures and equipment described in the Drawings and Specifications. Furnish all materials, equipment and labor necessary to complete the work. 1.02 Substitutions To the maximum extent possible, all coatings shall be the products of a single manufacturer. Guidelines for determination of acceptability of product substitutions are given in Section 01630 of these Specifications. Contractors intending to furnish substitute materials or equipment are cautioned to read and strictly comply with these guidelines. 1.03 Submittals A. All submittals shall be made in accordance with the requirements of Section 01340 of these Specifications. • B. The Contractor shall submit to the Engineer, for review, the following information concerning the materials the Contractor proposes to use in work covered by this Section: 1. A list of all components (paints or other materials) to be used in each painting system required herein. 2. A complete descriptive specification, including manufacturer's data sheet, of each component. 3. Prior to completing the purchase and delivery of the coating material selected by the Contractor, the Contractor shall obtain a letter from the material supplier stating that the selected material is suitable and compatible for application and use as directed under these Specifications, and that if properly applied will provide metal protection and a pleasing appearance for five years or longer. 4. A color chart for each product to be applied. 1.04 Project Meeting • Prior to ordering any of the materials covered under this Section, the Contractor, Engineer, painting subcontractor and paint manufacturer's representative shall 3/1/2018 G003-109K\TS-03300 09900-2 Painting attend a progress meeting in accordance with the requirements of Section 01200 41) of these Specifications, and review the work to be performed under this Section. 1.05 Painting Requirements Finish paint all exposed surfaces except prefinished items, anodized or lacquered aluminum, stainless steel and copper surfaces. Exposures and surfaces are defined in 3.07 of this Section. Items to be left unfinished or to receive other types of finishes, such as tile, are specifically shown on the Drawings or specified. 1. Unpainted Products: Full field cleaning and priming will be performed in accordance with specification requirements for unpainted products. Maintain adequate equipment on the site to assure proper cleaning. 2. Shop Primed Products a. Manufactured products may be shop cleaned and primed. Shop cleaning must equal or exceed cleaning specified in the Painting Schedule. Clean as specified and reprime all abrasions, weld splatter, excessive weathering and other defects in the shop prime coating. b. Manufacturers furnishing shop primed products shall certify that cleaning was performed in accordance with specification requirements • and that the specified primer was used. c. Fully field clean and prime any shop primed products which the Engineer determines that were not cleaned in accordance with the Specifications prior to priming, that the wrong primer was applied, that the primer was applied improperly, or has excessively weathered, or that the product is otherwise unacceptable. 3. Finish Painted Products: Certain products such as electrical control panels and similar items may, with the approval of the Engineer, be furnished finish painted. Properly protect these products throughout the Project to maintain a bright and new appearance. If the finish surfaces are defaced, weathered or not of the selected color, repaint as necessary. 4. Existing Surfaces a. Properly protect existing finish painted items and surfaces from damage throughout the Project. b. Repair any damage to existing coatings repaired in accordance with the requirements of this Section, at no expense to the Owner. • 3/1/2018 G003-109K\TS-03300 09900-3 Painting • 5. Hardware: Remove all electrical plates, surface hardware, fittings and fastenings prior to painting operations. These items are to be carefully stored, cleaned and replaced upon completion of work in each area. Do not use solvent to clean hardware that may remove permanent lacquer finish. 1.06 Quality Assurance A. Only those systems and components which are judged acceptable by the Engineer shall be utilized in the work covered by this item. No materials shall be delivered to the job site until the Engineer has evaluated their acceptability. B. The following information shall be included on the label of all containers of materials supplied under this item: 1. Manufacturer's name. 2. Type of paint or other generic identification. 3. Manufacturer's stock number. 4. Color(if any). . 5. Instructions for mixing,thinning, or reducing(as applicable). 6. Manufacturer's application recommendations. 7. Safety and storage information. C. All coating material used on this Project shall be purchased specifically for this Project and furnished in new, unopened containers. D. The Contractor shall obtain the Engineer's review of the first finished room, space, area, item or portion of work of each surface type and color specified. The first room, space, area, item or portion of work which is acceptable to the Engineer shall serve as the Project standard for all surfaces of similar type and color. Where spray application is utilized, the area to be reviewed shall not be smaller than 100 square feet. 1.07 Manufacturer's Representative during Painting Operations An authorized representative of each coating manufacturer shall be present at the start-up and weekly during painting operations. Such representatives shall instruct and observe the Contractor's workers on the manufacturer's application • recommendations. 3/1/2018 G003-109K\TS-03300 L. 09900-4 Painting 1.08 Testing Equipment • A. The Contractor shall furnish and make available to the Engineer the following items of testing equipment for use in determining if the requirements of this Section are being satisfied. The specified items of equipment shall be available for the Engineer's use at all times when field painting or surface preparation is in progress: 1. Wet film gauge. 2. Surface thermometer. 3. "Surface Profile Comparator" as published by SSPC (with magnifier and three discs). 4. "Visual Standard for Abrasive Blast Cleaned Steel", as published by SSPC (SSPC-VIS 1-89). 5. "Visual Standard for Power- and Hand-Tool Cleaned Steel", as published by SSPC(SSPC-VIS 3). 6. Holiday(pin hole) detector(low voltage). 7. Sling-psychrometer or other on-site device used to calculate relative III humidity and ambient air temperature. 8. Magnetic dry film gauge, meeting the requirements of SSPC-PA2, Type I or Type II, including calibration. 9. "Guide and Reference Photographs for Steel Surfaces Prepared by Waterjetting" as published by SSPC(SSPC-VIS 4). 1.09 Product Handling A. Delivery 1. Deliver materials in original, sealed containers of the manufacturer with labels legible and intact. 2. Each container shall be clearly marked or labeled to show paint identification, date of manufacture, batch number, analysis or contents, and special instructions. At all times a copy of every component's MSDS shall be available. • 3/1/2018 G003-109K\TS-03300 09900-5 Painting • B. Storage 1. Store only acceptable Project materials on the Project site. 2. Store material in a suitable location and in such a manner as to comply with all safety requirements including any applicable federal, state and local rules and requirements. Storage shall also be in accordance with the instructions of the paint manufacturer and the requirements of the insurance underwriters. 3. Restrict storage area to paint materials and related equipment. 4. Place any material, which may constitute a fire hazard, in closed metal containers and remove daily from the Project site. C. Material Safety Data Sheets: A copy of every component's MSDS shall be available at all times on the Project site. 1.10 Material Schedules Material Schedules at the end of this Section list prime coats, intermediate coats, finish coats and cover coats that comprise a complete and compatible system of IIsurface protection for the particular substrate. Maintain the unity of these systems, making sure all coats applied to any surface are from the same system and same manufacturer. Verify with the manufacturer the compatibility of the materials used. Part 2 Products 2.01 Abrasive Material The abrasive used in the abrasive cleaning shall be a material acceptable to the regulatory agencies of the State of Georgia for use in the described work. The material shall be of a shape and size to produce a uniform surface of acceptable profile to properly bond the prime coat. 2.02 Coating Materials A. Acceptable Manufacturers: The only acceptable manufacturers and products shall be those listed in the Material Schedules at the end of this Section. B. All applicable data currently published by the paint manufacturer relating to surface preparation, coverages, film thickness, application technique, drying and overcoating times is included by reference as a part of this Section. It is the • responsibility of the Contractor to obtain and fully understand the appropriate data sheets for the coatings specified. 3/1/2018 G003-109K\TS-03300 09900-6 Painting C. Products • 1. Paints shall be factory mixed and delivered to the site in unbroken original packages bearing the manufacturer's name and brand designation and shall be applied in strict accordance with the manufacturer's printed specifications. Two-component coatings shall be mixed in accordance with manufacturer's instructions. All two-component coatings, once mixed, shall be applied within the pot-life recommended by the manufacturer. 2. Unless otherwise specified, paints shall be of the best grade. All thinners, driers, varnish, etc., shall be of the best grade and shall be furnished by the coating manufacturer for use with the specified paints. D. Colors: The Owner will select the colors to be used on the various portions of the work. Provide color cards for the coatings proposed. Where more than one coat of paint is required, job tint off-shade the paint for each undercoat to show complete coverage. 2.03 Mixing and Tinting A. When possible, all paints and other materials shall be mixed and tinted by the paint manufacturer prior to delivery to the job site. • When job site mixingand/or tintingis required, the manufacturer's B. / recommendations shall be strictly adhered to. The Contractor shall be solely responsible for the proper conduct of all on-site mixing and/or tinting. 2.04 Pipe and Equipment Identification Different colors will be used on pumps, motors, valves, piping systems and other surfaces as shown in Table 1. 2.05 OSHA Safety Color Usage Guide OSHA Safety colors, in accordance with ANSI Z3.1, shall be used for marking physical hazards and safety equipment and locations. The following OSHA Safety Color Usage Guide will be used in determining the coating color and type of marking required. • 3/1/2018 G003-109K\TS-03300 09900- 7 Painting • Safety Red Safety Orange Safety Yellow Safety Green Physical Hazard Safety Equipment CAUTION(Generally and Locations used with Black in checks or stripes) Fire protection Exposed box housings Unguarded edges First aid kits and equipment of platforms stretchers Fire boxes Exposed edges of Bollards First aid signs, pulleys,gears,etc. dispensaries and drinking water stations Extinguishers Safety starting buttons Material handling equipment Exit signs Portable containers of flammable liquids Emergency stop bars • Part 3 Execution 3.01 General A. Protect other surfaces from paint and damage. Furnish sufficient shields and protective equipment to prevent spray or droppings from fouling surfaces not being painted. Repair damage as a result of inadequate or unsuitable protection. B. The Contractor's on-site representative shall keep a record of work performed each day and shall submit it to the Engineer weekly. The forms for this record will be furnished by the Engineer. C. No coat of paint shall be applied until the surface has been inspected and accepted by the Engineer. The Contractor shall give at least 24 hours notice to the Engineer when cleaning is to be performed to prevent inspection delays. The Contractor shall provide the necessary access for inspection by the Engineer. D. Shop applied prime coatings which are damaged during transportation, construction or installation shall be thoroughly cleaned and touched-up in the field as directed by the Engineer. The Contractor shall use repair procedures which insure the complete protection of all adjacent primer. The specified repair method and equipment may include wire brushing, hand or power tool cleaning, or dry air • blast cleaning. In order to prevent injury to surrounding painted areas, blast cleaning may require use of lower air pressure, small nozzle and abrasive particle 3/1/2018 G003-109K\TS-03300 09900-8 Painting sizes, short blast nozzle, distance from surface, shielding and masking. If damage 41) is too extensive or uneconomical to touch-up, then the item shall be re-cleaned and coated or painted as directed by the Engineer. 3.02 Cleaning Area Construct a temporary shed no smaller than 40 feet wide and 60 feet long for field cleaning, including blasting and priming operations. Maintain this area for all painting operations until all such work has been completed and approved. Provide all fixtures and appurtenances required to perform the work, including fixtures to support the work off the ground and proper storage facilities. 3.03 Environmental Conditions A. Environmental conditions which affect coating application include, but are not necessarily limited to, ambient air temperature, surface temperature, humidity, dew point and environmental cleanliness. Comply with the manufacturer's recommendations regarding environmental conditions under which coatings may be applied. B. Surface preparation and cleaning of the exterior surfaces must be performed during periods of still air or only a slight breeze so that fallout of the dust produced does • not drift onto adjacent property. The Owner reserves the right to temporarily stop the Contractor from exterior blasting(or painting)when by observation it is apparent that the wind direction or velocity prevents compliance with this requirement. Any clean-up of fall-out on adjacent property shall be the responsibility of the Contractor. C. All blast residue from the tank shall be properly disposed of off-site by the Contractor. D. No paint shall be applied upon damp or frosty surfaces, or in wet or foggy weather. No paint shall be applied in temperatures below 40 degrees F, when freezing (32 degrees F) is predicted within 24 hours of application, or under temperature or humidity conditions not recommended by the manufacturer. However, in no case shall coatings be applied when the surface temperature is within 5 degrees F of dew point, and in no cases shall coating be applied over a damp surface. 3.04 Safety A. General 1. The Contractor is responsible for the safety of all workers and subcontractors and suppliers performing work on this Project. • 3/1/2018 G003-109K\TS-03300 09900-9 Painting • 2. The Contractor shall protect the Owner, their agents, and the General Public from harm attributable to the Contractor's performance, or non- performance, of the work on this Project. The protection shall include, but not be limited to, providing the necessary safety equipment and instructions for its use by the Owner, and their agents. 3. The Contractor shall protect the existing structures and environment from damage attributable to the Contractor's performance, or non-performance, of the work on this Project. 4. The Contractor shall comply with the applicable standards of 29 CFR Part 1910 and 29 CFR Part 1926. 5. The listing of the following potential hazards shall in no way relieve the Contractor's responsibility for safety on this Project. B. The interior of tanks may be considered a confined space hazard. The Contractor shall confirm to the Owner, in writing, prior to the start of the Project, that the Contractor has training programs, trained personnel, and is otherwise in compliance with CFR 1910.146. 3.05 Surface Preparation A. General: All surfaces shall be thoroughly g y cl ean, dry, and free from oil, grease or dust. All concrete shall have cured a minimum of 21 days before painting. All fabricated metal products shall have all weld flux and weld spatter removed and sharp peaks in welds ground smooth. The Engineer will inspect the surface preparation prior to the application of coatings. If the preparation is found to be satisfactory, a written order will be given to proceed with coatings. B. Ferrous Metals: Standards for the surface preparation of ferrous metals required in the Material Schedules are the standards of the SSPC - The Society for Protective Coatings (SSPC, SP-1 through SP-10). Inspection of these surfaces will be evaluated by field comparison with visual comparator panels. These panels shall be securely wrapped in clear plastic and sealed to protect them from deterioration and marring. C. Concrete Surfaces: For all concrete surfaces, the following surface preparation shall be employed: 1. CC-1 - Wash: Wash and scrub all surfaces with a solution of 1-1/2 ounces of soap chips and 1-1/2 ounces of trisodium phosphate in each gallon of water used. Flush away all soap and dirt with clean water. After this washing the surface will be re-checked and any rough areas not suitable for 1111 painting shall be sandblasted smooth. 3/1/2018 G003-109K\TS-03300 09900- 10 Painting 2. CC-2 -Acid Etch: Surface preparation for painting shall not commence until • 7 days after the concrete has been pronounced cured. Wash and scrub all surfaces with a solution of 1-1/2 ounces of soap chips and 1-1/2 ounces of trisodium phosphate in each gallon of water used. Flush away all soap and dirt with clean water and then etch the surface with a 15 percent or stronger solution of muriatic acid until an openfaced granular texture, similar to fine sandpaper, is obtained. Any areas that remain smooth are to be re-etched until the desired texture is achieved. Flush and scrub away with clear water all acid and loosened particles. 3. CC-3 - Blast Cleaning: Remove all form oil and dirt by washing the surface with a solution of 1-1/2 ounces of soap chips and 1-1/2 ounces of trisodium phosphate in each gallon of water used. Blast clean all laitance and other foreign material from the surface of the concrete until an openfaced granular texture similar to fine sandpaper is achieved. These results should be accomplished with blast cleaning similar to "brush blasting" steel surfaces. D. Wood Surfaces: All wood surfaces shall be clean, dry and adequately protected from dampness. Sandpaper to a smooth, even surface, then dust off. After priming coat has dried, apply shellac to all knots, pitch and resinous sapwood. Putty all nail holes, cracks, open joints and other defects; color putty to match finish paint or stain. • 3.06 Application A. Surface Preparation: After specified surface preparation, all surfaces shall be brushed free of dust or foreign matter. Surfaces shall be completely dry before any paint is applied. All voids, open or hollow places in masonry shall be repaired with an epoxy patching compound. B. Application: Paint shall be evenly spread in the proper thickness, so that there shall be no drops, runs or saggings of the coating. Where runs and drops do occur, they shall be removed and the surface re-coated to the satisfaction of the Engineer. Sufficient time, as directed by the manufacturer, shall be allowed for the paint to dry before the application of succeeding coats. C. Protection of Work Area: Use drop cloths or other suitable means to protect other surfaces of the structure or equipment in place. Upon completion of the work, remove all paint spots from surfaces as directed by the Engineer. D. Inspection: The Engineer will inspect each coat prior to the application of subsequent coats. If the work is found to be satisfactory, a written order will be given to proceed. E. Defective Work: Remove and replace, at the direction of the Engineer, any painting • work found to be defective or applied under adverse conditions. 3/1/2018 G003-109K\TS-03300 09900- 11 Painting 3.07 Painting Schedule A. General: The Painting Schedule summarizes the painting systems to be applied to the various surfaces. Items which appear in the Painting Schedule are defined in following paragraphs. B. Exposure terms refer to the environmental conditions to which different surfaces may be exposed. A surface may exist in more than one exposure, e.g. an exterior wall can be categorized not only as "above grade", but also as "below grade", where the exposure is delimited by the grade line. 1. Interior: All surfaces within the confines of a building or other enclosure not constantly exposed to weather, including concealed surfaces subject to trapped moisture, heat or other deteriorating conditions and all surfaces exposed to view. 2. Exterior a. Above Grade: All surfaces above finished grade and exposed to weather. b. Below Grade: All surfaces below the finished grade line. Building • surfaces with this exposure shall only be painted when they are structurally common with an interior surface, e.g. exterior walls of a dry pit, not the exterior wall of a below grade tank. 3. Submerged: All surfaces below a water surface or exposed to spray. Surfaces exposed to spray includes all areas within 6-inches of maximum water surface in quiescent tanks and within 18-inches of maximum water surface in mixed or agitated tanks. Building surfaces with this exposure shall only be painted when surfaces above water level have an interior exposure. C. Surfaces 1. Floors: Interior surfaces subject to foot or roller traffic. 2. Building Surfaces: All structural and architectural surfaces except floors. Building surfaces include, but are not limited to, doors and frames, windows and frames,floor doors and walls. 3. Piping: All plumbing and process piping and accessories including valves, fittings, pipe supports, electrical conduit and similar related items. • 4. Equipment: All mechanical, electrical, and architectural equipment, items, and accessories installed in the work and not defined above. Equipment 3/1/2018 G003-109K\TS-03300 09900- 12 Painting includes, but is not limited to: pumps, motors, cabinets, ducts, tanks and • process equipment. 3.08 Material Schedules Material Schedules list pretreatment coats, wash coats, seal coats, prime coats, intermediate coats, finish coats and cover coats that comprise a complete and compatible system of surface protection for the particular substrate. Maintain the unity of these systems, making sure all coats applied to any surface are from the same system and same manufacturer. Verify with the manufacturer the compatibility of the materials used. 3.09 Maintenance Materials Furnish the Owner at least one gallon of each type and color of paint used for finish coats and one gallon of each type of thinner required. Containers shall be tightly sealed and clearly labeled. 3.10 Coating Repair Where coatings have been damaged, the surfaces shall be cleaned and repainted. Surface preparation shall conform to SSPC-SP 11, and feathered into undamaged areas. Painting shall be performed as specified for the damaged surface. Painting Schedule Exposures Surfaces System Schedules Concrete& Concrete Block Non-Ferrous Ferrous Metals Drywall Substrate Metals Substrate Substrate Wood Substrate Substrate Interior Equipment* - 157 - - - Piping* - 157 - - - Concrete 234 257 247 - - Containment** Exterior Above Grade Equipment* - 257 247 - - Piping* - 257 247 - - * See coating, lining, and/or painting paragraphs in individual piping or equipment Specification Sections. ** See finish schedule for where each type shall be used. • 3/1/2018 G003-109K\TS-03300 09900- 13 Painting • Schedule Numbering Guide First Number- Third Number-Coating Final Letter Second Number-Substrate Exposure Type 1 Interior and Weather Protected 1 Non-Ferrous Metals 1 Alkyd S Sewage 2 Exterior Weather Exposure 2 Wood 2 Asphaltic W Potable Water 3 Submerged in Potable Water 3 Concrete,Concrete Block, 4 Epoxy F Floors but Protected from Sunlight Masonry 4 Submerged in Potable Water 4 Ferrous Metals 5 Vinyl C Severe Chemical and Exposed to Sunlight Exposure 5 Submerged in Wastewater 5 Galvanized Ferrous Metals 6 Coal Tar 6 Drywall 7 Polyurethane 7 PVC Pipe 8 Acrylic 9 Zinc 0 Latex III III 3/1/2018 G003-109K\TS-03300 q 0 § m d_ t k '- co k \ co 2 - \ -o o b ) \ o a o 0 0 j E co a) co ) / 2 in co co < co co co E E j < < = E E < ] a A anE § E % E ] 2 3 » 0 ] \ 0C 0C % m mO. - E / - co { co o < 7 E « \ C 2 0 ) 0 CO co CO _$ & ® 9 lc - A • 0. A Y ° ° LU Q a) - § \ L ( } d CD N 0 o _ 0 • (U (U U) ( q 2 0 0) co co o 0 §g co • / co co q { 0 co co/ op ca ] ) O 0 0 0 0 J / / / CC 0 0 E 2 0 0 0 - E » o a ® 0 J / f a ^ N ] E / 2 ® 0 § — 2 E E ¥ ) § ) 3 z e I c § Tr f / f m j \ \ t « £ ) 2 « k m • £ 2 $ R c ° 8 ^ ƒ ` ~ 0 ^ f0 @ / ka, 0) / ƒ m i1m m • ..4.7, o cn - \ o g .. g @ o � f co A ro 2o. k \ 0 a) o < co CC c_)(1) a) 2 / k k ] ro£ 7 co£ 0 o § o m co £ o \ < ] _ / 0 0 § 0 @ 0 / { a• \ / 0 $ ] ¥ n2 \ 0 co ) \ 0 CNJCO co o \ 01 \ \ j c ° $ a) o 2 { T.D. § ro } co 3 3 cu o IL- 42 M a w o o N. w m I E 7 6 w 9 g ii g w (vi N- ( -NI . E § 0 co 0 / Ise § j \ a) ) E k k ) 0 0 \ / ) E § / k ) - R t \ § ) ' R p m \ \ j ƒ / j 09900- 16 Painting Pipe Identification and Color Coding Paint Colors Pipe System Pipe Letters and Stencil Text Arrows Air(Compressed) Light Green Black Air Potable Water Light Blue White Potable Water Leachate Black White Leachate Color Coding General Notes 1. All banding to be 2-inches wide and four feet on center. 2. Sample, drain, vent, metering, blowoff, decant, and hot lines shall be painted the same color combination as the piping system from which the line originates unless specified otherwise above. The additional pertinent text shall be applied to the pipe. 3. Insulated pipe, jacketed with canvas, shall be painted with the color combination specified above. 4. Insulated pipe, jacketed with aluminum and/or stainless steel shall have the jacket unpainted. When valves and fittings for such lines are not insulated, the valves and fittings shall be color coded. 5. Building service lines such as plumbing lines, HVAC lines, and electrical conduit, shall not be color coded but shall be painted the same color as the background construction. 6. All sludge lines not otherwise specified above shall be painted dark brown and stenciled as directed by the Engineer. 7. All polymer lines not otherwise specified above shall be painted pink and stenciled as directed by the Engineer. 8. All lettering shall be done in capital letters of approved size and type. 9. Legend symbols shall be applied on piping on every run and spaced not greater than 8 feet apart. 10. Text shall be applied on piping in the middle of pipe runs for runs under 50 feet or in one room, whichever is the least distance. On runs greater than 50 feet, text shall be applied at third points in the run and no more than 35 feet apart. 11. Pumps, chemical tanks and other items of equipment to be painted shall be painted a color corresponding to their service, in accordance with the above schedule. • END OF SECTION 3/1/2018 G003-109K\TS-03300 Section 11000 Equipment Erection • PART 1 General 1.01 Section Includes The work covered by this section of specifications consists of furnishing all plant, labor, supervision, equipment and materials and performing all operations in connection with Equipment Erection as shown on the Drawings and as specified herein. 1.02 Related Sections A. Section 03300 - Concrete Work 1.03 Submittals A. Submit under provisions of Section 01340, Shop Drawings, Product Data and Samples. B. Product Data: Provide manufacturer's catalog sheet for material indicating physical properties. • 1.04 General Requirements A. All equipment and pipe supports shall be grouted with plain grout, unless otherwise directed. B. The Contractor, unless instructed otherwise by the Resident Project Representative (RPR)shall comply with the markings where shown for lifting and other such notations placed upon the packages. C. The Contractor shall be responsible for the final alignment of all motors purchased directly by the Owner or furnished with the equipment purchased by the Owner or furnished by the Contractor. D. All work necessary for preservation of and preventive maintenance for equipment, whether stored or erected, shall be performed by the Contractor. Preservatives shall be furnished by the Contractor. Contractor to maintain written records of all preservation and preventive maintenance performed on major equipment before time of final acceptance. E. Spare parts furnished with equipment, but not to be erected, shall be placed in the storage area designated by the RPR. F. The Contractor shall furnish such expendables as welding rods, oxygen, • acetylene, stainless steel (ss)shims, cleaning solvents, cleaning rags, etc. 3/1/2018 G003-109K\TS-11000 11000-2 Equipment Erection G. Equipment guards, platforms, railings, etc.,furnished with equipment, shall be • completely erected by the Contractor. PART 2 Products 2.01 Tags A. All equipment shall be provided with stainless steel equipment identification tags(not painted)showing equipment number, permanently attached to the equipment. B. Information on the equipment tag is to include equipment identification, equipment size, basic operating characteristics; such as RPM, GPM, HP,volts, amperes,full load efficiency and any other information pertinent to the use and operation of the equipment. 2.02 Grout A. Conform to requirements of Section 03300, Concrete Work. PART 3 Execution 3.01 Erection And Assembly A. The Contractor shall place and assemble equipment and machinery in accordance with the best practice of the trades involved. B. Wherever equipment manufacturer's special setting or erection instructions are furnished or called for by the manufacturer's representative,they shall be followed. C. Wedging will not be permitted. Only flat shims shall be used in leveling equipment. All shims shall be furnished by the Contractor. Jack nuts shall not be used on anchor bolts for leveling, aligning or supporting machinery and equipment. D. Dial indicators shall be used for equipment alignment unless otherwise instructed by the RPR. E. Couplings shall be aligned within .003"tolerance overall unless otherwise instructed by the RPR. F. Only oil bath heaters shall be used to expand bearings, couplings, etc. Oil temperature shall be controlled to prevent overheating of bearings. Should bearings be heated to temperature higher than that recommended by the 1111 bearing 3/1/2018 G003-109K\TS-11000 11000-3 Equipment Erection • manufacturer,the Owner shall have the right to require the Contractor to provide new bearings in exchange for those overheated. G. No piping shall be permanently bolted to equipment flanges until the pipe is sufficiently supported and has been checked by the RPR to see that no strain is placed on the equipment. All mechanical drive couplings assembled by the vendor shall be broken and checked by the Contractor prior to start-up and any misalignment shall be corrected. All mechanical drive couplings shall be rechecked prior to start-up for misalignment and any misalignment shall be corrected by the Contractor. H. The work includes the flushing of gear cases and lubricant boxes where necessary and placement of initial fill of lubricants. Equipment erection shall include furnishing and installing dowels which shall be standard taper pins(1/4 inch to ft.)with pulling nut. Dowels shall be installed for each component piece, in a drilled and taper reamed hole in each of the diagonally opposite feet near the anchor bolt. Dowels shall not be installed until after the final alignment, immediately prior to start-up, has been completed. J. The Contractor shall remove any beams, bracing, etc., which interfere with erection of equipment and shall reinstall all components so removed • immediately after erection of the equipment. The Contractor shall install any temporary supports required to permit erection of equipment. K. Openings for access into the building shall be made and closed by the Contractor. L. The Contractor must furnish, install, and dismantle any temporary access platforms that he deems necessary to erect the equipment. M. All drives involving two or more items of equipment and a motor, shall generally be installed in a sequence in which the motor is installed last. This sequence is mandatory in cases involving a direct-connected motor drive.All items shall be in place and aligned prior to grouting. N. Spare parts and maintenance tools furnished with equipment shall not be used for installation work, and shall be turned in to the RPR. 3.02 Grouting Of Equipment And Machinery A. Forms for grout shall be properly designed and constructed to hold grout in position, without leakage until the cement has set up. Form plank shall be dressed and of uniform thickness,tongue and grooved sufficiently tight to prevent the loss of mortar. i 3/1/2018 G003-109K\TS-11000 11000-4 Equipment Erection B. Plywood or metal forms, approved by the RPR, may be used at the Contractor's option. C. Exposed edges shall have chamfer as directed. D. All necessary ties, wires, braces, etc., required to properly align the forms, shall be furnished by the Contractor. E. Grout shall be mixed in a mechanical mixer, either concrete mixer or mortar mixer type. For small amounts, hand mixing may be permitted if approved by the RPR. Material shall be accurately measured by volume or by weight, with mixing water carefully measured. F. Foundation surface shall be clean dense concrete,free from laitance, oil, soaps, or other foreign material before placing grout. Surface of foundation shall be chipped to remove deleterious material and expose aggregate. All sand, paper, or other packing shall be removed by the Contractor from anchor bolt sleeves before placing equipment. Surface to receive grout shall be thoroughly wet ahead of grouting operation. All dirt and excess water shall be removed by blowing with compressed air, or other means suitable to the RPR. G. Any required chipping of foundations to prepare a satisfactory surface shall be done prior to placing machinery by the Contractor. • H. Grouting of equipment, for which the manufacturer furnished equipment erection supervision, shall be done when directed by and under the general supervision of the manufacturer's erection supervisor. Unless otherwise directed, grout shall fill the entire base and shall be finished off smoothly and flush at the grout holes. J. Any equipment that is required to be grouted with Non-shrink, metallic grout by the manufacturer or manufacturer's erection supervisor shall be grouted with same unless otherwise changed by the RPR. K. Add just enough water to make a placeable mix. Mix shall be stiff and rammed into place unless otherwise instructed by the RPR or manufacturer's erection supervisor. Where thick grout(over 3") is to be placed, it shall be done in two operations, bringing the surface up to about 1" of the machinery base and allowing the initial section to set a minimum of 24 hours before placing final grouting. 3/1/2018 G003-109K\TS-11000 11000-5 Equipment Erection • 3.03 Installation Of Chain Or Belt Driven Equipment A. Direction and speed of rotation of driving shafts and motors shall be checked before connecting to driven shafts. Driving shafts having axial end play, such as those of motor and certain other equipment,shall be run at operating speed; and the running position shall be marked, using chalk and scriber or other similar method. The shafts shall be blocked in this position while aligning the equipment. B. Shaft leveling shall be by use of a machinist's (Starrett#98, or equivalent) level on bare shafts, across the teeth of multiple width sprockets, or across the outer faces of sheaves. C. Angular alignment and end clearance shall be checked by use of a feeler gauge of proper thickness inserted at four equally spaced points, 90° apart, around the outer edges of coupling halves. D. Rechecks shall be made for level, radial, and angular alignment and end clearance in the same order as originally made and readjustments made until all four are in satisfactory adjustment, since any readjustment of one of the above may destroy prior readjustment of another. Final recheck shall be made 1111 with dial indicators of high accuracy, or optical equipment approved by the Engineer. 3.04 Installation Of Direct Driven Equipment A. Direction and speed of rotation of driving shafts and motors shall be checked before connecting to driven shafts. Driving shafts having axial end play, such as those of motors and certain other equipment, shall be run at operating speed; and the running position shall be marked, using chalk and scriber or other similar method. The shafts shall be blocked in this position while aligning the equipment. B. Shaft leveling shall be by use of a machinist's (Starrett#98, or equivalent) level placed across the faces of the two coupling halves. Radial alignment shall be checked at the same time by use of a straight edge placed across the faces of the two coupling halves in both the horizontal and vertical planes. C. Angular alignment and end clearance shall be checked by use of a feeler gauge of proper thickness inserted at four equally spaced points, 90° apart, around the outer edges of coupling halves. D. Rechecks shall be made for level, radial, and angular alignment and end • clearance in the same order as originally made and readjustments made until all four are in satisfactory adjustment, since any readjustment of one of the 3/1/2018 G003-109K\TS-11000 11000-6 Equipment Erection above may destroy prior readjustment of another. Final recheck shall be made • with dial indicators of high accuracy. 3.05 Test Run A. Before starting an item of equipment for the first time, all of the following shall be performed: 1. Direction and speed of rotation shall be checked. 2. Removal of all shaft blocks used for blocking shafts in running position during installation. 3. Lubrication of all parts with manufacturer's recommended grade and quantity of lubricant, and under the Owner's supervision. 4. Tightening of all bolts and capscrews. B. When ready to start, and before applying power,the connected equipment shall be rotated manually, if possible,to make sure that the rotating parts move freely and that there are no foreign objects in the equipment. Otherwise, a thorough visual inspection shall be made. C. Start-up and test run shall be conducted in the presence of the Resident Project 1110 Representative. D. Upon completion of test run and after all final corrections have been made, and wherever applicable,the equipment base and grouted foundation plate shall be doweled. Dowels shall be in place before placing the equipment in operation. In addition,torch trim bolt projections to approximately 1/8 inch above nut. E. The equipment supplier shall provide a qualified "equipment technician(s)"at the job site who is knowledgeable and competent with all aspects of the equipment and the particular application required of the equipment. Such an individual(s) is to have demonstrated competence in the following areas: 1. Equipment erection, installation, and tie-ins. 2. Equipment operation. 3. Equipment maintenance. 4. Equipment trouble-shooting, problem analysis and problem correction. F. Since the installation and start-up of equipment must proceed in an orderly manner and according to schedule,the "equipment technician(s)" is to be • available at the job site when scheduled and is expected to cooperate with all personnel. 3/1/2018 G003-109K\TS-11000 11000-7 Equipment Erection • G. Trials shall be run in the presence of the RPR and shall be conducted in such a way and to such an extent to demonstrate to the RPR that all provisions of the equipment specifications have been complied with in full. H. All results from tests,trials, and final acceptance tests shall be documented and turned over to the RPR as required by the RPR. END OF SECTION • • 3/1/2018 G003-109K\TS-11000 11000-8 Equipment Erection • THIS PAGE INTENTIONALLY LEFT BLANK • • 3/1/2018 G003-109K\TS-11000 A Section 11255 Submersible Pumps • Part 1 General 1.01 Scope Work described in this Section includes furnishing all labor, materials, equipment, tools and incidentals required for a complete and operable installation of all submersible pumps, motors and controls. All equipment shall be installed, adjusted, tested and placed in operation in accordance with these Specifications and the manufacturer's recommendations. 1.02 Qualifications The pump manufacturer shall have similar units in operation for a minimum of five years in the United States. 1.03 Design Requirements A. Pumps shall be totally submersible, electric motor driven, non-clog, sewage pumps. Lift station pumps shall be capable of pumping solids up to 3-inches in diameter. Containment area sump pumps shall be capable of pumping solids up to 3/8 • inches in diameter. B. The pump manufacturer shall review design and layout drawings to insure that installation arrangements are suitable for their equipment. Any potential conflicts or recommended modification shall be noted on the shop drawings or by a pre-submittal request for information if appropriate. Any modifications required to satisfy manufacturer's recommendations shall be at the Contractor's expense. C. Operating requirements for pumps shall be as shown in Table 1 of this Section. D. The operating range of the pump shall include minimum head, rated and shut-off conditions. The pumps shall be non-overloading throughout this operating range. E. Lift station pump design shall incorporate an automatic discharge connection, allowing each unit to be removed for inspection or service by simply lifting the pump. Re-connection shall require only lowering of the pump into position. 1.04 Submittals A. Submit shop drawings in accordance with the requirements of Section 01340 of these Specifications. Specific submittal information shall include: • 1. Pump manufacturer's name, pump size or model number, weight and a descriptive bulletin of the pump to be furnished. 3/1/2018 G003-109K\TS-11255 11255-2 Submersible Pumps of the pump. dimension drawings • 2. Outline 3. Pump characteristic curves showing head capacity and horsepower, including minimum head, rated and shutoff conditions. 4. Motor manufacturer's name, motor horsepower, RPM and frame size, weight and descriptive bulletin of the motor to be furnished. Include motor manufacturer's certified dimension sheet that lists motor features and include typical motor data sheet. B. Operation and maintenance manuals shall be furnished in accordance with the requirements of Section 01730 of these Specifications. 1.05 Storage and Protection A. Pumps and accessories shall be stored and protected in accordance with the manufacturer's recommendations. B. Pumps shall be completely drained prior to shipment. Suction and discharge ports shall be provided with plastic plugs. Each pump shall be secured to a wooden skid or frame to facilitate handling and storage. • 1.06 Quality Assurance The manufacturer shall provide a written certification to the Engineer that all equipment furnished complies with all applicable requirements of these Specifications. Part 2 Products 2.01 Acceptable Manufacturers A. Pumps shall be as manufactured by Flygt, Goulds, or approved equal. 2.02 Materials and Construction A. Pump Casing: The casing shall be capable of withstanding operating pressures 50 percent greater than the maximum operating pressures. The volute shall have smooth passages which provide unobstructed flow through the pump. B. Coatings: All exterior surfaces and volute interior that come in contact with sewage shall be protected by a shop applied primer and epoxy coating. The epoxy coating shall have a minimum thickness of 5 mils. All exposed nut and bolts shall be • stainless steel. 7/26/2018 G003-109K\TS-11255 11255-3 Submersible Pumps • C. Pump Construction 1. All major castings, including the motor housing, bearing housing, volute and impeller shall be of as a minimum ASTM A48 Class 35 cast iron. 2. All major parts, such as the stator casing, oil casing, volute, sliding bracket and discharge connection shall be of gray iron. All exposed bolts and nuts shall be stainless steel. All mating surfaces of major parts shall be machined and fitted with nitrile rubber 0-ring seals where watertight sealing is required. All parts shall be interchangeable and watertight sealing shall not require additional machining of replacement parts, sealing compounds, or the application of specific torques to connectors. D. Installation Systems 1. No portion of the pump unit shall bear directly on the floor of the wet well or sump. There shall be no more than one 90 degree bend allowed between the volute discharge flange and station piping. 2. Rail mounted installation systems shall consist of guide rails, sliding guide bracket, and discharge connection elbow. Guide rails shall be of the size and type standard with the manufacturer and shall not support any portion • of the weight of the pump. Guide rails and all attachment hardware shall be 316 stainless steel. The sliding guide bracket shall be an integral part of the pump unit. The volute casing shall have a machined discharge flange which automatically connects directly to, or through an intermediate coupling to a discharge base. The discharge base shall be securely bolted to the floor of the sump in accordance with manufacturer's written recommendations and shall have a flanged connection to the discharge piping. There shall be no need for adjustment, fasteners, clamps, or other devices to connect the pump to the discharge base. The pump shall be automatically connected to the discharge base when lowered into place and shall be easily removed for inspection and service without entering the wet well. Intermediate 316 stainless steel guide rail supports shall be provided as required to insure a rigid installation. Spacing and quantity of intermediate guide rail supports shall be in accordance with manufacturer's written instructions. E. Lifting chain to raise and lower the pump through the limits indicated shall be provided. The chain shall be stainless steel and shall be capable of supporting the weight of the pump. The chain shall be fastened to the inside frame of access hatch and shall be accessible without having to enter the wet well. The chain shall be provided with a minimum of three feet of excess. F. Impeller: The impeller shall be of the single or double shrouded non-clogging design • to minimize clogging of solids, fibrous materials, heavy sludge, or other materials found in sewage. The impeller shall be statically, dynamically, and hydraulically 7/26/2018 G003-109K\T5-11255 11255-4 Submersible Pumps balanced within the operating range and to the first critical speed at 150 percent of 41) the maximum operating speed. The impeller shall be securely keyed to the shaft with a locking arrangement whereby the impeller cannot be loosened by torque from either forward or reverse direction. G. Wear Rings:Wear rings shall be renewable type and shall be provided on the impeller and casing and shall have wearing surfaces normal to the axis of rotation. Material for wear rings shall be standard of the pump manufacturer. Wearing rings shall be designed for ease of maintenance and shall be adequately secured to prevent rotation. H. Shaft Seals 1. Each pump shall be provided with a mechanical, rotating shaft seal system running in an oil reservoir having separate, constantly hydro-dynamically lubricated, lapped seal faces. The lower seal unit between the pump and oil chamber shall contain one stationary and one positively driven, rotating tungsten-carbide or silicon-carbide ring. The upper seal unit between the oil sump and motor housing shall contain one stationary tungsten-carbide or silicon-carbide ring and one positively driven rotating tungsten-carbine or silicon-carbide ring. 2. Each interface shall be held in contact by its own independent spring fa system, and may be supplemented by external liquid pressures. The seals shall require neither maintenance nor adjustment, but shall be easily inspected and replaceable. No seal damage shall result from operating the pumping unit out of its liquid environment. The seal system shall not rely upon the pumped media for lubrication. The oil reservoir shall have a drain and inspection plug, with positive seal, which shall be easily accessible from outside the pump. 3. A leakage sensing system shall be provided to detect the intrusion of moisture in either the seal chamber or stator housing. The leakage sensing system shall provide an alarm signal to the control panel upon detection of moisture intrusion. I. Bearings: Pump bearings shall be ball or roller type designed to handle all thrust loads in either direction. Pumps depending only on hydraulic balance end thrust will not be accepted. Bearings shall have an ABEMA L-10 life of 50,000 hours minimum, as specified in ABMA 9 or ABMA 11. J. Nameplates: Each pump shall be provided with a plate secured to its housing that includes manufacturer's name, address, type or style, model and serial number, and catalog number. II 7/26/2018 G003-109K\TS-11255 11255-5 Submersible Pumps • 2.03 Guide Bars Guide bars shall be 316 stainless steel pipe or structural section attached to the automatic discharge connection at their lower end and to an upper 316 stainless steel guide bar bracket at their upper end. Intermediate 316 stainless steel guide bar supports shall be provided as required to insure a rigid installation or as recommended by the manufacturer. Guide bars shall not support any of the weight of the pump. 2.04 Motor A. Pump Motor: The submersible motor shall be housed in a completely watertight chamber. The motor chamber shall be either oil filled, air filled with water jacket, or air filled with cooling fins which encircles the stator housing. The motor stator shall use at minimum Class F insulation warranted for 311 degrees F. The motors shall be designed, rated, and warranted for continuous operation and capable of at minimum fifteen 15 starts per hour. Refer to Table 1 for additional pump characteristics. B. Pump Shaft:The pump shaft shall be of high grade alloy steel or stainless steel and shall be of adequate size and strength to transmit the full driver horsepower with a • liberal safety factor. C. Thermal Protection: Thermal sensors shall be provided to monitor stator temperature. One thermal switch shall be imbedded in the end coils of each stator winding. The thermal switch shall be used in conjunction with, and in addition to, external motor protection and shall be wired into the control panel as shown on the Drawings. D. Cable 1. Cable shall be suitable for submersible pump applications and this shall be indicated by a code or legend permanently embossed on the cable. Cable sizing shall conform to NEC specifications for pump motors. 2. The cable entry sealing fitting shall relieve stress on conductors and provide a watertight and submersible seal, without the use of sealing compounds and without the application of specific torques to connectors. The conductors shall connect to a terminal board located in the cable entry junction chamber. The terminal board and motor stator shall be protected by a seal in the cable junction chamber. • 7/26/2018 G003-109K\TS-11255 11255-6 Submersible Pumps 2.05 Accessories A. Aluminum Floor Doors: Floor Doors shall be as specified in Section 02700 of these Specifications. The dimensions of the floor doors shall be in accordance with the pump manufacturer's written instructions for the specific installation shown on the Drawings. 2.06 Shop Painting All materials specified under this Section shall be shop primed as part of the work under this Section. Surface preparation and paint shall be in accordance with manufacturers recommendations. Part 3 Execution 3.01 Installation A. Equipment Installation: All equipment shall be installed in accordance with approved shop drawings, the manufacturer's recommendations and these Specifications. B. Anchorage: Stainless steel anchor bolts, nuts and washers, as well as any • templates necessary for setting the anchorage, shall be furnished by the equipment manufacturer. Placement of the anchor bolts shall be done by the Contractor from certified dimension shop drawings supplied by the equipment manufacturer. C. Leveling and Grouting 1. Level and align pump and motor in accordance with the respective manufacturer's published data. 2. Grout pump and discharge base with non-shrink grout in accordance with the ACI and the equipment manufacturer's and grout manufacturer's published specifications. 3.02 Field Painting All shop primed surfaces shall be cleaned and painted in accordance with manufacturers recommendations. No field painting will be allowed, except minor touch-up. All touch-up painting shall be in accordance with the manufacturer's written instructions. 7/26/2018 G003-109K\TS-11255 11255-7 Submersible Pumps 4I) 3.03 Inspection and Testing Following installation, operating tests will be performed to demonstrate to the Engineer that the pump and conveyance system will function in a satisfactory manner and within the parameters stated herein. The Contractor shall provide the Owner and Engineer with a start-up report detailing, at a minimum, the following: 1) Test fluid 2) Motor voltage and phase 3) Amperage 4) Flow in gallons per minute 5) Total Dynamic Head in feet oras pressure in pounds per square inch. The Contractor shall make, at Contractor's expense, all necessary changes, modifications and/or adjustments required to ensure satisfactory operation. 3.04 Cleaning Prior to acceptance of the work of this Section, thoroughly clean all installed materials, equipment and related areas in accordance with the requirements of Section 01710 of these Specifications. • TABLE 1-SUBMERSIBLE PUMPS LT-P-102 LS-P-503/504 LS-P-553 Rated Capacity,gpm 50 177 35 Rated TDH,feet 25 36 32 Maximum Runout Head,feet 9 7 9 Maximum Capacity at Runout,gpm 86 710 86 Minimum Shutoff Head,feet 44 46 44 Motor Voltage 460 460 460 Motor Horsepower 0.75 5 0.75 Diameter Solids Handled,inches 3/8 3 3/8 Pump and Power Cable/NEC Classification Class 1,Div. 1 Class 1, Div. 1 Class 1, Div. 1 END OF SECTION • 7/26/2018 G003-109K\TS-11255 11255-8 Submersible Pumps • THIS PAGE INTENTIONALLY LEFT BLANK • • 7/26/2018 G003-109K\TS-11255 Section 11312 Horizontal End Suction Centrifugal Process Pumps • Part 1 General 1.01 Section Includes Horizontal End Suction Centrifugal Process Pumps and Accessories 1.02 Related Sections A. Section 09900 - Painting and Finishing B. Section 11000 - Equipment Erection 1.03 References A. ANSI B16.1 - Gray Iron Pipe Flanges and Flanged Fittings B. ANSI B.11 - Machine Safety Standards C. AISI 4140 - Alloy Steel Submittals 1111 A. Submit under provisions of Section 01340, Shop Drawings, Product Data and Samples. B. Equipment Submittal: The plans show the extent and general arrangement of the equipment and may be modified as required to suit the equipment furnished, subject to the approval of the Engineer. As soon as practicable, and not later than 30 days after the award of the Contract, the Contractor shall submit the following descriptive literature and drawings for all equipment being furnished under this section of the specifications: 1. Certified sectional and dimension drawings. 2. Certified performance curves showing head,flow, BHP, Hydraulic efficiencies, and NPSHR. 3. Certified data on motor giving following information: a. Full load amps. b. Locked rotor amps. c. Full load rpm. d. Efficiency at full, 3/4, and 1/2 loads. e. Power factor at full, 3/4, and 1 loads. 3/1/2018 G003-109K\TS-11312 11312-2 Horizontal End Suction Centrifugal Process Pumps f. Sound pressure at operating point, DBA. • C. Equipment and Piping Installation Drawings: Complete details of the installation and any necessary changes in arrangement, piping, etc., from that indicated on the plans. D. Operation and Maintenance Instructions: Submit in accordance with the requirements of Section 01730 of these Specifications. 1.05 Quality Assurance A. The manufacturer shall provide a written certification to the Engineer that all equipment furnished complies with all applicable requirements of these Specifications. B. Provide field performance testing under provisions of Sections 01645 and 01655 of these Specifications. C. Manufacturer to field test each pump and submit test results to Engineer for review and approval prior to Owner acceptance. 1.06 Storage And Protection A. Pumps and accessories shall be stored and protected in accordance with the • manufacturer's recommendations. B. Pumps shall be completely drained prior to shipment. Suction and discharge ports shall be provided with plastic plugs. Each pump shall be secured to a wooden skid or frame to facilitate handling and storage. Part 2 Products 2.01 Acceptable Manufacturers A. All products must fully comply with these specifications. Standard product must be modified, if required, for compliance. All pump components shall be supplied by the manufacturer of the pump. Subject to compliance with requirements, manufacturers offering pumps which may be supplied for the work include, but are not limited to, the following: 1. Vertiflo 2. Approved Equal • 3/1/2018 G003-109K\TS-11312 11312-3 Horizontal End Suction Centrifugal Process Pumps • 2.02 End Suction Process Pumps A. Design: Pump(s)shall meet the minimum conditions shown in Table 1. Table 1 - END SUCTION PUMPS LT-P-111/112 LS-P-563/564 Capacity(GPM) 80 70 Head (Feet) 58 39 Efficiency(%) 60 50 Maximum Speed (RPM) 3500 3500 Maximum Shutoff Head (Feet) 75 52 Maximum Required NPSH (Feet) 8.0 8.0 Motor Horsepower 3 1.5 Suction Nozzle Diameter 2 2 (Inches) Discharge Nozzle Diameter(Inches) 15 1.5 • B. Casing: 1. The casing shall be self venting with a fully confined gasket. Suction and discharge connections shall be Class 150 lb FF flanges conforming to ANSI B16.1. Ductile iron casings shall be supplied with casing drains. C. Impeller shall be fully open or semi open design to reduce clogging. Integral back pump out vanes shall be provided. Impeller and casing shall be matched, sealed by an o-ring with the threaded area protected against corrosion. Impeller shall be keyed and bolted design. D. Shaft: The pumps shaft shall be high grade carbon steel, AISI 4140 minimum, or 316 stainless steel, machined true, straight, and round and of sufficient size to transmit full driver output. Shaft shall be fitted with removable sleeves of 316 stainless steel compatible with the mechanical seal mounting requirements where they pass through the stuffing boxes or are in contact with process water. All other parts of the shaft shall be finished and polished. Where required, wearing and sealing rings shall be water sealed. Wearing rings, shaft sleeve, and packing gland shall be of a corrosion-resisting material. • E. Power end shall be manufactured of heavy duty ductile iron. Bearing frame shall include pre-drilled bosses for vibration and/or temperature monitoring 3/1/2018 G003-109K\TS-11312 11312-4 Horizontal End Suction Centrifugal Process Pumps devices. Bearing fits shall be precision bored and bearings shall meet or • exceed minimum ANSI L1O life or 17,500 hours. The shaft shall be sleeve construction. F. Mechanical Seals: Mechanical Seals shall be designed for clean water lubrication. 1. Face/Primary Ring: Carbon 2. Retainer, Rings and Spring: 18-8 stainless steel 3. Bellows: Bona-N G. Motors: Pump motor shall be TEFC, 460 volts, 3 phase, 60 Hz and suitable for being driven by a variable frequency drive (VFD), as manufactured by GE, Reliance, Baldor or approved equal. The motor shall be non-overloading at all points in the operating range. Refer to Table 1 for additional pump characteristics. H. Coupling: A flexible coupling with an approved guard shall be provided between the pump and motor. I. Base: A common fabricated steel or cast iron base for the pump and motor shall be furnished. Bases shall be provided with drain connections. 2.03 Accessories A. Pressure gauges shall be furnished and installed on the suction and discharge side of the pumps. Gauges shall be bronze tube Bourdon type with 31 inch dials, 0 to 200 psi. Each gauge shall be installed with snubber and gauge cock and shall be Ashcroft Model 1OOg, or equal. 2.04 Spare Parts A. Provide the following spare parts packaged and labeled for storage: 1. One complete spare pump meeting the minimum requirements of LT- P-111/112 shown in Table 1 of this Section. 2. One complete spare pump meeting the minimum requirements of LS- P-563/564 shown in Table 1 of this Section. 3. Mechanical seals for each pump provided 4. Bearing and bearing seal for each pump provided. • 3/1/2018 G003-109K\TS-11312 11312-5 Horizontal End Suction Centrifugal Process Pumps • 2.05 Painting A. All pumps, motors, bases, and auxiliary equipment and accessories shall be shop primed according to Section 09900 of these specifications. To assure compatibility of coating systems, the coating system in the PAINTING section must be approved prior to any shop painting. Part 3 Execution 3.01 Delivery & Start-Up: A. Delivery: All components shall be delivered with protective cover suitable for storage outside and protected from the effects of weather until installation. Damaged material shall be replaced at no additional expense to the Owner prior to acceptance. B. Start-Up Services: 1. The manufacturer shall furnish an representative experienced in installation and operation of the equipment furnished under this 11) Section for a minimum of one trips for a total time at the site of not less than two working days to supervise the installation and adjustment of the equipment. 3.02 Field Quality Control A. Performance Tests: 1. After the pumping units have been erected, performance tests shall be conducted. The purpose of these performance tests shall be to demonstrate that the units have been properly erected, and that they and their appurtenant equipment will operate satisfactorily and meet the specified conditions and the guarantees of the CONTRACTOR. 2. The CONTRACTOR shall provide the OWNER and ENGINEER with a start-up report detailing, at a minimum, the following: 1) Test fluid 2) Motor voltage and phase 3) Amperage • 4) Flow in gallons per minute 3/1/2018 G003-109K\TS-11312 11312-6 Horizontal End Suction Centrifugal Process Pumps 5) Total Dynamic Head in feet or as pressure in pounds per • square inch. 3. The performance tests shall be conducted under the supervision of ENGINEER with the cooperation of the manufacturer's factory representative. 4. It is intended that these tests shall be carried out by operating each pumping unit through the range specified for a continuous period of at least 2 hours, or until it is shown to the satisfaction of ENGINEER that all of the equipment is in perfect condition and will meet the requirements specified. Throughout these tests of the pumping equipment,the motors and pumps must run smoothly without vibration or heating, otherwise the test shall be stopped and not again undertaken until the unit shall have been put into condition to comply with the requirements for smoothness of operation. The CONTRACTOR shall make, at CONTRACTOR's expense, all necessary changes, modifications and/or adjustments required to ensure satisfactory operation. END OF SECTION • • 3/1/2018 G003-109K\TS-11312 Section 13206 Bolted Steel Storage Tanks • Part 1 General 11.01 Scope This Section describes the requirements for the manufacture, fabrication, testing and painting of bolted steel storage tanks, complete with foundation, floor and all accessory items. The Contractor shall furnish all materials and equipment and perform all labor necessary to fulfill the requirements of these Specifications. 1.02 Design Requirements A. Capacity: There shall be two (2) storage tanks with a capacity of 250,000 U.S. gallons each. Each tank shall conform to the elevations shown on the Drawings. B. Tank Dimensions 1. The 250,000 U.S. gallon storage tanks shall have a nominal diameter of 44 feet with a shell height of 22 feet. Similar dimensions providing equal or greater required capacity may be submitted as alternates. 2. Specific Gravity: 1.0. 1111 3. Maximum Wind Velocity: In accordance with International t Building Code 2017. 4. Open top. 5. Earthquake: In accordance with International Building Code 2017. 6. Tank to store leachate from a municipal landfill. 7. Stored Product Temperature: Maximum 115°F/Minimum 25°F/Normal 75°F 8. Stored Product pH Range: Maximum 11/Minimum 4/Normal 8 C. Tank Design Standards 1. The tanks shall be designed as an atmospheric unit that operates on an equalized pressure, internally and externally. It shall be circular, constructed of carbon steel and shall be designed in accordance with the latest edition of American Water Works Association specification ANSI/AWWA D1O3 (Factory- Coated Bolted Steel Tanks for Water Storage). High strength steel may be • used in accordance with criteria in this Section. 7/24/2018 G003-109K/TS-13206 13206-2 Bolted Steel Storage Tank 2. The tanks shall be provided with an integral steel bottom and sump, both • sides of which shall be coated in accordance with Section 10.4 or 10.5 of AWWA D1O3. 1.03 Factory Testing Tank manufacturer shall submit laboratory test results of compatibility testing performed on tank coatings, gaskets, sealants and hardware protection. Results should be general enough to provide a broad knowledge of the chemical resistance of the tank system components. 1.04 Submittals A. Submit shop drawings and engineering data in accordance with the requirements of Section 01340 of these Specifications. B. The Contractor shall submit a complete set of foundation and tank drawings to the Engineer, for approval. The drawings shall show necessary shop details, essential erection details, details of anchor bolts and accessories, and schedule for foundation construction, tank fabrication and erection. No work shall commence until the foundation and tank drawings and details have been reviewed and approved by the Engineer. 1.05R Yualit Assurance • A. The Contractor shall submit written evidence to the Engineer that all materials supplied and all work performed, is in accordance with applicable American Water Works Association (AWWA), Steel Structures Painting Council (SSPC), American Society for Testing and Materials (ASTM), American Standards Association (ASA) or other recognized standards. B. Manufacturer shall maintain a current ISO-9001 certification. Approval submittals shall include: 1. A reference list of five tanks presently in service of similar size in landfill leachate storage applications operating satisfactorily for a minimum of five years. 2. Technical information covering tank materials, designs and coatings. 3. Copy of manufacturer's current active ISO-9001 Quality System Certificate. 4. Due to the potential aggressive corrosive nature of the products being stored, submittals will be required to be accompanied by statements of suitability for the specific intended purpose of this project covering coatings, • gaskets, sealants and hardware protection. 7/24/2018 G003-109K/TS-13206 13206-3 Bolted Steel Storage Tank • 1.06 Warranty The tank manufacturer shall warrant the tank against any defects in workmanship and materials for a period of one year from the date of installation. In the event any such defect should appear, it shall be reported in writing to the manufacturer during the warranty period. The manufacturer shall repair the defect at no cost to the Owner. Part 2 Products 2.01 Acceptable Manufacturers Tanks shall be manufactured and installed by Columbian, All State Tank or approved equal. 2.02 Coated Tank Materials A. Plates and Sheets 1. Steel plate shall conform to, or at a minimum shall be equal to, the 4111requirements of ASTM A36, and be designed in accordance with AWWA D1O3. High strength plate shall conform to, or at least be equal to, the requirements of ASTM A6O7 Gr 50. 2. Steel sheet shall be hot-rolled quality and meet or exceed the requirements of ASTM A57O Gr 30 with minimum yield strength of 30,000 psi. Minimum thickness shall be 12 gauge (nominal 2.65 mm). B. Rolled Structural Shapes: Rolled structural shapes shall conform to ASTM A36. C. Horizontal Wind Girders: When intermediate wind girders are required, the girders shall be either rolled structural shapes or a truss design of equivalent strength, and shall be either coated the same as the tank exterior, or hot dip galvanized. D. Hardware 1. Bolts used in tank joints shall be 1/2-inch diameter and shall meet the minimum requirements of AWWA D1O3, Section 2.2. 2. Bolts shall conform to ASTM A3O7, ASTM A325 or ASTM A449, as required by the tank design. 3. Bolts shall be mechanically galvanized to Class 50 of ASTM B695, or hot dip galvanized to ASTM A153. Nuts shall be hot dip galvanized to ASTM A153. 7/24/2018 G003-109K/TS-13206 13206-4 Bolted Steel Storage Tank 4. All bolts in contact with the stored liquid shall be provided with synthetic • gasket-backed steel washers for placement between the nuts and the steel sheets. Other joints shall have steel flat washers under the nuts to protect the external coating. Shell hardware exposed on the interior of the tank shall be plastic covered to protect against corrosion. Exterior hardware shall be plastic covered. All floor hardware shall be supplied with a screw or plastic cap (equal to TPC Cap). Single piece encapsulated nuts will not be permitted unless properly torqued. 5. Gaskets and/or sealants shall conform to AWWA D103 Section 2.10. E. Cleaning: Following fabrication, parts shall be thoroughly cleaned by a detergent wash/clean water rinse process followed immediately by hot air drying. F. Surface Preparation 1. Following the wash/rinse and drying, the parts shall be steel grit blasted to the equivalent of a near-white finish SSPC-SP 10 (SA 2.5). 2. The surface anchor pattern shall not be less than 1.0 mil (25 microns). G. Coating- Epoxy 1. All parts shall be factory coated within 30 minutes after blasting; no shaping, bending, punching, flanging, or grinding may be done on the steel after blasting and before coating. Field coating, except for touch-up, will not be permitted. 2. Coatings shall be in accordance with AWWA D1O3 Section 10.5 and shall be suitable for storage of municipal landfill leachate containing petroleum products, degreasing agents, alkali cleaning agents, diesel fuel, oil and grease. Interior coating shall be a two-component, baked-on epoxy coating (minimum 5 MDFT) equal to Trico-Bond 478TM. Exterior coating system shall be equal to Trico-Bond 478 prime coat (minimum 2 MDFT) and a finish coat of acrylic enamel (minimum 1 MDFT). 3. Exterior color shall be approved by the Engineer. H. Inspection 1. All coated parts shall be inspected prior to shipment, and shall be marked with a part number which shall correspond to the appropriate tank erection drawings to clarify and simplify tank assembly. parts shall be inspected for color uniformity. 111 2. All coated sheets and p 7/24/2018 G003-109K/TS-13206 13206-5 Bolted Steel Storage Tank • 3. A representative sampling of coated sheets shall be inspected in accordance with AWWA D1O3, Section 10.4 or 10.5 to verify minimum coating dry film thicknesses. 2.03 Concrete Concrete used for the foundation shall have the strength required by the manufacturer and be in accordance with the requirements of Section 03300 of these Specifications, and shall have a minimum compressive strength of 4,000 psi at 28 days. 2.04 Reinforcing Steel Reinforcing steel used for the foundation shall be ASTM A 615, Grade 60. 2.05 Accessories A. Piping: The tank shall be supplied with connecting piping for the storage tanks in accordance with the Drawings. B. Ladders: The tank shall be provided with outside tank ladders. Side bars shall not • be less than 3/8 x 2-1/2-inches wide, rungs shall be round and not less than 3/4-inch in diameter. All ladders shall comply with OSHA Standards. Ladders shall be OSHA-approved outside tank ladder with full cage shall be provided from the top of the foundation to the access platform. The lower eight feet shall be removable. Ladder and cages shall be galvanized. C. Shell Manhole: Furnish and install an access manhole in the lower tank shell approximately two feet above the bottom. The manhole shall be properly reinforced to provide for stresses. The manhole shall be a minimum of 24-inches in diameter, and shall be provided with outside flanges for bolted cover. The cover shall be fitted with a gasket and properly bolted to the outside flange. The cover shall be supported from the shell by means of a davit. E. Level Indicator Bracket: Provide a bracket to support liquid level indicator to be provided by others. The level indicator will be ultrasonic Hydroranger 200 as manufactured by Siemens. Part 3 Execution 3.01 Foundations • A. The tank contractor shall design and construct a reinforced concrete ring wall foundation for the tanks. Contractor shall complete any additional soil borings or analyses needed to complete this design. The Contractor shall submit shop 7/24/2018 G003-109K/TS-13206 13206-6 Bolted Steel Storage Tank drawings, (and stress analysis, if requested), to the Engineer for review prior to 411) construction. 1. Strip topsoil from the area within the limits of the foundation. 2. Excavate as required to neat lines for the foundation of the tank. Excavation shall be true to dimension - undercut areas shall be filled with concrete. Loose dirt(resulting from the excavation work) in the foundation bottom shall be thoroughly compacted to maximum practical density prior to placing concrete and sand cushion. Maximum practical density shall be determined by the firm responsible for the foundation subsurface analysis. Concrete shall be placed as soon as practical after excavation. Backfill shall be tamped in 12-inch layers to maximum practical density. Excess dirt shall be graded, as directed,to drain the site. B. Foundation Design 1. The foundation design shall be part of the tank supply contract. The design shall be stamped by a professional engineer with a valid Georgia license. 2. The design shall meet the requirements of AWWA D103. The top of the foundation shall be a minimum of 6" above finished grade and shall meet elevations and requirements per the Drawings. The tank foundation shall be • a ring wall design. 3. The tank supplier shall supply a tank pad (minimum 1/2-inch thick) cane- fiber joint filler meeting the requirements of ASTM D 1751 where the tank steel floor sits on concrete. 4. Tank manufacturer shall provide all tank wall to concrete foundation connections as required to resist issues associated with Article 1.02 of this section of the Specifications as well as buoyant forces for a full containment area. Design should detail all necessary requirements for anchor connections to the concrete foundation. 3.02 Concrete Testing All concrete testing shall be in accordance with Section 03300 of these Specifications. 3.03 Shop Fabrication and Erection A. All workmanship done on the tank shall be first class in every respect. Shop fabrication and erection shall be done in accordance with the provisions of Section AWWA D103. • 7/24/2018 G003-109K/TS-13206 13206-7 Bolted Steel Storage Tank B. Field erection of factory-coated bolted steel tanks shall be part of the tank manufacturer's scope of work, and shall be performed by the manufacturer's personnel. Erection shall be in strict accordance with the manufacturer's recommendations. Particular care shall be exercised in handling and bolting of tank panels, supports, and members to avoid abrasion or scratching of coating. Touch-up coating shall be done in accordance with manufacturer's recommendations under the supervision of the manufacturer's authorized representative. 3.04 Testing A. Following completion of erection and cleaning of tank, it shall be tested for liquid tightness by filling the tank to its overflow elevation and holding the liquid for 24 hours. B. Any leaks disclosed by this test shall be corrected by the erector in accordance with the manufacturer's recommendations. 3.05 Clean-Up Before the work is considered complete, all rubbish and unused material due to or connected with the construction must be removed from the premises and disposed of in a manner satisfactory to the Owner. Streets, curbs, cross-walks, pavements, sidewalks, fence and other private and public property disturbed or damaged shall be restored to their former condition and final payment will be withheld until such work is finished. END OF SECTION • 7/24/2018 G003-109K/TS-13206 13206-8 Bolted Steel Storage Tank THIS PAGE INTENTIONALLY LEFT BLANK i • 7/24/2018 G003-109K/TS-13206 Section 16000 • Electrical 16010- BASIC ELECTRICAL REQUIREMENTS 1.1 QUALITY ASSURANCE A. All electrical work shall be in accordance with the following codes and agencies: 1. The National Electrical Code (NFPA-70), 2017 Edition. 2. The International Building Code, 2012 Edition with Georgia 2014, 2015 and 2017 Amendments. 3. Regulations of the local utility company concerning metering and service entrance. 4. 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. 1.2 PERMITS A. Obtain all permits and inspections required for the work involved. Deliver to the owner all certificates of inspection. 11111 1.3 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. 1.4 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. Do not scale drawings for connection locations. Bring all discrepancies to the immediate attention of the engineer. 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 Electrical Work. • 3/7/2018 G003-109K/TS-02200 16000-2 Electrical 1.5 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 and devices are for convenience only. Errors or obsolescence shall not relieve the furnishing of items which meet the technical description given in specifications, noted, or required by function designated. 1.6 SCHEDULING OF OUTAGES A. Electrical work requiring interruption of electrical power which would adversely affect the normal operation of other portions of the owner's property, shall be done at other than normal working hours. Normal working hours shall be • considered 8:00 a.m. to 6:00 p.m., Monday through Friday. Schedule the interruption of electrical power one week prior to actual shutdown. Owner must approve outage. 1.7 SITE INVESTIGATION AND RENOVATION CONDITIONS A. Prior to submitting bids for the project, visit the site to become familiar with existing conditions. The project shall be restored to its existing condition, with the exception of work under this contract, prior to final payment. B. Provide additions and alterations to existing work required to produce a complete electrical installation. Relocate existing electrical work for other trades required to complete the work and to maintain buildings in service. Provide for the removal, reinstallation, reconnection or relocation of existing circuit wiring, wiring devices, lighting fixtures, etc., necessitated by the new work. If any portion of an existing circuit is in an area where no new work is being done, but is made electrically discontinuous by the new work, it shall be recircuited to maintain electrical continuity. Cutting, channeling, chasing, or drilling of walls, partitions, ceilings, or other surfaces and support, or anchorage of conduit, or other electrical work, shall be done without damage to other piping or building equipment. Existing surfaces shall then be patched and • painted to match the surrounding areas. 3/7/2018 G003-109K/TS-16000 16000-3 Electrical • 1.8 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. 1.9 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 grey semi-gloss enamel. All other painting shall be done under the "Painting" section of these specifications. 1.10 SHOP DRAWINGS • A. The Contractor shall submit for review by the Engineer a complete schedule and data of materials and equipment to be incorporated in the work. Submittals shall be supported by descriptive material, such as catalogs, cuts, diagrams, performance curves, and charts published by the manufacturer, to show conformance to specification and drawing requirements; model numbers alone will not be acceptable. Complete electrical characteristics shall be provided for all equipment. B. Submittals shall be made for each of the following items: Disconnect Switches Control Panel Material List Manual Transfer Switch Enclosed Circuit Breakers Generator Receptacle Wiring Devices Lighting Fixture Surge Protection FVNR Starter Junction Boxes Cable Grips Stainless Steel Conduit Stainless Steel Conduit Fittings Variable Frequency Drives C. Each individual submittal item for materials and equipment shall be marked to show specification section and paragraph number which pertains to the item. D. Prior to submitting shop drawings, review the submittal for compliance with the 11111 Contract Documents and place a stamp or other confirmation thereon which 3/7/2018 G003-109K/TS-16000 16000-4 Electrical • states that the submittal complies with Contract requirements. Submittals without such verification will be returned disapproved without review. 1.11 SHORT CIRCUIT/COORDINATION STUDY/ARC FLASH HAZARD ANALYSIS A. Scope 1. The contractor shall furnish short-circuit and protective device coordination studies which shall be prepared by the equipment manufacturer. 2. The contractor shall furnish and Arc Flash Hazard Analysis Study per NFPA 70E - Standard for Electrical Safety in the Workplace, reference Article 130.3 and Annex D. B. Submittals For Construction 1. The results of the short-circuit, protective device coordination and arc flash hazard analysis studies shall be summarized in a final report. No more than five (5) bound copies of the complete final report shall be submitted. 2. The report shall include the following sections: a. One-line diagram showing protective device ampere ratings and associated designations, cable size & lengths, transformer kVA & voltage ratings, motor & generator kVA ratings, and 1111 switchgear/switchboard/panelboard designations b. Descriptions, purpose, basis and scope of the study c. Tabulations of the worst-case calculated short circuit duties as a percentage of the applied device rating (automatic transfer switches, circuit breakers, fuses, etc.); the short circuit duties shall be upward- adjusted for X/R ratios that are above the device design ratings d. Protective device time versus current coordination curves with associated one line diagram identifying the plotted devices, tabulations of ANSI protective relay functions and adjustable circuit breaker trip unit settings e. Fault study input data, case descriptions, and current calculations including a definition of terms and guide for interpretation of the computer printout f. Incident energy and flash protection boundary calculations g. Comments and recommendations for system improvements, where needed h. Executive Summary including source of information and assumptions made C. Qualifications 1. The short-circuit, protective device coordination and arc flash hazard analysis studies shall be conducted under the supervision and approval of a 3/7/2018 G003-109K/TS-16000 16000-5 Electrical • Registered Professional Electrical Engineer skilled in performing and interpreting the power system studies. The Registered Professional Electrical Engineer shall be a full-time employee of the electrical power equipment manufacturer (Square D, Eaton or GE). D. Studies 1. Contractor to furnish short-circuit and protective device coordination studies as prepared by equipment manufacturer. The coordination study shall begin with the utility company's feeder protective device and include all of the electrical protective devices down to and include the largest feeder circuit breaker and motor starter in the 480 Volt system. The study shall also include variable frequency drives, harmonic filters, power factor correction equipment, transformers and protective devices associated with variable frequency drives, emergency and standby generators associated paralleling equipment and distribution switchgear. 2. The contractor shall furnish an Arc Flash Hazard Analysis Study per NFPA 7OE -Standard for Electrical Safety in the Workplace, reference Article 130.3 and Annex D. E. Data Collection 111 1. Contractor shall furnish all field data as required by the power system studies. The Engineer performing the short-circuit, protective device coordination and arc flash hazard analysis studies shall furnish the Contractor with a listing of required data immediately after award of the contract. F. Short-Circuit and Protective Device Evaluation Study 1. Use actual conductor impedances if known. If unknown, use typical conductor impedances based on IEEE Standards 141, latest edition. 2. Transformer design impedances and standard X/R ratios shall be used when test values are not available. 3. Provide the following: a. Calculation methods and assumptions b. Selected base per unit quantities c. One-line diagram of the system being evaluated with available fault at each bus, and interrupting rating of devices noted d. Source impedance data, including electric utility system and motor fault contribution characteristics e. Typical calculations f. Tabulations of calculated quantities • g. Results, conclusions, and recommendations 3/7/2018 G003-109K/TS-16000 16000-6 Electrical 4. Calculate short-circuit momentary and interrupting duties for a three-phase • bolted fault at each: a. Electric utility's supply termination point b. Enclosed breaker c. 480V and 240V panelboards d. Pump control panels e. Manual transfer swtiches 5. For grounded systems, provide a bolted line-to-ground fault current study for areas as defined for the three-phase bolted fault short-circuit study. 6. Protective Device Evaluation: a. Evaluate equipment and protective devices and compare to short circuit ratings G. Protective Device Coordination Study 1. Proposed protective device coordination time-current curves shall be graphically displayed on log-log scale paper. 2. Include on each curve sheet a complete title and one-line diagram with legend identifying the specific portion of the system covered. 3. Terminate device characteristic curves at a point reflecting maximum symmetrical or asymmetrical fault current to which device is exposed. • 4. Identify device associated with each curve by manufacturer type, function, and, if applicable, tap, time delay, and instantaneous settings recommended. 5. Plot the following characteristics on the curve sheets, where applicable: a. Electric utility's protective device b. Medium voltage equipment relays c. Medium and low voltage fuses including manufacturer's minimum melt, total clearing, tolerance, and damage bands d. Low voltage equipment circuit breaker trip devices, including manufacturer's tolerance bands e. Transformer full-load current, magnetizing inrush current, and ANSI transformer withstand parameters f. Conductor damage curves g. Ground fault protective devices, as applicable h. Pertinent motor starting characteristics and motor damage points i. Pertinent generator short-circuit decrement curve and generator damage point 6. Provide adequate time margins between device characteristics such that selective operation is provided, while providing proper protection. • 3/7/2018 G003-109K/TS-16000 16000-7 Electrical • H. Arc Flash Hazard Analysis 1. The arc flash hazard analysis shall be performed according to the IEEE 1584 equations that are presented in NFPA70E-2004, Annex D. 2. When appropriate, the short circuit calculations and the clearing times of the phase overcurrent devices will be retrieved from the short-circuit and coordination study model. Alternative methods shall be presented in the proposal. 3. The flash protection boundary and the incident energy shall be calculated at all significant locations in the electrical distribution system (enclosed breaker, pump control panel, wet well,junction box, generator and automatic transfer switch) where work could be performed on energized parts. 4. The Arc-Flash Hazard Analysis shall include all MV, 480V locations and significant locations in 240 volt systems fed from transformers equal to or greater than 125 kVA. 5. Safe working distances shall be specified for calculated fault locations based upon the calculated arc flash boundary considering an incident energy of 1.2 cal/cm2. 6. The Arc Flash Hazard analysis shall include calculations for maximum and • minimum contributions of fault current magnitude. 7. Arc Flash calculations shall be based on actual overcurrent protective device clearing time. Maximum clearing time will be capped at 2 seconds based on IEEE 1584-2002 section B.1.2. I. Report Sections 1. Input Data 2. Short-Circuit Data 3. Recommended Protective Device Settings a. Circuit Breakers: 4. Incident energy and flash protection boundary calculations. a. Arcing fault magnitude b. Device clearing time c. Duration of arc d. Arc flash boundary e. Working distance f. Incident energy g. Hazard Risk Category h. Recommendations for arc flash energy reduction • 3/7/2018 G003-109K/TS-16000 16000-8 Electrical • J. Field Adjustment 1. Adjust relay and protective device settings according to the recommended settings table provided by the coordination study. 2. Make minor modifications to equipment as required to accomplish conformance with short circuit and protective device coordination studies. 3. Notify Owner in writing of any required major equipment modifications. K. ARC FLASH WARNING LABELS 1. The vendor shall provide a 3.5 in. x 5 in. thermal transfer type label of high adhesion polyester for each work location analyzed. 2. The label shall have an orange header with the wording, "WARNING, ARC FLASH HAZARD", and shall include the following information: a. Location designation b. Nominal voltage c. Flash protection boundary d. Hazard risk category e. Incident energy f. Working distance g. Engineering report number, revision number and issue date 3. Labels shall be machine printed, with no field markings • 4. Arc flash labels shall be provided in the following manner and all labels shall be based on recommended overcurrent device settings. a. For each 480 and applicable 240 volt enclosed breaker and disconnects, one arc flash label shall be provided b. For each motor control center, one arc flash label shall be provided c. For each panelboard, one arc flash label shall be provided 5. Labels shall be field installed by the contractor. 16100 - BASIC MATERIALS 2.1 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-80.1, C-80.3. 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. • 3/7/2018 G003-109K/TS-16000 16000-9 Electrical • C. Conduits shall be as specified for the following conditions: 1. Conduits above grade shall be rigid aluminum conduit (RAC). 2. Conduits installed within concrete slabs shall be schedule 80 heavy wall PVC. Where transition is made from raceway in slab to any type of raceway out of slab, make transition with a rigid aluminum elbow. Provide corrosion protection on aluminum conduits in concrete. 3. Conduits installed in direct contact with earth shall be schedule 80, heavy wall PVC. 4. Use flexible conduit for connections to motors, dry type transformers and all vibrating equipment. a. Length shall not exceed 18." b. Maintain ground continuity through flexible conduit with a green equipment grounding conductor. c. Liquid-tight flexible conduit shall be used in exterior installations. D. RAC fittings shall be standard aluminum threaded couplings, threaded hubs, bushings, and elbows. Non-metallic conduit fittings shall be of the same material as the conduit furnished and shall be the product of the same manufacturer. • E. All exposed conduit within the leachate containment area, and stub ups within the leachate containment areas, shall be stainless steel. Provie 304 stainless steel, minimum. All fittings, couplings, threaded hubs and elbows shall be stainless steel. Provide PVC coated stainless steel liquid-tight flex for connection to motors, vibrating equipment and instruments. F. All conduit support parts and hardware shall be stainless steel. Conduit straps shall be single hole or two hole stainless steel. Conduit support channels shall be 304 stainless steel 11 "x 11 " - 14 gauge channel. Wire or chain is not acceptable for conduit hangers. G. 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. H. 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. • I. Conduit shall be run parallel or at right angles to walls and structural members. Support branch circuit conduits at intervals not exceeding 10 feet, and within 3 3/7/2018 G003-109K/TS-16000 16000- 10 Electrical • feet of each box or change of direction. Restore the fire rating of all wall penetrations. 2.2 WIRES AND CABLES A. The following specifications and standards are incorporated into and become a part of this specification: 1. Underwriter's Laboratories, Inc. Publications 44, 83, 486, 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. C. All open, shorted, or grounded conductors and any with damaged insulation shall be removed and replaced with new material free from defects. D. Conductor size shall be minimum of No. 12 AWG, unless larger size is required by the drawings or the NEC. Insulation voltage level rating shall be 600 volts. All wire and cable shall bear the UL label. Fire alarm, data, and communication conductors are not included in this specification; they shall comply with NEC • requirements. E. Conductors No. 10 and smaller shall be solid copper, 90 degrees C. type THWN/THHN. Conductors larger than No. 10 shall be stranded copper, 90 degrees C. type THWN/THHN, or XHHW. F. Color code all conductors. No. 6 and smaller shall have solid color compound or coating. No. 4 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. 240/120 volt single phase three wire system: Phase A-black, Phase B-red, neutral-white. 2. 240/120 volt, three phase four wire delta: Phase A-black, Phase B (high leg)-orange, Phase C-blue, neutral-white. 3. 480Y/277 volt three phase four wire wye system: Phase A-brown, Phase B-orange, Phase C-yellow, neutral-grey. 4. Grounding conductors shall be green or green traced. G. Maintain phase rotation established per N.E.C. at service equipment throughout entire project. 3/7/2018 G003-109K/TS-16000 16000- 11 Electrical • H. Group and lace with nylon tie straps all conductors within enclosures. Make splices in conductors only within junction boxes, wiring troughs, or other NEC approved enclosures. Do not splice conductors in pull boxes, panelboards, safety switches, or motor control enclosures. Identify each conductor as to circuit connection in all boxes and enclosures. I. Terminate stranded conductors No. 10 AWG and smaller with crimp-type lug or stud. Crimp terminal shall be the configuration type suitable for terminal point. J. Torque each terminal connection to the manufacturer's recommended torque value. A calibrated torquing tool shall be used to insure proper torque application. 2.3 BOXES A. The following specifications and standards are incorporated into and become a part of this specification: 1. Underwriter's Laboratories, Inc. Publications 50, 467, 514. B. Boxes shall be rustproof metal. Outlet boxes for GFI receptaces shall be 2 3/4" 1111 deep. C. Outlet boxes for switches and receptacles in exposed wiring systems shall be cast FS type with matching device plate. For exterior installations, use while-in- use covers. Boxes for individual devices flush mounted in exposed concrete block shall be single gang masonry boxes 3 1/2" deep. Boxes installed in poured concrete or cast in place shall be concrete-tight type; box depth shall allow 2" minimum concrete cover. 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 NEC 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. E. All boxes shall be completely accessible and as required by the NEC. Provide an outlet box for each device. Box sizes shall be increased from those outlined above if required by Article 314 of the NEC. F. Support every box from structure. Secure to hollow masonry with toggle bolts, metal with sheet metal screws, solid masonry or concrete with expansion anchors. 3/7/2018 G003-109K/TS-16000 16000- 12 Electrical G. Remove only knockouts as required and plugall unused openings. After II q completion, using indelible ink wide tip marker, indicate on the cover of each junction and pull box the designation of each circuit contained therein. 2.4 WIRING DEVICES A. The following specifications and standards are incorporated into and become a part of this specification: 1. National Electrical Manufacturer's Association Publications WD-1, WD-5. B. Single pole weatherproof, 20 amp, 277 volt switches shall be Hubbell 1281-1750. Equivalent switches manufactured by Arrow Hart, 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 shall be Hubbell GFTWRST83. Equivalent receptacles manufactured by Arrow Hart, Legrand, or Leviton are acceptable. D. Device plates shall be one piece single or multi-gang type selected to match the III device or combination of devices. Device plates for flush mounted devices shall be type 302 stainless steel. 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 while-in- use cover. E. All devices shall be provided with white finish. 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. 2.5 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 Manufacturer's Association Publications KS-1. B. Products of General Electric, Eaton or Square D which comply with these specifications are acceptable. II 3/7/2018 G003-109K/TS-16000 16000- 13 Electrical • C. Disconnect switchesnon- fusible 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 4X stainless steel for all damp, wet, or exterior locations unless other types are indicated on the drawings. 4. Manual transfer switches shall be non-fused double-throw safety switches. Provide with factory installed insulated neutral and ground lugs. Identify "Emergency" and "Normal" positions. D. Switches shall have the following features: 1. Quick-make, quick break switching mechanism. 2. Line terminal shields. 3. Provisions for padlocking in the "off" position. 4. Door interlocks to prevent door from opening when switch is closed. Provide inconspicuous means to defeat this interlock. 5. Permanent name plate indicating all ratings. • 6. Arc chute for each pole. 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 36" and 60" above finished floor. 2.6 SUPPORTING DEVICES A. Provide and install supporting devices which comply with manufacturer's 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, 3/7/2018 G003-109K/TS-16000 16000- 14 Electrical i properly • supports, clamps, and attachments to supeort piping in g from building structure only. Torque sleeve seal nuts, complying with manufacturer's recommended values. Ensure that sealing grommets expand to form water-tight seal. 2.7 ELECTRICAL IDENTIFICATION A. Install engraved plastic- laminate sign on each major unit of electrical equipment. Provide a single line of text, 1/2" high lettering on 1 1/2" high sign (or 2" high sign if 2 lines required). Provide signs for each unit of the following: 1. Panelboards. 2. Electrical cabinets and enclosures 3. Transformers 4. Control panels 5. Disconnect and manual transfer switches. 16400 - DISTRIBUTION EQUIPMENT 3.1 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 Manufacturer's Association Standards WC-5, WC-7. C. Grounding electrode conductors shall be bare or green insulated copper sized as indicated on the drawings. 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 NEC 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, i.e., wireways, equipment enclosures and frames,junction and outlet boxes, machine frames, 3/7/2018 G003-109K/TS-16000 16000-15 Electrical 0 and other conductive items in close proximity with electrical circuits. Ground the neutral of all dry type transformers to a driven ground rod; 3/4" X 10' copper clad. 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. The equipment grounding conductor shall be terminated with a screw or bolt used for no other purpose. Equipment grounding conductors shall terminate on panel board, switchboard, or motor control center grounding bus only. Do not terminate on neutral bus. 3.2 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, C-89.2. B. Products of General Electric, Eaton or Square D which comply with these specifications are acceptable. C. Transformers shall be self-cooled, rated for continuous operation at rated KVA, 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 C. in 40 degrees C. maximum ambient, 30 degrees C. average ambient unless otherwise indicated. Transformer insulation system shall be UL rated as 220 degrees C. system. Sound rating shall not exceed NEMA and ANSI standards for the KVA rating. Internal vibration dampening shall be provided on all transformers. D. Transformer enclosures shall be weatherproof, ventilated, drip-proof with removable front and rear cover panels, suitable for floor mounting, for transformers rated 30 KVA and up. For transformers up to 25 KVA, transformers shall be totally enclosed, non-ventilated with a resin encapsulated core and coil and drip-proof housing. Provide stainless steel NEMA 3R rated enclosures. 1111 3/7/2018 G003-109K/TS-16000 16000- 16 Electrical E. Primary ratings shall be 480 volts, 1 phase, 2 wire. Secondary service shall be III 240/120 volts, 1 phase, 3 wire. Nominal impedance shall be 4.5 percent minimum. 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; 15 KVA and below shall be wall mounted. Installation shall meet the requirements of the 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 NEC requirements for separately derived systems. H. Do not install equipment over transformers, unless indicated on the drawings. Install secondary over current protective device within 10 feet horizontally from 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. 3.3 ENCLOSED CIRCUIT BREAKERS A. Circuit breakers shall be of the ampacity, class, and NEMA Rated as shown on the drawings,terminals shall be suited for 60 degrees C or 75 degrees C conductors. All separately mounted breakers shall be in NEMA 4X stainless steel enclosures. Breakers used for service disconnects shall be labeled as such. Factory installed ground terminals and insulated neutral bus shall be provided in all enclosures. Breakers shall be Eaton, Square D or G.E. B. Circuit breakers shall be quick-make, quick-break, NEMA Rated thermal magnetic type. Two and three pole breakers shall be common internal trip. Tie handles are not acceptable. Breakers shall be ambient compensated type at 50 degrees C. C. Provide insulated neutral where required or indicated. Provide bonding jumper when used as service disconnect. D. Provide an equipment grounding lugs for termination of equipment ground • conductors. 3/7/2018 G003-109K/TS-16000 16000- 17 Electrical • E. Minimum interrupting rating shall be as shown on the drawings. F. When used as service disconnect, provide service label per NEC. 3.4 GENERATOR RECEPTACLES A. Provide a power receptacle at pump station to receive power from a portable power plant. B. Receptacle shall match customers portable generator plug. C. Refer to pump station one line schedule for minimum rating required. Generator receptacles shall not exceed 20OA. D. For portable generator connections above 2O0A, provide Crouse-Hinds Posi-Lok panels and manual transfer switch assembly in a NEMA 4X stainless steel enclosure. Provide phase A, B, C, Neutral and Ground connections. Furnish Eaton QCDT series or equal by Square D or G.E. 3.5 MANUAL TRANSFER SWITCH • A. Provide a manual non-fusible double throw safety switch to transfer from the normal to a standby portable power source, in a NEMA 4X stainless steel enclosure. B. Provide a factory installed neutral (S/N) and an equipment ground bar. C. Identify "Normal" and "Emergency" positions. D. Terminals shall be suited for 60 degrees C or 75 degrees C conductors. 3.6 VARIABLE FREQUENCE DRIVES (VFD) A. References 1. The VFD controller shall meet or exceed the requirements within the following standards for VFDs. a. NFPA 70 b. UL 508C c. NEMA ICS 3.1 d. NEMA 250 e. IEEE 519 • 3/7/2018 G003-109K/TS-16000 16000- 18 Electrical B. Design Requirements 1111 1. Provide VFD controllers in accordance with the detailed specifications and plans. C. Submittals 1. Shop drawings are required with the following: a. Fault ratings. b. Unit descriptions, including amperage ratings, circuit breaker frame sizes, circuit breaker continuous amp ratings, pilot devices, etc. c. Schematic wiring diagrams. D. Warranty 1. The VFD manufacturer shall provide a 100% replacement warranty for the VFDs for a period 6 years from the date of start-up. E. Manufacturers 1. Square D Altivar 61 2. Eaton SVX90OO 3. Dan Foss Aqua FC2O2 F. Ratings 1111 1. Voltage: Unless shown differently on the plans, the VFD shall be rated for a 48OV (+1- 10%), 3-phase system. 2. For VFD controllers greater than 25HP,the displacement power factor shall range between 1.0 and 0.95 lagging, over the entire speed range. 3. Efficiency: Minimum of 97%at full load and speed. 4. Environmental Ratings: a. Operating ambient temperature range (NEMA 4X): 0° C to 40° C. b. Relative humidity range: 5%to 95% non-condensing. c. Output Power Ratings: d. The output voltage shall be adjustable from 0 to rated motor voltage. e. The output frequency range shall be adjustable from 0 to 320 Hz. f. The inverter section shall produce a pulse-width-modulated (PWM) waveform using latest generation insulated gate bipolar transistors (IGBTs). 5. Sizing: a. Unless otherwise noted on the plans, all loads are normal-duty loads. b. The VFD manufacturer shall size each VFD based on the following normal-duty requirements: i. VFD continuous output amps rating shall be higher than the Full Load Amps (FLA) of the motor that it is to control. III 3/7/2018 G003-109K/TS-16000 16000-19 Electrical • ii. VFD 1-minute overload output amps rating shall be a minimum of 110% higher than the FLA of the motor that it is to control. iii. VFD 3-second overload output amps rating shall be a minimum of 150% higher than the FLA of the motor that it is to control. G. Enclosure 1. The VFD shall be mounted in a separate NEMA 4X stainless steel enclosure. H. VFD Controller Features 1. Overload Protection a. The drive shall provide internal Class 10 motor overload protection investigated by UL to comply with N.E.C. Article 430. b. Overload protection shall be speed sensitive and adjustable. 2. Terminal Blocks a. Separate terminal blocks shall be provided for control and power wiring. 3. Flying Start a. The drive shall be capable of determining the speed and direction of a spinning motor and adjust its output to "pick up"the motor at the rotating speed. • I. VFD System Options 1. Harmonic Mitigation 2. High System Harmonic Influence VFD Controllers shall be provided with 5% DC Link reactors (IEEE 519 - 1992 compliant): a. Other harmonic mitigation designs, including Active Filters and Active Front Ends, are not allowed. 3. Remote mount control display in pump control panel inner door of the main control panel. Extend control wiring between VFD and control panel as required. The remote display shall provide manual start/stop/speed control and display of operation parameters. 4. An oil-tight pilot lamp indicating motor running shall be mounted on the compartment door. 5. Provide phase failure/phase reversal/under voltage relay with integral time delay in starter with automatic reset. Deenergize motor on voltage alarm. 6. Provide 24 hour alternating Relay Timer in the control panel. 7. Connect to internal motor over temperature sensors as required. 8. Provide auxiliary contracts for all auxiliaries. J. Manufacturer's Services 1. The VFD Manufacturer shall provide start-up services for the VFDs. The start- up services shall be performed by a trained Field Service Engineer who is an employee of the VFD manufacturer. All costs (travel, expenses, potential 3/7/2018 G003-109K/TS-16000 16000-20 Electrical in the start-up • stand-by time) shall be included services. The VFD manufacturer shall be responsible for coordinating with the Equipment Supplier and Installer to avoid/minimize stand-by time. 2. At a minimum, the start-up service shall include: a. Pre-Power Check i. Megger motor resistances: phase-to-phase and phase-to-ground. ii. Verify system grounding per manufacturer's specifications. iii. Verify power and ground signals. iv. Check connections. v. Check environment. b. Power-Up and Commissioning i. Measure incoming power: phase-to-phase and phase-to-ground. ii. Measure DC bus voltage. iii. Measure AC current: unloaded and loaded. iv. Measure output voltage: phase-to-phase and phase-to-ground. c. Record all measurements and identify all settings in O&M Manual. d. Tune for system operation. e. Provide final parameter listing. 3. Provide 3 sets of O&M Manuals. Identify all settings of VFD's in O&M Manuals. • K. Training 1. The VFD manufacturer shall provide (1) 4-hour on-site training course for up to 4 students on the basic operation, maintenance, and troubleshooting of the VFDs utilized on the project. This training will be conducted on (1)trip. Coordination shall be the responsibility of the contractor. All costs (travel and expenses)shall be included. 2. Ata minimum, the training shall include: a. Review of the final plans identifying major components. b. Review starting/stopping procedures and options for the various controllers/starters. c. Review operation of the Human Interface Modules (if applicable for programming and monitoring of the system(s). d. Review the maintenance requirements of the system(s). e. Review safety concerns of the system(s). f. Review of Support Sources and Contacts. 3.7 FULL VOLTAGE/ NON-REVERSING (FVNR) MAGNETIC STARTERS A. Magnetic starters shall be across-the-line non-combination type. B. Magnetic starters shall be NEMA size one unless other size is shown on the • drawings or unless larger size is required by actual motor controlled. Mount 3/7/2018 G003-109K/TS-16000 16000-21 Electrical • starters within the pump control panel. Starters shall be for operation on a three-phase 460-volt system. C. Each magnetic starter shall have solid state overload protection. Control voltage shall be 120 volts provided from a separate source. Provide fuse for control coil. Provide hand-off-automatic switch. Interlocks shall be provided to provide control sequence indicated on the drawings. D. Provide Square D type S contactors and Square D Class 9065 Motor Logic solid state overload relays or approved equal. 3.8 PUMPING STATION SIMPLEX/DUPLEX/TRIPLEX CONTROL PANEL A. Furnish and install simplex/duplex/triplex control panel housed in a NEMA 4X stainless steel enclosure with door-within-door construction for operation on 480 volt, 3 phase, 4 wire 60 hertz service. B. For each pump motor there shall be included an individual motor circuit breaker, a motor controller, hand-off-auto selector switch, green running light and elapsed time meter and amp meter for Phase B. Provide door mounted pilot lamps for a high • level alarm and phase failure/under voltage alarm. Provide alarm light mounted as shown on drawings. Provide 20 amp single pole breakers in control panel to serve auxiliary loads shown on the drawings. Provide phase failure/under voltage relay to deenergized motors and to provide signal alarm to the SCADA Panel. All components shall be NEMA rated. C. Circuit breakers shall be precalibrated to match motors and control characteristics and factory sealed to ensure trip setting in tamperproof. A 24 volt control circuit transformer with disconnect and overload protection shall be included with an automatic electrical alternator for use with the level sensor function for the wetwell. D. Note that only the 24 volt control voltage shall be used in the wet well sensor circuits. The reminder of the controls shall be designed to operate on 120 volt, 60 hertz, and single phase. The complete unit shall be completely tested and inspected at the factory prior to shipment. Complete electrical diagrams, dimensional drawings, and functional description shall be provided for approval by the Engineer. E. Provide the following features and components in the control panel. 1. Control Requirements: Control operations shall be as follows a. The pump controller shall provide for simplex or duplex operation of the • pump station. The pump controller shall be compatible with pumps operating with FVNR starters. The controller shall also provide for duplex 3/7/2018 G003-109K/TS-16000 16000-22 Electrical The control panel shall operation of the blowers (new containment area). also provide independent operation of the sump pump. b. The pump controller shall call for lead pump to start and stop, lag pump start and stop. The controller shall automatically alternate the pumps to equalize runtime on the two pumps. c. Following the complete pumping cycle, the controller shall automatically select the first lag pump from the previous cycle to be the lead pump in the next cycle. d. The controller shall accept a high-level float input that will cause a station alarm and call the two pumps to progressively start. The controller shall also accept a low-level float input that will cause a station alarm and stop all pumps in a controlled sequence. e. The civil engineer shall determine the required rate of decrease in the wet well level for pump speed reduction. f. Acceptable float: 1) Anchor Scientific Roto Float g. Provide controls so all pumps do not operate 1 minute after transfer to emergency or to normal power. Set controls so only one pump can start at a time. h. The control panel shall provide duplex operation of the blowers based • upon level indication from the tanks and a 24 hour alternating timer. 2. Components: a. Enclosure: The controls shall be mounted in a NEMA 4X stainless steel control panel. All control devices shall be mounted in the inner door. Motor circuit breakers and motor controllers shall be NEMA rated. b. Two Pump Alternator c. 24 hour alternating timer. d. Elapsed Time Meters: Per pump required - door mounted. e. Hand - off - Auto switch per pump - door mounted. f. High level pilot lamp - door mounted. g. Phase failure/under voltage pilot lamp - door mounted. h. AMP Meter -B Phase-Door Mounted. i. Notor controller for each pump provided. j. Motor Circuit breaker for each pump provided. k. Protective relays and auxiliary relays. Relays shall be 8 or 11 pin round. I. Terminals block for all connections. m. Vaportight and waterproof alarm light with wire guard mounted as shown on drawings. 3. Alarm Points a. Provide the following points for transmission via the SCADA Panel. Provide . a labeled terminal strip in the control panel for the following points: 3/7/2018 G003-109K/TS-16000 16000-23 Electrical 1) Pump 1 Fail 2) Pump 2 Fail 3) High Water Level -Wet Well 4) Low Water Level - Wet Well 5) Blower 1 Fail 6) Blower 2 Fail 7) Sump Pump Fail END OF SECTION • 3/7/2018 G003-109K/TS-16000 16000-24 Electrical THIS PAGE INTENTIONALLY LEFT BLANK. 3/7/2018 G003-109K/TS-16000