PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND...

164
August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT AND SINKING FUND COMMISSIONERS OF THE CITY OF DALTON, GEORGIA _________________________________________ HAMMOND CREEK MIDDLE SCHOOL SEWER EXPANSION PROJECT COMMISSIONERS JOE YARBROUGH CHAIRMAN CATHY HOLMES VICE CHAIRMAN TOMMY BOGGS BRYAN HAIR HAL LONG TOM A. BUNDROS CHIEF EXECUTIVE OFFICER ________________________________________

Transcript of PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND...

Page 1: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

August 2019

REQUEST FOR PROPOSALS

CONTRACT, PLANS AND SPECIFICATIONS

FOR

CONSTRUCTING SEWER COLLECTION EXPANSIONS

FOR

THE BOARD OF WATER, LIGHT AND SINKING FUND COMMISSIONERS

OF

THE CITY OF DALTON, GEORGIA

_________________________________________

HAMMOND CREEK MIDDLE SCHOOL SEWER EXPANSION

PROJECT

COMMISSIONERS

JOE YARBROUGH – CHAIRMAN

CATHY HOLMES – VICE CHAIRMAN

TOMMY BOGGS

BRYAN HAIR

HAL LONG

TOM A. BUNDROS

CHIEF EXECUTIVE OFFICER

________________________________________

Page 2: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

TABLE OF CONTENTS

FOR

HAMMOND CREEK MIDDLE SCHOOL SEWER EXPANSION PROJECT

FOR

THE WATER, LIGHT AND SINKING FUND COMMISSION

OF

THE CITY OF DALTON, GEORGIA

Advertisement for Bids……………………………………………….…………… 001113

Instructions to Bidders………………………………………………….…………. 002113

Bid…………………………………………………………………….…………… 004113

Non-Collusion Affidavit of Prime Bidder…………………………….…………... 004519

Corporate Certificate………………………………………………….…………… 004543

Statement of License Certificate…………………………………………………...

E-Verify……………………..…………..…………………………………………

004546

004549

Construction Contract…………………………………………………………….. 005213

Performance Bond………………………………………………………………… 006113.13

Payment Bond…………………………………………………………………….. 006113.16

General Requirements and Conditions……………………………………….…… 007213

Allowances………………………………………………………………………… 012100

Owner Supplied Materials…………………………………………………………

Technical Specifications

012126

Sewers and Accessories…………………………………………………….… 333113.01

Cast-In-Place Concrete Work…………………………………………………

Trenching and Backfilling…………………………………………………….

033000

312333

Erosion and Sedimentation Controls………………..………………………... 312500

Chain Link Fences and Gates…………………………………………………

Boring and Jacking…………. …………………………………….………….

Sanitary Utility Sewerage Force Mains………………………………………

8’x12’ Above Ground Lift Stations……………………………………..

323113

330523.16

333400

333200A

Page 3: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

ADVERTISEMENT FOR

BIDS

001113

Page 4: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

ADVERTISEMENT FOR BIDS

FOR

HAMMOND CREEK MIDDLE SCHOOL SEWER EXPANSION PROJECT

FOR

THE BOARD OF WATER, LIGHT AND

SINKING FUND COMMISSIONERS

OF THE

CITY OF DALTON, GEORGIA

D/B/A DALTON UTILITIES

Print Date: 8/26/2019

Sealed Proposals for HAMMOND CREEK MIDDLE SCHOOL SEWER EXPANSION

PROJECT for the BOARD OF WATER, LIGHT AND SINKING FUND COMMISSIONERS

OF THE CITY OF DALTON, GEORGIA D/B/A DALTON UTILITIES (“Owner”) will be

received in the Auditorium of the Dalton Utilities Administration Building at 1200 V.D. Parrott

Jr. Parkway until 2:00 P.M. local time October 11th, 2019, at which time they will be publicly

opened and read.

Work to be Done: The work to be done (hereinafter referred to as “Work”) consists of furnishing

all materials and equipment, except those specified in the Bid, and performing all labor necessary

for the following project (hereinafter referred to as “Project”):

Construct the Hammond Creek Middle School Sewer Expansion Project as shown in the

drawings and specifications. The project will include the construction of a wastewater lift

station, gravity sanitary sewer main, and a sanitary sewer force main as shown in the drawings.

The lift station to be constructed for this project will be located across from the new Hammond

Creek Middle School on Pleasant Grove Drive as shown on the plans. This includes but not

limited to installing a 6-inch HDPE force main, approximately 1,420 linear feet in length, and a

8-inch D.I.P. gravity main, approximately 600 linear feet in length.

The project will also consist of a directional bore for the sewer gravity main and a Jack and Bore

for a force main beneath the North Bypass (S US Hwy 76) as shown in the drawings. The gravity

sanitary sewer main will be open cut on the property of the school. The project will also include

Horizontal Directional Boring for the force as seen on plans. Dalton Utilities will supply the

package lift station, HDPE pipe, ductile iron pipe, fittings, gravel, manholes and valves for the

project. The contractor will be responsible for supplying all other materials.

The Contractor’s work also includes all erosion, sedimentation, and pollution control necessary

for the project. The cost of any permits required for erosion control and land disturbing will be

borne by the Owner. The Contractor will be responsible for the cost of any other permits or

licenses required to complete the work. The Contractor will complete all necessary clean-up and

restoration work to include filling, finish grading, grassing, landscaping, pavement repairs,

driveway repairs, culvert repairs, drainage ditch restoration and other necessary restoration

activities such that post construction conditions are EQUAL TO OR BETTER than those

conditions that existed prior to any construction activity occurring.

Page 5: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

001113-2

Advertisement for Bids

Print Date: 8/26/2019

The Owner is authorized to issue change orders, without the necessity of additional requests for

bids, within the scope of the Project when appropriate or necessary in the performance of the

contract. No additional work shall be performed unless authorized by the Owner. The bidder

declares that it understands that the unit price quantities shown in the proposal are subject to

adjustment by either increase or decrease, by the Owner, and that should the quantities of any of

the items of the 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 actual quantities at the unit price bid and will make no claim for

anticipated profits for any decrease in the quantities, and that quantities will be determined upon

completion of the Work at which time adjustment will be made to the contract amount by direct

increase or decrease.

Bidder Pre-qualification: Pre-qualification of bidders for this project is required. Bidders must

submit a pre-qualification package containing requested information to the office of Dalton

Utilities by 5:00 P.M., local time, Thursday, September 19, 2019. All applicants submitting

pre-qualification documentation will be notified of their status via phone call to the contact

person listed on the package by 5:00 P.M. Friday, September 20, 2019. Only bids submitted by

properly pre-qualified bidders will be opened.

Mandatory Pre-Bid Meeting: A mandatory pre-bid meeting will be held at Dalton Utilities for all

properly pre-qualified bidders. This meeting will be held on Wednesday, September 25, 2019,

at 2:00 pm in the upstairs auditorium at the Dalton Utilities office building located at 1200 V.D.

Parrott Jr. Parkway in Dalton, Georgia. This meeting is mandatory and if a properly pre-qualified

bidder does not attend, then Dalton Utilities will not open a bid from this contractor.

Time Allotted: All work as specified herein shall be completed within 270 calendar days of

notice to proceed. Contractors submitting bids on project must be prepared to proceed with work

within three weeks of bid opening.

Bids: Bids shall contain complete and detailed prices for labor, equipment, and construction

materials for all items listed.

Contractor’s License: All bidders must possess any and all licenses and permits as may be

required by applicable federal, state and/or local law/ordinances. The Georgia Utility Contractor

License Number shall be written on the face of the bid.

Performance and Bid Bond: A bid bond will be required in the amount of 10% of the total bid

amount. A contract performance bond and a payment bond, in an amount equal to one hundred

percent (100%) of the contract price, will be required of the successful bidder.

Withdrawal of Bids: Except as provided in O.C.G.A. Section 36-91-43, no submitted bid may be

withdrawn for a period of sixty (60) days after the scheduled closing time for the receipt of bids.

Page 6: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

001113-3

Advertisement for Bids

Print Date: 8/26/2019

Additional Instructions to Bidders, Drawings, Specifications and Contract Documents:

Additional instructions to bidders, drawings, specifications, and other contract documents may be

examined at Dalton Utilities, Watershed Engineering Services, 1200 V.D. Parrott Jr. Parkway,

Dalton, Georgia. Drawings, Specifications and Contract Documents may be obtained at Dalton

Utilities’ website https://www.dutil.com/engineering or in person at Dalton Utilities, 1200 V.D.

Parrott Jr. Parkway, Dalton, Georgia 30721. A nonrefundable charge of $100.00 will be charged

for all hard copies of bid documents obtained from Dalton Utilities, as requested.

Acceptance or Rejection of Bids: The right is reserved to accept or reject any and all bids and to

waive technicalities and informalities.

Statutory Requirements: Notwithstanding any provision of this advertisement, all proposals must

also comply with the minimum applicable requirements of Chapter 91 of Title 36 of the Official

Code of Georgia Annotated.

E-Verify Requirements: All contractors and subcontractors performing work for Dalton Utilities

must participate in the E-Verify Program pursuant to the Georgia Security and Immigration

Compliance Act (SB 529).

THE BOARD OF WATER, LIGHT AND SINKING FUND

COMMISSIONERS OF THE CITY OF DALTON, GEORGIA

By: Tom A. Bundros, Chief Executive Officer

Page 7: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

INSTRUCTIONS TO

BIDDERS

002113

Page 8: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Print Date: 8/26/2019

INSTRUCTIONS TO BIDDERS

FOR

HAMMOND CREEK MIDDLE SCHOOL SEWER EXPANSION

PROJECT FOR

THE BOARD OF WATER, LIGHT AND SINKING FUND COMMISSIONERS

OF THE

CITY OF DALTON, GEORGIA

D/B/A DALTON UTILITIES

Bids received until 2:00P.M., Local Time, October 11, 2019

INSTRUCTIONS TO BIDDERS

I. Definitions:

Unless otherwise defined in this document, capitalized terms have the meaning

defined in the Contract.

II. Evaluation of Bidders:

The Contract will be awarded pursuant to O.C.G.A. Section 36-91-21 to the

lowest responsible and responsive bidder whose bid meets the requirements and

criteria set forth in the invitation for bids. A responsible bidder is a person or

entity that has the capability in all respects to perform fully and reliably the

Contract requirements as determined by Dalton Utilities (“Owner”). A responsive

bidder is a person or entity that has submitted a bid that conforms in all material

respects to the requirements set forth in the invitation for bids as determined by

Owner. Factors to be considered may include, but are not necessarily limited to

the following:

A. Determination of Contract Awardee:

1. The Owner reserves the right to award the project to the Contractor

who presents a bid that is determined to be the best overall value to the

Owner. This does not guarantee award of the project to the lowest

bidder. Award of this contract will be based on a combination of

price, schedule, previous experience on similar projects, references

from other sources having employed the contractor, and all other

Page 9: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

002113-2

Instructions to Bidders

Print Date: 8/26/2019

requirements detailed in this document and all contract documents.

The Owner will determine which is the lowest responsible and

responsive bidder based on:

a) Completeness: The completeness and regularity of the bid form.

b) Exclusions: Bid form without exclusions, alternatives, or special

conditions.

c) Contract Time: The Contractor has a maximum of 270 calendar

days to complete the project.

2. Bidder’s ability to begin the Work on this Project within three weeks

upon the award of the Contract with sufficient resources to complete

the Project by the Completion Date and maintain timely progress as

determined by the Owner.

B. Qualifications of Bidders:

1. Each bidder must submit as part of its bid proposal a completed

Statement of Bidder’s Qualifications

2. The bidder must maintain a permanent place of business.

3. The bidder must have adequate technical experience on similar

projects of comparable size.

4. The bidder must have sufficient resources (including but not limited to

labor, equipment, and financial resources) to complete the Project by

the Completion Date and maintain timely progress as determined by

the Owner. The bidder should consider existing commitments in

determining adequate personnel and equipment availability throughout

the Project so as to stay on schedule and finish all Work by the

Completion Date.

5. The bidder shall possess all necessary certifications for the bidder as

an entity, for individuals it employs, and for all associated equipment

to complete the Project by the Completion Date. Any reference made

to necessary certifications includes but is not limited to conforming to

the standards of all applicable technical society, organization, body,

code, and standards. The bidder shall provide all materials needed to

meet or exceed these necessary certifications including material

fabrication, and the bidder shall provide all necessary testing and

installation. In a case where the Owner establishes a more stringent

Page 10: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

002113-3

Instructions to Bidders

Print Date: 8/26/2019

qualification, the more stringent qualification shall prevail. In

addition, necessary certifications shall include all applicable

requirements of local codes, utilities, and any other authorities having

jurisdiction regarding the Project. The bidder must have a damage

prevention program in place providing for coordination of excavating

with the Utilities Protection Center of Georgia and have the provisions

for a readily available location for the excavation permit on site for the

particular excavation. This information shall be delivered in writing

prior to commencement of Work on the Project.

6. The bidder shall have all necessary licenses and permits to complete

the Project by the Completion Date. All licenses and permits must

give the bidder authority to perform the Work including similar

licensing for reference in the bidder’s State of origin. This includes

any permits required by Whitfield County for pavement cuts.

7. If the Contract is awarded to the bidder, the bidder must obtain and

maintain insurance coverage of the types and amounts set forth in the

Construction Contract.

III. Site Examination and Sub-Surface Conditions:

The bidder is expected to examine the location of the Project and to inform itself

fully as to the conformation of the ground; the character of equipment and

facilities needed preliminary to, and during the performance of the Work; the

general and local conditions; and all other matters that can in any way affect the

Work to be done.

A sub-surface investigation has not been made on any portion of the work site by

Dalton Utilities. As such, the amount of rock excavation and unsuitable materials

is unknown. The bidder shall make its own analysis of the materials to be

encountered and include prices for removal and replacement of these materials in

its unit prices.

IV. Interpretation of Drawings and Specifications:

If any entity contemplating submitting a bid for the Project has any question as to

the true meaning of any part of the Drawings, Specifications, or other Contract

Documents, or as to the scope of any part of the Work, it shall submit to the

Owner a written request for an interpretation thereof. The entity submitting the

request will be responsible for its prompt delivery in ample time for an

interpretation to be issued before the bid opening date. Questions must be

received by 2:00 pm on Thursday, October 3, 2019. No questions will be

Page 11: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

002113-4

Instructions to Bidders

Print Date: 8/26/2019

answered within 72 hours of bid opening. Interpretations of the documents will

be made only by addendum, and a copy of the addendum will be posted on the

Owner’s website 72 hours prior to bid opening. The Owner will not be

responsible for other interpretations of the documents. The bids shall be opened

publicly, and evaluated by the Owner without discussion with the bidders.

V. Complete Work Required:

The Specifications, the Drawings, and all Contract Documents are essential parts

of the Contract. Application requirements occurring in one are as binding as

though occurring in all. All requirements are intended to be complementary, and

to describe and provide for the complete Work.

VI. Pre-qualification Submittal:

1. The bidder shall provide Corporate experience including:

a.) The applicant has operated under the current corporate name for

the last 4 years.

b.) Provide name, address, and telephone number of applicant’s

corporate headquarters, relevant regional office(s) and subsidiaries,

if any.

c.) Provide name, title and biographical summary of all corporate

officers.

d.) The applicant has sufficient bonding capacity to provide

performance and payment bonds, both in the amount of 100 % of

the contract amount. Provide a statement of bonding capacity,

bonding company, insurance agent contact persons, and telephone

numbers.

e.) The applicant has access to adequate equipment to complete the

project. Provide a list of major equipment proposed to perform the

work and indicate whether owned or leased.

f.) The applicant has never failed to complete a project. Provide a

statement that the applicant has never failed to complete a project.

If this is not the case, explain.

g.) The applicant has a history of completing projects consistently on

time and within the bid amount. Contractor must provide a

statement of any projects that were not completed on time. Provide a statement that the applicant has not been involved in

liquidated damages in the past 5 years or served the Owner with a

claim for additional compensation prepared by an attorney or a

claims consultant, excluding routing change order requests. If this

is not the case, explain.

h.) The applicant has a history of not being involved in litigation

Page 12: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

002113-5

Instructions to Bidders

Print Date: 8/26/2019

against Owners or Engineering Firms. The applicant should

provide a statement that they have not been involved in litigation

as a plaintiff against the Owner or Engineering Firm in the past 5

years. If this is not the case, please explain.

i.) The applicant has available project management personnel with at

least two years’ experience on projects with the technical

characteristics listed in paragraph 2 below to complete the project.

Provide experience of proposed on-site project manager and/or

field superintendent who would supervise and be in charge of the

project. Experience can be from a previous employment but must

be pertinent to technical information listed in paragraph 2. If your

firm is the successful bidder, at least one of these key personnel

must be actively involved in the day-to-day operations of the

Hammond Creek Middle School Sewer Expansion Project in

Whitfield County, Georgia.

j.) List all other projects currently under contract, the current contract

amounts, and scheduled completion dates

k.) Contractor must provide OSHA Incident Rate for the past three (3)

years.

2. The bidder shall provide Technical Experience including:

a.) Two wastewater force main and lift station installation projects of

similar scale and technical difficulty of the Hammond Creek

Middle School Sewer Expansion Project.

b.) Projects must have been completed or started within the time frame

of September 1, 2015 and September 1, 2019. Each of these

projects must be complete or progressing on schedule as of

September 1, 2019. Dalton Utilities will consider experience

performed as a sub-contractor, provided that these projects were

completed ahead of schedule and under budget.

c.) Projects must be at least $350,000.00, or that portion of a sub-

contracted project must have been equal to or greater than

$350,000.00.

d.) Contractor must have previous experience with the installation of

sewer force mains, gravity mains, wet wells, and lift stations. List

previous experience.

3. Provide the information specified below for each of the above projects:

a.) Name of the project as bid; name of Owner; name of engineering

firm; name, position or title, address and telephone number of

contact person currently employed by each of the above; percent of

labor related items performed by the applicant’s own work force.

b.) A complete description of each project including linear footage of

Page 13: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

002113-6

Instructions to Bidders

Print Date: 8/26/2019

pipeline installed and associated diameters.

c.) The bid amount and final cost to the Owner, with an explanation of

cost overrun, if any, including change orders.

d.) The contract time as bid, actual time to complete project and

completion date, with an explanation of time overrun, if any.

The applicant’s pre-qualification package should be signed by an officer of the

company. Failure of the contractor to provide requested information or

provide accurate information may result in contractor disqualification. No

bid shall be opened unless the bidder has been approved by Dalton Utilities prior

to the bid opening date. If the bid is submitted by a joint venture, all parties to the

joint venture must individually satisfy the pre-qualification requirements. Final

determination of the applicant’s qualification is the approval by Dalton Utilities.

The package must be received by the Owner not later than 5PM on Thursday,

September 19, 2019. Applicants will be advised of their pre-qualification status

by 5PM on Friday, September 20, 2019. This package shall be sent to the Owner

at Dalton Utilities, 1200 V.D. Parrott Jr. Parkway, Dalton, Georgia 30721

Attention: Antwon McLin.

Page 14: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

BID

004113

Page 15: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Print Date: 8/15/2019

BID

Project Description: Hammond Creek Middle School Sewer Expansion Project

Proposal of ________________________________________________________

(hereinafter called “Bidder”),

To: The Board of Water, Light and Sinking Fund Commissioners of the City of Dalton,

Georgia.

Gentlemen:

The Bidder, in compliance with your Advertisement for Bids for the construction

of this project, having examined the Drawings and Specifications with related documents

and the site of the proposed work and being familiar with all of the conditions

surrounding the construction of the proposed project, including the availability of

materials and labor, hereby proposes to furnish all labor, materials, equipment, and

supplies to construct the project in accordance with the Contract Documents, within the

time set forth therein, and at the price(s) stated below. This price(s) is to cover all

expenses including overhead and profit incurred in performing the work required under

the Contract Documents, of which this proposal is a part.

Bidder hereby agrees to commence work under this contract on or before a date to

be specified in written Notice to Proceed of the Owner and to fully complete the project

within 270 consecutive calendar days thereafter as stipulated in the specifications.

Bidder further agrees to pay, as liquidated damages, the sum of $ 1,000.00 for each

consecutive calendar day thereafter as hereinafter provided in the General Conditions.

Bidder acknowledges receipt of the following addenda:

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

Bidder agrees to perform all necessary work as described in the Specifications and

shown on the Plans to complete the Project as specified, including all appurtenant and

accessory work for the attached price(s).

The attached price(s) shall include all labor, materials, equipment, supplies,

overhead, profit, insurance, etc., to cover the finished work of the several kinds for which

are called.

Bidder understands that the Owner reserves the right to reject any or all Bids and

to waive any informality in the bidding.

Page 16: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

004113-2

Bid

Print Date: 8/15/2019

The Bidder agrees that this Bid shall be good and may not be withdrawn for a

period of 60 calendar days after the scheduled closing time for receiving Bids.

Upon receipt of written notice of the acceptance of this Bid, Bidder will execute

the formal contract attached within twenty (20) calendar days and deliver surety bonds

and certificate(s) of insurance as required by the Contract Documents. 10 percent of the

total Bid is to become the property of the Owner in the event the contract and bond are

not executed within the time above set forth, as liquidated damages for the delay and

additional expense to the Owner caused thereby.

Respectfully submitted:

____________________________________

By_________________________________

Signature

Title________________________________

____________________________________

____________________________________

____________________________________

Business Address

ATTEST:

__________________________________

Name_____________________________

(Please Type)

Title______________________________ (SEAL)

Note: Attest for corporation secretary; for a partnership by another partner; for an

individual By a Notary.

Page 17: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

DALTON UTILITIES

BID SHEET

HAMMOND CREEK MIDDLE SCHOOL SEWER EXPANSION

Unit Total

Item No. Unit Description Price Price

SEWER FORCE MAIN/LIFT STATION

1.) 1,420 LFDirectional Bore with 6" HDPE w/Locate Wire (2 Strands) Sta 0+00 - 6+50,

Sta 9+50 - 14+20$ $

2.) 300 LFDirectional Bore with 12" Steel Casing State Hwy 3 (DOT), U.S 76 Sta 6+50 -

9+50$ $

3.) 6 EA Install 6" DI Fittings (90 bends, Tees, MJ Adaptors, etc) $ $

4.) 2 EAInstall 2" Combination Air Valve Stations (includes precast manhole w/ ring

and covers)$ $

5.) 1 EAAll Labor to Unload and Install Gorman Rupp Package Lift Station (includes

all site work, fence, landscape, gravel, etc..)$ $

6.) 1 EA Install Lift Station Wet Well 6 Feet Inside Diameter $ $

7.) 50 Tons Stone Backfill/Placement $ $

8.) 1 EA Connect to Existing Manhole (Core & Boot) $ $

SUBTOTAL $

GRAVITY SEWER

1.) 100 LFDirectional Bore 8" DI Class 350 Pipe Pleasant Grove Drive (County) Sta

4+00 - 5+00$ $

2.) 500 LF Install 8" Ductile Iron Pipe 12'-14' Depth $ $

3.) 230 Tons Stone Backfill/Bedding (Placement) $ $

4.) 57 VF Install Pre-Cast Manholes $ $

5.) 5 EA Install Rings and Covers $ $

SUBTOTAL $

EROSION CONTROL

1.) 250 LF Install Type C Silt Fence $ $

2.) 5 EA Install Stone Check Dams (to be field verified) $ $

3.) 1 EA Install Construction Entrance (at Lift Station) Typical $ $

4.) 1 LS Site Preperation (Lift Station & Sta 5+00 to 7+00) $ $

SUBTOTAL $

ALLOWANCE ITEMS

1.) 10 CY Removal of Rock (if rock is encoutered) $ $

2.) 40 LF Directional Drill in Rock (if rock is encoutered) $ $

3.) 1 LS Landscaping at Lift Station $ $

SUBTOTAL $

TOTAL $

Labor

Approx.

Quantity

Page 18: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

NON-COLLUSION

AFFIDAVIT OF PRIME

BIDDER

004519

Page 19: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Print Date: 8/15/2019

004519

Non-Collusion Affidavit of Prime Bidder

STATE OF GEORGIA COUNTY OF WHITFIELD

_____________ , being first duly sworn, deposes and says that:

He is _______ of ________________________, the Bidder that has submitted the

attached Bid;

He is fully informed respecting the preparation and contents of the attached Bid and of all

pertinent circumstances respecting such Bid;

Such Bid is genuine and is not a collusive or sham Bid;

Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,

employees or parties in interest, including this Affiant, has in any way colluded,

conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person

to submit a collusive or sham Bid in connection with the Contract for which the attached

Bid has been submitted or to refrain from bidding in connection with such Contract, or

has in any manner, directly or indirectly, sought by agreement or collusion or

communication or conference with any other Bidder, firm or person to fix the price or

prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost

element of the Bid price or the Bid price of any other Bidder, of to secure through any

collusion, conspiracy, connivance or unlawful agreement any advantage against the

Board of Water, Light and Sinking Funding Fund Commissioners of the City of Dalton or

any person interested in the proposed Contract; and

The price or prices quoted in the attached Bid are fair and proper and are not tainted by

any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or

any of its agents, representatives, owners, employees, or parties in interest, including this

Affiant.

(Signed) ___________________________ (Signature on File)

(Title)

Subscribed and Sworn to before me this ____ day of _________________, 2019.

_________________________ My Commission Expires:______________

(Signature on File) (Notary Public) (SEAL)

Page 20: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

CORPORATE

CERTIFICATE

004543

Page 21: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

004543

Corporate Certificate

Print Date: 8/15/2019

CORPORATE CERTIFICATE

I, _____________________________________ certify that I am the Secretary of the

corporation named as Contractor in the foregoing proposal; that ____________________

__________________________, who signed said proposal in behalf of the Contractor

was then ____________________________ 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 _______________________ and its registered and in good

standing with the ___________________________ Secretary of State.

This _______ day of __________________________, 2019.

____________________________________

(SEAL)

Page 22: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

STATEMENT OF

LICENSE CERTIFICATE

004546

Page 23: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

004546

Statement of License Certificate

Print Date: 8/15/2019

STATEMENT OF LICENSE CERTIFICATE

Each Contractor bidding shall fill in and sign the following:

This is to certify that _ (“Contractor”) has fully complied with

all the requirements of the Georgia State Construction Industry Licensing Board

Laws and Rules. The Contractor’s license number, other information outlined in

the Instructions for Bidders, expiration date, and that part of classification

applying to the bid shall appear on the envelope containing the Bid, otherwise the

Bid will not be considered.

The Georgia State Construction Industry Licensing Board issued to the

Contractor, Certificate No. __ ____, expires on ____ .

Signed _______________________

Name ____

Title

Page 24: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

E-VERIFY

004549

Page 25: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

004549-1

E-Verify Affidavit

Contractor Affidavit under O.C.G.A. §13-10-91(b)(1)

By executing this affidavit, the undersigned contractor 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 services on behalf of the Water, Light and Sinking Fund Commission of the City of Dalton,

Georgia d/b/a Dalton Utilities has registered with, is authorized to use and uses the federal work

authorization program commonly known as E-Verify, or any subsequent replacement program, in

accordance with the applicable provisions and deadlines established in O.C.G.A. §13-10-91. Furthermore,

the undersigned contractor will continue to use the federal work authorization program throughout the

contract period and the undersigned contractor will contract for the physical performance of services in

satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the

information required by O.C.C.A. §13-10-91(b). Contractor hereby attests that its federal work

authorization user identification number and date of authorization are as follows:

_____________________________________________

Federal Work Authorization User Identification Number

_____________________________________________

Date of Authorization

_____________________________________________

Name of Contractor

_____________________________________________

Name of Project

_____________________________________________

Name of Public Employer

I hereby declare under penalty of perjury that the foregoing is true and correct.

Executed on ______________, ___, 201___ in ________________ (city), ___________ (state).

_____________________________________________

Signature of Authorized Officer or Agent

_____________________________________________

Printed Name and Title of Authorized Officer or Agent

SUBSCRIBED AND SWORN BEFORE ME

ON THIS THE ____ DAY OF____________, 201___.

__________________________________

NOTARY PUBLIC

My Commission Expires: _____________

Page 26: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

004549-2

E-Verify Affidavit

Subcontractor Affidavit under O.C.G.A. §13-10-91(b)(3)

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 services under a contract with ______________________________ (name of contractor)

on behalf of the Water, Light and Sinking Fund Commission of the City of Dalton, Georgia d/b/a Dalton

Utilities has registered with, is authorized to use and uses the federal work authorization program

commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable

provisions and deadlines established in OC.G.A. §13-10-91. Furthermore, the undersigned subcontractor

will continue to use the federal work authorization program throughout the contract period and the

undersigned subcontractor will contract for the physical performance of services in satisfaction of such

contract only with sub-subcontractors who present an affidavit to the subcontractor with the information

required by O.C.G.A. §13-10-91(b). Additionally, the undersigned subcontractor will forward notice of the

receipt of an affidavit from a sub-subcontractor to the contractor within five business days of receipt. If the

undersigned subcontractor receives notice of receipt of an affidavit from any sub-subcontractor that has

contracted with a sub-subcontractor to forward, within five business days of receipt, a copy of such notice

to the contractor. Subcontractor hereby attests that its federal work authorization user identification number

and date of authorization are as follows:

_____________________________________________

Federal Work Authorization User Identification Number

_____________________________________________

Date of Authorization

_____________________________________________

Name of Subcontractor

_____________________________________________

Name of Project

_____________________________________________

Name of Public Employer

I hereby declare under penalty of perjury that the foregoing is true and correct.

Executed on ___________, ___ 201___ in __________________ (city), ________ (state).

_____________________________________________

Signature of Authorized Officer or Agent

_____________________________________________

Printed Name and Title of Authorized Officer or Agent

SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ___ DAY OF__________, 201___.

___________________________________

NOTARY PUBLIC

My Commission Expires: _______________

Page 27: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

004549-3

E-Verify Affidavit

Sub-subcontractor Affidavit under O.C.GA. §13-l0-91(b)(4)

By executing this affidavit, the undersigned sub-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 services under a contract for ___________________________________ (name of

subcontractor or sub-subcontractor with whom such. sub-subcontractor has privity of contract) and

__________________________________________ (name of contractor) on behalf of the Water, Light and

Sinking Fund Commission of the City of Dalton, Georgia d/b/a Dalton Utilities has registered with, is

authorized to use and uses the federal work authorization program commonly known as E-Verify, or any

subsequent replacement program, in accordance with the applicable provisions and deadlines established in

O.C.G.A. §13-10-91. Furthermore, the undersigned sub-subcontractor will continue to use the federal work

authorization program throughout the contract period and the undersigned sub-subcontractor will contract

for the physical performance of services in satisfaction of such contract only with sub-subcontractors who

present an affidavit to the sub-subcontractor with the information required by O.C.G.A. §13-10-91(b). The

undersigned sub-subcontractor shall submit, at the time of such contract, this affidavit to

_________________________________________ (name of subcontractor or sub-subcontractor with

whom such sub-subcontractor has privity of contract). Additionally, the undersigned sub-subcontractor

will forward notice of the receipt of any affidavit from a sub-subcontractor to

_________________________________________ (name of subcontractor or sub-subcontractor with

whom such sub-subcontractor has privity of contract). Sub-subcontractor hereby attests that its federal

work authorization user identification number and date of authorization are as follows:

_____________________________________________

Federal Work Authorization User Identification Number

_____________________________________________

Date of Authorization

_____________________________________________

Name of Sub-subcontractor

_____________________________________________

Name of Project

_____________________________________________

Name of Public Employer

I hereby declare under penalty of perjury that the foregoing is true and correct.

Executed on ___________, _____, 201___ in __________________ (city), ______(state).

_____________________________________________

Signature of Authorized Officer or Agent

_____________________________________________

Printed Name and Title of Authorized Officer or Agent

SUBSCRIBED AND SWORN BEFORE ME ON THIS THE __ DAY OF___________,201___.

__________________________________

NOTARY PUBLIC

My Commission Expires: _____________

Page 28: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

CONSTRUCTION

CONTRACT

005213

Page 29: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

CONSTRUCTION CONTRACT

FOR

HAMMOND CREEK MIDDLE SCHOOL SEWER EXPANSION

PROJECT

This construction contract (“Contract”) is made and entered into on the _______ day of

______________, 2019, by and between THE BOARD OF WATER, LIGHT AND

SINKING FUND COMMISSIONERS OF THE CITY OF DALTON, D/B/A DALTON

UTILITIES, hereinafter called the “Owner” and _______________________, hereinafter

called the “Contractor”.

WITNESSETH:

That for in consideration of the mutual covenants and agreements herein contained and

other good and valuable considerations, the receipt and sufficiency of which is hereby

acknowledged, the parties hereto do agree as follows:

1. Definitions. As used in this Contract, the following terms are defined as follows:

A. “Contract Documents” mean and include the following (and all exhibits and

amendments thereto):

(i) Advertisement for Bids;

(ii) Instructions to Bidders;

(iii) Contractor’s Bid;

(iv) Bid Bond;

(v) This Contract;

(vi) Payment Bond;

(vii) Performance Bond;

(viii) Notice of Award;

(ix) Notice to Proceed;

(x) Plans and Specifications;

(xi) Drawings; and

(xii) any and all Change Orders.

B. “Completion Date” means the date that the Contractor has completed all of its

Work regarding the Project and all of the certifications and affidavits have been

executed in compliance with the Contract Documents.

C. “Project” means Hammond Creek Middle School Sewer Expansion Project, as

previously described in the Contract Documents.

D. “Work” means all materials, supplies, tools, equipment, labor, installation, testing,

and all other services necessary for the completion of the Project.

2. Performance of Work by Contractor. The Contractor shall perform all of the Work

described in the Contract Documents and comply with the terms therein for the price set

forth in the Notice of Award, as may be modified by Change Orders. All Work

performed by the Contractor shall be subject to the inspection and approval of the Owner.

Page 30: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

005213-2

Construction Contract

3. Changes from Plans and Specifications. Any and all changes from the Contract Plans

and Specifications shall be approved by the Owner prior to any changes in the Work

being performed. Any and all changes from the Contract Plans and Specifications that

result in a change in the scope of work to be performed shall be approved by the Owner

in writing by a written Change Order Form, executed by the Owner and Contractor prior

to any changes in the Work being performed. For the purpose of this section, a change in

the scope of the Work to be performed occurs whenever there is a change in the total

price of the Contract or the scheduled Completion Date.

4. Time Period for Performance of Work. The Contractor will be required to complete

all work for the project in 270 calendar days unless the time period is modified by a

written Change Order that has been executed by the Owner and Contractor. In addition,

the Contractor shall achieve completion dates as specified in the Contract Documents for

specific tasks to be accomplished as part of the overall Project. Work shall begin on the

date specified in the Notice to Proceed. The Contractor shall deploy labor, materials, and

equipment such that Work is prosecuted regularly, diligently and uninterrupted, at a rate

of progress that will ensure meeting all final or task specific completion dates.

5. Bonds.

A. Performance Bond. The Contractor shall provide a performance bond

approved by the Owner in the amount of at least the total amount payable

by the terms of this Contract and shall be increased as the total amount

payable pursuant to this Contract is increased. The Contractor shall be

required to maintain the performance bond in the amount of 100% of the

total Contract price until the expiration of the warranty period.

B. Payment Bond. The Contractor shall provide a payment bond approved

by the Owner in an amount equal to the total amount payable by the terms

of this Contract as may be amended, for the use and protection of all

subcontractors, and all persons supplying labor, materials, machinery, and

equipment in the performance of this Contract.

6. Compliance with Laws, Regulations, and Contractor Requirements. The Contractor

will comply with all applicable laws and with all the requirements of any and all federal,

state, and local authorities having jurisdiction over said Work or any matters connected

therewith. Contractor will also comply with all requirements contained in General

Requirements and Conditions of the Plans and Specifications.

7. Payment for Work Performed. The owner will pay only for Work completed in

accordance with the unit prices detailed in the bid and as otherwise herein stated. The

Contractor shall submit invoices not later than the tenth day of each month to the Owner

for the Work completed during the preceding month and will attach to such invoices a

detailed summary of the Work completed during the preceding month and the Contract

period to date in a format prescribed by the Owner at the pre-construction meeting.

Should the Owner not prescribe a format, the Contractor shall present the Owner with a

format for review and approval prior to the first invoice being submitted. In preparing

Page 31: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

005213-3

Construction Contract

invoices, materials not subject to deterioration delivered on the Project site will be taken

into consideration for inclusion in the payment request. The stored materials list must

include a brief description (not just manufacturer’s name), invoice, material received

during the period, and material used during the period. The eligible cost for on-site

material included in the payment shall be the amount of the manufacturer invoice reduced

by ten percent (10%) of the amount. All material and Work covered by partial payments

made shall thereupon become the sole property of the Owner, but this provision shall not

be construed as relieving the Contractor from the sole responsibility for the care and

protection of materials and Work upon which payments have been made or the

restoration of any damaged work or as a waiver of the right of the Owner to require the

fulfillment of all of the terms of the Contract.

Within 30 days after the receipt and approval of the invoices, the Owner will pay the

Contractor for the Work covered by said invoices and completed in accordance with this

Contract less any applicable retainage as discussed below in Section 8. Contractor agrees

to and hereby does waive all rights to interest on retainage.

8. Retainage. The Owner shall retain a maximum of ten percent (10%) of each progress

payment described in Section 7 of this Agreement. However, the Owner shall not, except

as set forth hereinafter, withhold any additional retainage when fifty percent (50%) of the

total Contract price, including Change Orders and other additions to the Contract, is due

and the manner of completion of the Work and its progress are reasonably satisfactory to

the Owner. If after discontinuing the retention, the Owner determines that the Work is

unsatisfactory or has fallen behind schedule, the Owner may resume retention at the

previous retention percentage level.

9. Non-Exclusivity. It is understood and agreed that this Agreement is not exclusive and

that the Owner shall have the right to employ other persons or entities to perform work

for it similar to that herein provided for and shall also have the right to perform such

work for itself.

10. Warranty. The Contractor warrants and guarantees for a period of one (1) year from

the Completion Date that the Contractor’s Work is free from any and all defects. The

Contractor shall promptly make all repairs or other corrections necessary as a result of

said defects, including repairs to any other portion of the Project that are necessitated by

said defects. If the Contractor fails to promptly make such repairs or corrections, the

Owner may make, or contract with a third party to make, said repairs or corrections, and

charge the Contractor the cost incurred by the Owner. The Contractor’s Performance

Bond shall remain in full force and effect during the warranty period. This Section shall

survive the termination of this Agreement.

11. Insurance: The Contractor shall provide to the Owner proof and scope of insurance

coverage in the form of a certificate of insurance currently in force. The Contractor shall

maintain said insurance coverage during the entire time period of the Contractor’s

performance of this Contract and warranty period. The certificate of insurance must list

The Board of Water, Light and Sinking Fund Commissioners of the City of Dalton,

Page 32: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

005213-4

Construction Contract

Georgia d/b/a Dalton Utilities and the City of Dalton as an additional named insured.

The insurance shall not be cancelled or materially altered unless at least 30 days prior

written notice has been given to the Owner. This coverage must include but is not

limited to:

A. Worker’s Compensation Insurance: Worker’s Compensation for every person

engaged in any work on the Project.

B. General Liability: Comprehensive General Liability for products and completed

operations shall be XC, U, and the ISO Broadform General Liability endorsement or its

equivalent. This coverage shall include:

1. Bodily Injury Insurance in an amount not less than $1,000,000 for bodily

injury, including accidental death, to any one person, and subject to the same limit for

each person, in an amount not less than $2,000,000 on account of one accident.

2. Property Damage Insurance in an amount not less than $1,000,000 for any one

damage claim, and in an aggregate amount up to $2,000,000 during a period of 12

months.

3. Automobile Liability including bodily injury and property damage of

aforesaid amount.

4. Owner’s Protective Liability Insurance to be issued in the name of the Owner

for liability and property damage in an amount to be determined by the owner.

5. Umbrella Policy to provide for increase in coverage of basic policies to an

amount not less than $5,000,000.

6. Builder’s Risk or Installation Floater Insurance for fire and increase of

coverage in the amount at all times at least equal to the amount paid on account of work

and materials to be set up in the names of Owner and Contractor as their interest may

appear.

12. Indemnification: The Contractor shall indemnify and hold harmless the Owner and

its 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

failure to perform the Work in a good and workmanlike manner by 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 any of its 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

Page 33: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

005213-5

Construction Contract

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.

13. Termination of Contract. In the event the Contractor shall violate any of the

provisions of this Contract or any of the other Contract Documents, or if the quality or

quantity of the Work performed is, in the sole judgment of the Owner, substandard or

unsatisfactory, the Owner shall have the right to terminate this Contract upon 10 days

written notice to the Contractor. If this Contract is terminated by the Owner pursuant to

the provisions of this Section, Contractor shall be responsible for payment of all damages

incurred by the Owner as a result of said termination, including but not limited to the cost

of completing the Work on the Project.

14. Other Remedies. If the Contractor defaults under any of the provisions of the

Contract Documents, the Owner shall be entitled to pursue all remedies permitted by law,

including but not limited to those remedies set forth elsewhere in the Contract

Documents. All remedies of the Owner are cumulative and non-exclusive.

15. Liquidated Damages for Delay in Completion of Project. The Contractor shall

proceed with the Work at a rate of progress that will insure completion of the Project by

the Completion Date. It is expressly understood and agreed by and between the

Contractor and the Owner, that the time for Project completion described is a reasonable

time, taking into consideration the average climatic and economic conditions, and other

factors prevailing in the locality of the Project. It is further agreed that time is of the

essence of each and every portion of this Project.

If the Contractor shall fail to complete all of the Work required by the Completion Date,

or extended time if authorized by a Change Order, then the Contractor shall pay to the

Owner the full amount of liquidated damages of $ 1,000.00 for each calendar day that the

Contractor shall be in default after the time stipulated in the Contract Documents. The

Contractor acknowledges that the actual dollar amount of liquidated damages is difficult

to determine, but the dollar amount of liquidated damages set forth above is a reasonable

estimate of said damages incurred by the Owner.

The Contractor shall not be charged with liquidated damages or any excess cost when the

delay in the completion of the Work is due to the following and the Contractor has

promptly given written notice of such delay to the Owner (and Engineer if there is an

Engineer on the Project):

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,

Page 34: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

005213-6

Construction Contract

C. To any delays of subcontractors occasioned by any of the causes specified in

paragraphs A and B above.

16. Approval of Subcontractors. The Contractor acknowledges and agrees that any

person, firm or other party to whom it is proposed to award a subcontract under this

Contract must be approved in writing by the Owner prior to the subcontractor performing

any work on the Project.

17. Entire Agreement. This Contract and the Contract Documents constitute the entire

agreement between the parties hereto with respect to its subject matter and there are no

representations, warranties, agreements, undertakings or conditions, express or implied,

except as set forth herein. In the event of any conflict between the provisions of the

Contract and the other Contract Documents, the provisions of the Contract control.

18. Modification to Agreement. This Contract may not be amended, supplemented or

otherwise modified except by written instrument signed by each of the parties hereto.

19. Notices. Any notices or other communications required or permitted to be given and

instruments referred to herein must be given in writing and personally delivered or

mailed by prepaid certified mail to the following addresses:

If to Owner: Dalton Utilities

Attn: CEO

PO Box 869

1200 V.D. Parrott, Jr. Parkway

Dalton, Georgia 30722

If to Contractor: Contractor Name

Attn: Contractor Contact

Contractor Address

Contractor City, State, Zip

Any such notice or other communication shall be deemed to have been given

(whether actually received or not) on the day it is mailed (postmarked) or personally

delivered as aforesaid. Any party may change its address for purposes of this

Contract by giving notice of said change to the other parties pursuant to this Section.

20. Non-Waiver. No delay or failure by either party to exercise any right under this

Contract, and no partial or single exercise of that right shall constitute a waiver of that or

any other right, unless otherwise expressly provided herein.

21. Severability. Every provision of this Contract is intended to be severable, and, if any

term or provision is determined to be illegal or invalid for any reason whatsoever, such

illegality or invalidity shall not affect the validity of the remainder of this Contract.

Page 35: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

005213-7

Construction Contract

22. Governing Law. This Contract shall be deemed to have entered into in and shall be

construed in accordance with and governed by the laws of the State of Georgia.

23. Binding Effect. The provisions of this Contract shall be binding upon and shall

insure to the benefit of each of the parties hereto and their respective and permitted

successors and assigns.

24. Time is of the Essence. Time is of the essence of each and every provision of this

Contract.

25. No Third-Party Beneficiaries. Except as may be otherwise expressly provided in this

Contract, nothing contained herein, express or implied, is intended to, nor shall it (1)

confer on any entity other than the parties hereto and their respective and permitted,

successors and assigns, any rights, remedies, obligations under or by reason of this

Contract.

26. Captions. The sections and captions contained herein are for convenience and

reference only, and are not intended to define, extend, extend, or limit any provision of

this Contract.

27. Confidentiality. To the extent not prohibited by law, the Contractor shall keep

confidential the terms of the Contract Documents.

28. Assignment. This Contract may not be assigned by the Contractor without the prior

written consent of the Owner.

29. No partnership. This Contract shall not be interpreted or construed to create an

association, joint venture, partnership, or employer-employee relationship between the

Parties, nor to impose any such obligations or liability on either party. Furthermore,

neither party shall have nay right, power, or authority to enter into any agreement or

undertaking for or on behalf of, to act as, or be an agent or representative of, or to

otherwise bind the other party.

30. Counterparts. This Contract may be executed in one or more counterparts, each of

which shall be deemed an original, and all of which together shall constitute one and the

same instrument.

Page 36: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

005213-8

Construction Contract

IN WITNESS WHEREOF, the parties hereto have executed this Contract under their

respective seals on the day and date first above written in two (2) counterparts, each of

which shall without proof or accounting for the other counterparts be deemed an original

Agreement.

ATTEST: (As to Contractor) CONTRACTOR

_________________________ (Insert Name of Contractor)

By: L.S.

Title:

(SEAL)

ATTEST:

BOARD OF WATER, LIGHT AND

_______________________________ SINKING FUND COMMISSIONERS

Chief Watershed Operations Services OF THE CITY OF DALTON, GEORGIA

and Economic Development

By:____________________________L.S.

(SEAL)

Date:___________________________

Tom A. Bundros

CEO

Page 37: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

PERFORMANCE BOND

006113.13

Page 38: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

PERFORMANCE BOND

Print Date: 8/20/2019

KNOW ALL MEN BY THESE PRESENTS, CONTRACTOR NAME AND

ADDRESS (hereinafter called the “Principal”) and SURETY NAME AND ADDRESS

(hereinafter called the “Surety”) are held and firmly bound unto The Board of Water, Light and

Sinking Fund Commissioners of the City of Dalton, Georgia d/b/a Dalton Utilities (hereinafter

called the “Owner”) and its successors and assigns, in the penal sum of BID AMOUNT

($ ) lawful money of the United States of America, for the payment of which the

Principal and the Surety bind themselves, their administrators, executors, successors and assigns,

jointly and severally, firmly by these presents.

WHEREAS, the Principal has entered, or is about to enter, into a certain written contract

with the Owner, dated _________________ ____ , 2019 which is incorporated hereby by

reference in its entirety (hereinafter called the “Construction Contract”), for the Hammond

Creek Middle School Sewer Expansion Project, more particularly described in the Construction

Contract (hereinafter called the “Project”); and

NOW, THEREFORE, the conditions of this obligation are as follows, that if the

Principal shall fully and completely perform all the undertakings, covenants, terms, conditions,

warranties, and guarantees contained in the Construction Contract, including all modifications,

amendments, changes, deletions, additions, and alterations thereto that may hereafter be made,

then this obligation shall be void; otherwise, it shall remain in full force and effect.

Whenever the Principal shall be, and declared by the Owner to be, in default under the

Construction Contract, the Surety shall promptly remedy the default as follows:

1. Complete the Construction Contract in accordance with the terms and conditions;

or

2. Obtain a bid or bids for completing the Construction Contract in accordance with

its terms and conditions, and upon determination by the Surety and the Owner of the lowest

responsible bidder, arrange for a contract between such bidder and Owner and make available as

the work progresses (even though there should be a default or succession of defaults under the

Construction Contract or contracts of completion arranged under this paragraph) sufficient funds

to pay the cost of completion less the balance of the contract price; but not exceeding, including

other costs and damages for which the Surety may be liable hereunder, the penal sum set forth in

the first paragraph hereof, as may be adjusted, and the Surety shall make available and pay to the

Owner the funds required by this Paragraph prior to the payment of the Owner of the balance of

the contract price, or any portion thereof. The term “balance of the contract price,” as used in

this paragraph, shall mean the total amount payable by the Owner to the Contractor under the

Construction Contract, and any amendments thereto, less the amount paid by the Owner to the

Contractor; or, at the option of the Owner,

3. Allow Owner to complete the work and reimburse the Owner for all reasonable

costs incurred in completing the work.

Page 39: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

006113.13-2

Performance Bond

Print Date: 8/20/2019

In addition to performing as required in the above paragraphs, the Surety shall indemnify

and hold harmless the Owner from any and all losses, liability and damages, claims, judgments,

liens, costs and fees of every description, including reasonable attorney’s fees, litigation costs

and expert witness fees, which the Owner may incur, sustain, or suffer by reason of the failure or

default on the part of the Principal in the performance of any or all of the terms, provisions, and

requirements of the Construction Contract, including any and all amendments and modifications

thereto, or incurred by the Owner in making good any such failure of performance on the part of

the Principal.

The Surety shall commence performance of its obligations and undertakings under this

Bond promptly and without delay, after written notice from the Owner to Surety.

The Surety hereby waives notice of any and all modifications, omissions, additions,

changes, alterations, extensions of time, changes in payment terms, and any other amendments in

or about the Construction Contract, and agrees that the obligations undertaken by this bond shall

not be impaired in any manner by reason of any such modifications, omissions, additions,

changes, alterations, extensions of time, change in payment terms, and amendments.

The Surety hereby agrees that this Bond shall be deemed amended automatically and

immediately, without formal or separate amendments hereto, upon any amendment to the

Construction Contract, so as to bind the Principal and the Surety to the full and faithful

performance of the Construction Contract as so amended or modified, and so as to increase the

penal sum to the adjusted Contract Price of the Construction Contract.

No right of action shall accrue on this Bond to or for the use of any person, entity, or

corporation other than the Owner and any other obligee named herein, or their executors,

administrators, successors or assigns.

This Bond is intended to comply with O.C.G.A. Section 36-91-70, and shall be

interpreted so as to comply with the minimum requirements thereof. However, in the event the

express language of this Bond extends protection to the Owner beyond that contemplated by

O.C.G.A. Section 36-91-70, or any other statutory law applicable to this Project, then the

additional protection shall be enforced in favor of the Owner, whether or not such protection is

found in the applicable statutes.

Page 40: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

006113.13-3

Performance Bond

Print Date: 8/20/2019

IN WITNESS WHEREOF, the undersigned have caused this instrument to be executed

and their respective corporate seals to be affixed and attested by their duly authorized

representatives this _____ day of _____________________, 2019.

CONTRACTOR

By:_________________________________

Title:_______________________________

Attest:

_______________________________ (SEAL)

Title: __________________________

SURETY

By: ________________________________

Title:_______________________________

By:_________________________________

Title:_______________________________

By:_________________________________

Title:_______________________________

Attest:

_______________________________ (SEAL)

Title: __________________________

[Attach Power of Attorney]

Page 41: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

PAYMENT BOND

006113.16

Page 42: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

PAYMENT BOND

Print Date: 8/20/2019

KNOW ALL MEN BY THESE PRESENTS, CONTRACTOR NAME AND

ADDRESS (hereinafter called the “Principal”) and SURETY NAME AND ADDRESS

(hereinafter called the “Surety”) are held and firmly bound unto The Board of Water, Light and

Sinking Fund Commissioners of the City of Dalton, Georgia d/b/a Dalton Utilities (hereinafter

called the “Owner”) and its successors and assigns, in the penal sum of BID AMOUNT

($ ), lawful money of the United States of America, for the payment of which the

Principal and the Surety bind themselves, their administrators, executors, successors and assigns,

jointly and severally, firmly by these presents.

WHEREAS, the Principal has entered, or is about to enter, into a certain written contract

with the Owner, dated _________________ ____ ,2019 which is incorporated hereby by

reference in its entirety (hereinafter called the “Construction Contract”), for the Hammond

Creek Middle School Sewer Expansion Project, more particularly described in the

Construction Contract (hereinafter called the “Project”); and

NOW, THEREFORE, the condition of this obligation is such that if the Principal shall

promptly make payment to all persons working on or supplying labor or materials under the

Construction Contract, and any amendments thereto, with regard to labor or materials furnished

and used in the Project, and with regard to labor or materials furnished but not so used, then this

obligation shall be void; but otherwise it shall remain in full force and effect.

1. A “Claimant” shall be defined herein as any subcontractor, person, party,

partnership, corporation or other entity furnishing labor, services, or materials used, or

reasonably required for use, in the performance of the Construction Contract, without regard to

whether such labor, services, or materials were sold, leased or rented, and without regard to

whether such Claimant is or is not in privity of contract with the Principal or any subcontractor

performing work on the Project, including, but not limited to, the following labor, services or

materials: water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment

directly applicable to the Construction Contract.

2. In the event a Claimant files a claim against the Owner, or the property of the

Owner, and the Principal fails or refuses to satisfy or discharge it promptly, the Surety shall

satisfy or discharge the claim promptly upon written notice from the Owner, either by bond or as

otherwise provided in the Construction Contract.

3. The Surety hereby waives notice of any and all modifications, omissions,

additions, changes, alterations, extensions of time, changes in payment terms, and any other

amendments in or about the Construction Contract and agrees that the obligations undertaken by

this Bond shall not be impaired in any manner by reason of any such modifications, omissions,

additions, changes, alterations, extensions of time, changes in payment terms, and amendments.

4. The Surety hereby agrees that this Bond shall be deemed amended automatically

and immediately, without formal or separate amendments hereto, upon any amendment or

modification to the Construction Contract, so as to bind the Principal and Surety, jointly and

severally, to the full payment of any Claimant under the Construction Contract, as amended or

Page 43: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

006113.16-2

Payment Bond

Print Date: 8/20/2019

modified, provided only that the Surety shall not be liable for more than the penal sum of the

Bond, as specified in the first paragraph hereof.

5. This Bond is made for the use and benefit of all persons, firms and corporations

who or which may furnish any materials or perform any labor for or on account of the

construction to be performed or supplied under the Construction Contract, and any amendments

thereto, and they and each of them may sue hereon.

6. No action may be maintained on this Bond after one (1) year from the date the last

services, labor or materials were provided under the Construction Contract by the Claimant

prosecuting said action.

7. This Bond is intended to comply with O.C.G.A. Section 36-91-90, and shall be

interpreted so as to comply with the minimum requirements thereof. However, in the event the

express language of this Bond extends protection to the Owner beyond that contemplated by

O.C.G.A. Section 36-91-90, or any other statutory law applicable to this Project, then the

additional protection shall be enforced in favor of the Owner, whether or not such protection is

found in the applicable statutes.

Page 44: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

006113.16-3

Payment Bond

Print Date: 8/20/2019

IN WITNESS WHEREOF, the undersigned have caused this instrument to be executed

and their respective corporate seals to be affixed and attested by their duly authorized

representatives this _____ day of _____________________, 2019.

CONTRACTOR

By:_________________________________

Title:_______________________________

Attest:

_______________________________ (SEAL)

Title: __________________________

SURETY

By:_________________________________

Title:_______________________________

By:_________________________________

Title:_______________________________

By:_________________________________

Title:_______________________________

Attest:

_______________________________ (SEAL)

Title: __________________________

[Attach Power of Attorney]

Page 45: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

GENERAL

REQUIREMENTS AND

CONDITIONS

007213

Page 46: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Date: 07/17/2019

GENERAL REQUIREMENTS AND CONDITIONS

Contract Scope of Work: Work to be done consists of furnishing all materials,

equipment, and labor necessary for the Project described within the Contract

Specifications and Drawings to include, but not limited to:

Construct the Hammond Creek Middle School Sewer Expansion Project as shown in the

drawings and specifications. The project will include the construction of a wastewater

lift station, a sewer force main, and a gravity main as shown in the drawings.

The lift station to be constructed for this project will be located across from the new

Hammond Creek Middle School on Pleasant Grove Drive as shown on the plans. A 6-

inch HDPE force main, approximately 1,420 linear feet in length and a 8-inch D.I.P.

gravity main, approximately 600 linear feet in length.

The Contractor’s work also includes all erosion, sedimentation, and pollution control

necessary for the project. The cost of any permits required for erosion control and land

disturbing will be borne by the Owner. The Contractor will be responsible for the cost of

any other permits or licenses required to complete the work. The Contractor will

complete all necessary clean-up and restoration work to include filling, finish grading,

grassing, landscaping, pavement repairs, driveway repairs, culvert repairs, drainage ditch

restoration and other necessary restoration activities such that post construction

conditions are EQUAL TO OR BETTER than those conditions that existed prior to any

construction activity occurring.

The Owner is authorized to issue change orders, without the necessity of additional

requests for bids, within the scope of the Project when appropriate or necessary in the

performance of the contract. No additional work shall be performed unless authorized by

the Owner. The bidder declares that it understands that the unit price quantities shown in

the proposal are subject to adjustment by either increase or decrease, by the Owner, and

that should the quantities of any of the items of the 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 actual

quantities at the unit price bid and will make no claim for anticipated profits for any

decrease in the quantities, and that quantities will be determined upon completion of the

Work at which time adjustment will be made to the contract amount by direct increase or

decrease.

Contractor's Obligations:

The Contractor shall, in good workmanlike manner, perform all Work and furnish all

supplies and materials, machinery, equipment, facilities and means, except as herein

otherwise expressly specified, necessary and proper to complete all Work required by the

Construction Documents within the time specified, in accordance with the provisions of

the Construction Documents and any and all supplemental plans and drawings of the

Work, and in accordance with the directions of the Owner as given from time to time

Page 47: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-2

General Requirements and Conditions

Date: 05/06/2016

during the progress of the Work. The Contractor shall furnish, erect, maintain, and

remove such permanent and temporary construction works as may be required. The

Contractor alone shall be responsible for the safety, efficiency, and adequacy of its

methods, workmanship and materials, and for any damage which may result from its

failure or its improper construction, maintenance, or operation. The Contractor shall

observe, comply with, and be subject to all terms, conditions, requirements, and

limitations of the Contract Documents Specifications, and shall do, carry on, and

complete the entire Work to the satisfaction of the Owner.

Note: The Contractor shall immediately notify the Owner upon becoming aware of any

circumstances/factors that may negatively impact the Project Completion Date or bid

amount so that the circumstances/factors can be reviewed/evaluated and a joint corrective

action plan developed.

Owner’s Authority:

The Owner shall determine the amount, quality, acceptability, and fitness of the several

kinds of Work and materials. The Owner shall decide the meaning and intent of any

portion of the Contract Documents where the same may be in dispute. The Owner's

decisions shall be final and conclusive, except as herein otherwise expressly provided.

Any difference or conflicts in regard to the Work, which may arise between the

Contractor under this Construction Contract and other contractors performing work for

the Owner, shall be determined by the Owner.

The Owner is not, in any way, responsible for the construction means, controls,

techniques, sequences, procedures, or construction safety.

Time Period for Performance of the Work:

The time period for completion of the work is specified in the Construction Contract.

Additionally, the Contractor shall comply with specified order of work requirements and

intermediary completion dates as specified below for specific tasks to be accomplished as

part of the overall Project. Meeting the overall Completion Date, as well as, any task-

specific completion dates are ESSENTIAL CONDITIONS of this Contract. Work shall

begin on the agreed date specified in the Notice to Proceed. The Contractor shall deploy

labor, materials and equipment such that work is prosecuted regularly, diligently, and

uninterruptedly at a rate of progress that will ensure meeting all final or task specific

completion dates. Specified order of work requirements and intermediary completion

dates are as follows:

Once commenced, this work shall be completed in the shortest time possible such

that the disturbance time period is minimized and the project can be inspected, a

punch list developed and completed, as-built drawings provided, and the project

designated as complete by the Owner.

All disturbed areas shall be backfilled, finish graded, grassed, and seeded as soon

as possible such that the area is “stabilized”, from a storm water perspective, as

soon as possible.

Page 48: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-3

General Requirements and Conditions

Date: 05/06/2016

Project Schedule:

The Contractor shall deliver to the Owner at the pre-construction meeting a Proposed

Project Schedule outlining the order of Work and associated timeframes such that the

required scope of Work can be successfully completed by the completion date. The

Proposed Project Schedule shall incorporate any intermediary deadlines for completion of

particular items of Work as outlined herein. This Project Schedule shall be in a 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 by the Contractor

in accordance with the progress schedule. This Project Schedule is subject to review and

approval by the Owner. Activity codes shall be provided on the progress schedule to

match cost center codes on the periodic estimate. The Contractor shall submit an updated

progress schedule at each scheduled progress meeting such that progress can be routinely

monitored and tracked.

At the Preconstruction Meeting the contractor shall provide the owner with their

scheduled work hours for the project. Any deviations from these standard hours will

require a minimum of 48 hours notice and approval by the owner.

Environmental, Health and Safety:

The Contractor shall perform all necessary action at all times during the construction

period to ensure the protection of all persons performing Work on the Project, the general

public and the environment. In emergencies affecting the safety of persons, the work or

property at the Project site or adjacent thereto, the Contractor, without special instruction

or authorization from the Owner, shall act to prevent threatened damage, injury or loss.

The Contractor shall make prompt written notice to the Owner of any changes in the

work or deviations from the Contract Documents caused thereby.

Safety and health facilities and procedures shall be in accordance with the requirements

of the National Occupational Safety and Health Act of l970, as amended. The Contractor

shall comply with the Department of Labor's Safety and Health Regulations for

construction promulgated under the National Occupational Safety and Health Act of l970,

as amended (P. L. 9l-596), and under Section l07 of the Contract Work Hours and Safety

Standard Act (P. L. 9l-54).

All construction debris and construction waste shall be properly stored and disposed in

accordance with applicable Federal, State and Local regulations/ordinances. All

chemicals used during Project construction or furnished for Project operation, whether

herbicide, pesticide, disinfectant or of other classification, must show approval of either

Environmental Protection Agency (EPA) or United States Department of Agriculture

(USDA). Use of all such chemicals and disposal of residue shall be in strict conformance

with manufacturer’s instructions and applicable Federal, State and Local

regulations/ordinances.

The Contractor shall utilize best management practices for erosion, sedimentation, and

pollution control during all phases of construction.

At the pre-construction meeting, the Contractor shall provide the Owner with a copy of

the Company’s Environmental, Health and Safety Program and a Project specific plan as

Page 49: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-4

General Requirements and Conditions

Date: 05/06/2016

to how the Contractor is to complete the Project in a safe and environmentally protective

manner.

Laws of the Place:

The Contractor shall complete the Project in accordance with the applicable national,

state, county, and municipal laws, ordinances, and regulations. The Contractor shall keep

itself fully informed of those laws, ordinances, and regulations which would, in every

way, affect those engaged and employed in the Project, the materials used in the Project,

and the conduct of the Project; and the Contractor shall keep itself fully informed of all

orders and decrees of bodies and tribunals having jurisdiction and authority over the

Project. If discrepancies or inconsistencies, or both, should be discovered in the

Construction Documents, in relation to laws, ordinances, regulations, orders, and decrees,

the Contractor shall forthwith report the fact, in writing, to the Owner. The Contractor

shall protect and indemnify the Owner, its officers, agents, and employees, against claims

and liabilities arising from, or based on, the violation of those laws, ordinances,

regulations, orders, and decrees, whether by the Contractor or by its employees, agents or

subcontractors.

Licensing/Permits:

The Contractor shall have all necessary licenses and permits to complete the Project by

the Completion Date. All licenses and permits must provide the Contractor authority to

perform the Work including similar licensing for reference in the Contractor's state of

origin. This includes any permits required by local government authorities.

Subcontractors are required to have a current Georgia Utility Contractor’s License.

Certifications:

The Contractor shall possess all necessary certifications for the Contractor as an entity,

for individuals in its employ, and for all associated equipment to complete the Project by

the Completion Date. Necessary certifications include but are not limited to conforming

to the standards of all applicable technical societies, organizations, bodies, codes and

standards. All materials shall meet or exceed these necessary certifications including

material fabrication. In a case where the Owner establishes a more stringent qualification,

the more stringent qualification shall prevail. In addition, necessary qualifications shall

include all applicable requirements of local codes, utilities, and any other authority

having jurisdiction.

Competent Labor:

The Contractor shall only employ competent and skilled personnel to perform the Work.

The Contractor shall at all times have a superintendent who is satisfactory to the Owner

and who is capable of acting as the Contractor's agent on this work. This superintendent

shall receive instructions from the Owner or its authorized representative. The

superintendent shall have full authority to execute the orders and directions of the Owner

without delay, and to promptly supply materials, tools, plant equipment, and labor as may

be required. The Contractor shall upon demand by Owner, immediately remove that

Page 50: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-5

General Requirements and Conditions

Date: 05/06/2016

superintendent, foreman, and/or workman whom the Owner may consider to be

incompetent or undesirable, or both.

Subcontracting:

The Contractor may utilize the services of specialty subcontractors on those parts of the

Work which, under normal contracting practices, are performed by specialty

subcontractors.

The Contractor shall not subcontract the complete Work, or more than 50% of any

portion of the work unless the work in question is to be performed by a specialty

subcontractor, or any major portion thereof, and shall not award any Work to any

subcontractor without prior written approval by the Owner, which approval will not be

given until the Contractor submits to the Owner, a written statement concerning the

proposed award to the subcontractor, which statement shall contain such information as

the Owner may require.

The Contractor shall be as fully responsible to the Owner for the acts and omissions of its

subcontractors, and of persons either directly or indirectly employed by them, as the

Contractor is for the acts and omissions of persons directly employed by it.

The Contractor shall cause appropriate provisions to be inserted in all subcontracts

relative to the Work to bind subcontractors to the Contractor by the terms of the Contract

Documents insofar as applicable to the Work of subcontractors and to give the Contractor

the same power in regard to terminating any subcontract that the Owner may exercise

over the Contractor under any provisions of the Contract Documents.

The Contractor will indemnify and save the Owner or the Owner's agents harmless from

all claims growing out of the lawful demands of Subcontractors, laborers, workmen,

mechanics, material men, and furnishers of machinery and parts thereof, equipment,

tools, and all supplies, incurred in the furtherance of the performance of the Work.

Nothing contained in the Contract Documents shall create any contractual relation

between any subcontractor and the Owner. Subcontractors are required to have a current

Georgia Utility Contractor’s License.

Materials, Services and Facilities:

The Contractor acknowledges that except as otherwise specifically stated in the Contract

Documents, the Contractor shall provide and pay for all materials, labor, tools,

equipment, transportation, superintendence, temporary construction of every nature, and

all other services and facilities of every nature whatsoever necessary to complete and

deliver the Work within the specified time.

Materials and equipment shall be stored in a manner to insure the preservation of their

quality and fitness for the work. Contractor shall provide the Owner’s inspector with

confirmation that authorization was granted from any property owner prior to storing any

Project materials on private property. Owner’s inspector may verify such authorization

with the property owners.

Quantities of Estimate:

Page 51: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-6

General Requirements and Conditions

Date: 05/06/2016

The estimated quantities of Work to be done and materials to be furnished under these

Contract Documents, including the Proposal, are given for use in comparing bids, and to

indicate approximately the total amount of the Construction Contract; and the right is

especially reserved, except as herein otherwise specifically limited, to increase or

decrease them as may be deemed reasonably necessary or desirable by the Owner to

complete the Work contemplated by the Construction Contract.

Extras:

Without invalidating the Construction Contract, the Owner may order extra work or make

changes by altering, adding to, or deducting from the Work, the Contract sum being

adjusted accordingly, and the consent of the Surety being first obtained where necessary

or desirable. All Work of the kind bid upon shall be paid for at the price stipulated in the

Proposal, and no claims for any extra Work or materials shall be allowed unless the Work

is ordered in writing by the Owner and the price is stated in such order.

Owner's Right to Withhold Certain Amounts and Make Application Thereof:

The Contractor agrees that he will indemnify and save the Owner harmless from all

claims growing out of the lawful demands of subcontractors, laborers, workmen,

mechanics, material men, and furnishers of machinery and parts thereof, equipment,

power tools, and all supplies including commissary, incurred in the furtherance of the

performance of the Construction Contract. The Contractor shall furnish satisfactory

evidence that all obligations of the nature herein above designated have been paid,

discharged, or waived. If the Contractor fails so to do, then the Owner, may after having

served written notice on the said Contractor, either directly pay said unpaid bills, or

withhold from the Contractor's unpaid compensation a sum of money deemed reasonably

sufficient to pay any and all such lawful claims until satisfactory evidence is furnished

that all liabilities have been fully discharged, whereupon payment to the Contractor shall

be resumed, in accordance with the terms of the Construction Contract, but in no event

shall the provisions of this sentence be construed to impose any obligations upon the

Owner to either the Contractor or its Surety. The Owner shall not be liable to the

Contractor for any such payments made in good faith.

Payments by Contractor:

Payments by the Contractor to vendors for all materials, tools, and other expendable

equipment in an amount not less than ninety percent (90%) of the cost thereof, shall be

made not later than the 20th day of the calendar month following that in which such

materials, tools, and equipment are delivered at the site of the Project.

Payments by the Contractor to Subcontractors shall be made not later than the 5th day

following each payment to the Contractor, for the respective amounts allowed the

Contractor on account of the Work performed by its subcontractors.

Changes/Deviations from Plans and Specifications:

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

Page 52: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-7

General Requirements and Conditions

Date: 05/06/2016

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

attention of the Owner shall be called immediately to such conditions before they are

disturbed. The Owner shall thereupon promptly investigate the conditions, and if it finds

that they do so materially differ, the Contract shall be modified, with the written approval

by the Owner, to provide for any increase or decrease of costs or difference in time

resulting from such conditions. No changes in Work shall be made without prior written

approval by the Owner.

The Contractor shall proceed with the performance of any changes in the Work so

ordered in the field by the Owner unless the Contractor believes said change entitles it to

a change in Contract price and/or time, in which event the Contractor shall give the

Owner written notice thereof within seven days after receipt of the field order and shall

not execute the field change pending the execution of a Change Order unless the change

is for accident prevention as cited herein.

Upon request, the Contractor shall furnish the Owner an itemized breakdown of the

quantities and prices used in computing the value of any change that might be ordered.

Source point documentation of claimed costs is required. In figuring these changes,

instructions for measurement of quantities set forth in the Specifications shall be

followed.

Charges or credits for the Work covered by the approved change shall be determined by

one or more, or a combination of the following methods. All charges or credits must be

pre-approved in writing by the Owner.

Unit Prices

Unit prices contained in extra work items or as subsequently approved.

The unit prices shall include allowances for overhead and profit. This is

the Owner preferred method.

Lump Sum

An agreed lump sum to include all labor, materials, equipment, overhead

and profit.

Actual Cost

The actual cost, verified by daily approved time sheets, to include all

labor, materials, equipment, overhead and profit.

Contractor Fees for Overhead and Profit:

The fixed percentage for overhead and profit shall not exceed fifteen percent (15%) of

the actual cost of the labor, materials, and equipment, except that only actual cost will be

allowed for Social Security, Old Age and Unemployment Insurance. Among the items

considered as overhead are costs for insurance other than above, bonds, superintendence,

time keeping, clerical work, watchman, use of small tools, general office expense and

Page 53: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-8

General Requirements and Conditions

Date: 05/06/2016

miscellaneous. The allowance for combined overhead and profit thus calculated should

be the only such allowance included in the total cost of the Work performed by the

Contractor or its Sub-Contractors. If the Work was performed by a Sub-Contractor, the

Contractor may add a negotiated fixed fee for overhead and profit not to exceed five

percent (5%) of the sub-contract cost.

Claims for Extra Cost:

No claim for extra work or cost shall be allowed, unless the same was done in pursuance

of a prior written approval by the Owner and the claim is presented with the first estimate

after the changed or extra work is done.

Any Work necessary to be performed after regular working hours, on Sundays, or legal

holidays, shall be performed without additional expense to the Owner.

Inspection and Testing of Materials:

Unless otherwise specifically provided for in the Specifications, the inspection and

testing of material and finished articles to be incorporated in the Work at the Project site

shall be made by bureaus, laboratories, or agencies arranged for by the Contractor and as

approved by the Owner. The Contractor shall furnish all such extra quantities of

materials and items as may be required for testing, and shall deliver it to the laboratory.

The cost of furnishing and delivering samples to the laboratory shall be paid for by the

Contractor.

Where the Detailed Specifications calls for certified copies of mill or shop tests to

establish conformance of certain materials with the Specifications, it shall be the

responsibility of the Contractor to assure the delivery of such certifications to the Owner.

No materials or finished articles shall be incorporated in the Work until such materials

and finished articles have passed the required tests. The Contractor shall promptly

segregate and remove rejected material and finished articles from the site of the work.

The testing and approval of materials by the laboratory or laboratories approved by the

Owner shall not relieve the Contractor of any of its obligations to fulfill its Contract and

warranty of workmanship and materials. The Contractor may, at its option, and at its

expense, cause such other tests to be conducted, as it may deem necessary to assure

suitability, strength, and durability of any material or finished articles.

"Or Equal" Clause:

Whenever a material or article required is specified or shown on the Plans by using the

name of the proprietary product or of a particular manufacturer or vendor, any material or

article which will meet the design criteria and is equal in function and durability may be

submitted to the engineer for approval. The engineer will determine if the material or

article can be substituted for the named product. Equipment named in the proposal

section of the contract documents shall be furnished as named.

Page 54: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-9

General Requirements and Conditions

Date: 05/06/2016

Pre-Construction Meeting/Notice to Proceed:

Upon signing of the Contract Documents, a pre-construction meeting shall be scheduled

by the Owner. At this pre-construction meeting, the Notice to Proceed will be provided

to the Contractor and specific administrative, technical and logistical issues associated

with the Project shall be discussed. The Contractor shall provide the Owner the

following at the pre-construction meeting:

1. Copies of all required licenses, permits, and certifications or a plan acceptable to

the Owner for obtaining said licenses, permits and certifications.

2. A copy of the Contractor’s Environmental, Health and Safety Program.

3. A copy of the Contractor’s Damage Prevention Program.

4. Proposed Project Schedule and order of work meeting the requirements specified

herein.

Progress Meetings:

Regular progress meetings will occur between the Owner and the Contractor to routinely

assess progress and proactively resolve issues until the project is complete to the

satisfaction of the Owner. A frequency (usually bi-weekly or monthly) and schedule for

progress meetings will be established at the pre-construction meeting.

Shop Drawings or Material Submittals:

Working drawings shall consist of detailed drawings which may be necessary for the

performance of the Work, but which are not included in the Contract Drawings. Three

copies all working drawings shall be submitted by the Contractor to the Owner for

review. One copy shall be returned to the Contractor. Working drawings shall include

details of all equipment fabrication and installation, pumps and pump curves, masonry

lay out, bending diagrams for reinforcing steel, piping lay out, electrical lay out,

mechanical lay out and all other drawings as may be required by the specifications, and

as may be required for successful completion of the Work. Review by the Owner must

be obtained before Work involving working drawings may be performed.

A. Review by Contractor: The Contractor shall review all working drawings for

accuracy of dimensions and details, and for conformance with Contract Drawings and

Specifications before submitting working drawings to the Owner for review.

Notation in the form of a stamp verifying that the Contractor has reviewed the

working drawings shall be included on all copies of the submittal to the Owner.

B. Payment: The unit prices bid by the Contractor shall include the cost of furnishing all

working drawings, and the Contractor shall be allowed no additional compensation

for furnishing those drawings.

Working Drawings will be required for any and all materials supplied by the Contractor

to perform the Work as specified.

Inspection:

Page 55: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-10

General Requirements and Conditions

Date: 05/06/2016

The Contractor shall furnish the Owner with every reasonable facility for ascertaining

whether or not the Work performed and materials used are in accordance with the

requirements and intent of the Specifications and Drawings. No Work shall be performed

or materials used without suitable inspection by the Owner or his representative. Failure

by the Owner to reject defective Work and materials shall neither prevent later rejection

when those defects are discovered, nor obligate the Owner to accept defective Work. The

representatives of all state, local, and federal regulatory agencies will have access to the

Work whenever it is in preparation or progress, and the Contractor shall provide proper

facilities for such access and inspection. Where special safety equipment is required for

inspection, the inspector shall be furnished this equipment by the Contractor.

Authority and Duties of Owner’s Inspector(s):

Owner’s inspector(s) (“Inspector”) shall be authorized to inspect all work done and all

materials furnished, including preparation, fabrication, and manufacture of the materials

to be used. The Inspector shall not be authorized to alter or waive requirements of the

Drawings and/or Specifications. The Inspector shall inform the Contractor of failures of

the Work and/or materials to conform to the Drawings and Specifications. The Inspector

may reject materials or suspend Work until questions at issue can be decided by the

Owner. The presence of the Inspector shall in no way lessen the responsibility of the

Contractor. The Inspector’s failure to notify the Contractor of failures of the Work

and/or materials to conform to the Drawings and Specifications shall not relieve the

Contractor of any liability for faulty Work and/or materials provided by the Contractor.

Rejection of Work and Materials:

All materials furnished or Work done which is not in accordance with the Specifications

and Drawings will be rejected. Such materials or Work, which have been rejected, shall

be immediately removed. Work shall then be done and materials furnished in accordance

with the Specifications and Drawings. If the Contractor fails to remove the Work and

materials within forty-eight hours after having been ordered to do so, the Owner shall

have the authority to immediately suspend the Contractor's Work. The Owner shall also

have the authority to supply personnel and materials, at the cost and expense of the

Contractor, in order to remove that Work and/or those materials, which are found not to

be in accordance with the Specifications and/or Drawings.

Defective Materials and Work:

The inspection of the Work shall not relieve the Contractor of any of its obligations to

fulfill the Contract. Defective Work shall be corrected even though the Work and

materials have been previously inspected by the Owner and accepted or estimated for

payment. Previous failure by the Owner to condemn improper materials and/or

workmanship shall not be considered a waiver of defects, nor will this previous failure to

condemn improper materials prevent the Owner at any time subsequently from

recovering damages for Work actually defective. Corrections:

Should any portion of the Drawings and Specifications be obscure or in dispute, they

shall be referred to the Owner who shall decide as to the true meaning and intent. The

Page 56: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-11

General Requirements and Conditions

Date: 05/06/2016

Owner shall also have the right to correct errors and omissions at any time when those

corrections are necessary for the proper fulfillment of the Drawings and Specifications.

Disagreement:

Should any disagreement or difference arise as to the estimate, quantities, or

classifications, or as to the meaning of the Drawings and/or Specifications, on any point

concerning the character, acceptability, and nature of the several kinds of work and

materials and construction thereof, the decisions of the Owner shall be final, conclusive,

and binding upon all parties to the Construction Contract.

Land and Rights-of-Way:

The Owner will furnish all land and rights-of-way necessary for the carrying out of this

Construction Contract. The Contractor shall take every precaution to inconvenience as

little as possible the owners or tenants of adjacent property. Public highways shall not be

obstructed in such a way to cut off traffic. The Contractor shall, at its own expense,

repair any damage or injury to either private or public property during progress of the

Work.

Sanitary Facilities:

Necessary sanitary facilities shall be the responsibility of the Contractor. No temporary

sanitary facilities shall be located on private property without first obtaining property

owner permission and providing such to the Owner’s inspector. Facilities shall be

maintained in a sanitary condition, and in strict accordance with local regulations. No

unsanitary act shall be committed outside sanitary facilities.

Roads, Streets, Driveways and Walks:

Access to all driveways, entrances, parking lots, buildings and equipment shall be

available at all times. All driveways, roads, streets, and walks shall maintained in good

condition at all times. If damage occurs, repairs shall be effected immediately. Cleaning,

either by washing or sweeping or combination thereof, shall be employed at whatever

frequency necessary to keep driveways, roads, streets and walks clean of mud, dirt and

other construction debris. Streets, roads and drives used by the Contractor for access to

and from material storage areas job site shall be protected from damage in excess of that

caused by the normal traffic of vehicles used for, or in connection with, construction

work. All access drives shall have a construction apron to prevent material carry-over

onto public roads and streets.

Flagging/Signage/Protective Works:

The Contractor shall furnish and install all necessary temporary works for the protection

of the Work and the general public including trained flagmen, warning signs, barricades,

and lights at night. The Contractor shall provide signage at all times at the location of

Work identifying the Contractor and that the Contractor is performing Work for the

Owner.

Page 57: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-12

General Requirements and Conditions

Date: 05/06/2016

Existing Utility Protection:

The Owner has determined that the proposed work may be in conflict with several

existing, private water and other utility services. The Contractor shall be responsible for

proper notification to the Utility Protection Center prior to any excavation and

maintaining a copy of the excavation permit associated with each particular excavation

such that it is readily available for review/inspection at the job site. The Contractor shall

be prepared to repair any lines damaged during construction to maintain service to

existing customers at all times. The cost for this work shall be included in the unit prices

provided.

At the pre-construction meeting, the Contractor shall provide the Owner a copy of the

Contractor’s Damage Prevention Program outlining how the Contractor intends to protect

existing utilities during construction.

Any damage done to existing utility lines, drains, power and telephone cable, poles, and

structures of every nature, not indicated to be replaced and/or abandoned shall be repaired

or replaced by the Contractor at its own expense. The approximate position of certain

known underground lines and structures are shown on the Drawings according to

available information. Existing small lines are not shown. The Contractor shall locate,

excavate and expose all existing underground lines in advance of trenching and other

construction operations. Where connections are to be made at underground structures and

pipelines, elevations and locations shall be verified prior to construction of the pertinent

Work. Where underground utilities or obstructions are encountered which conflict with

the new Work, the location and/or alignment of the new or existing lines may be changed

to avoid interference upon written approval of the engineer or Owner.

Operation of Existing Infrastructure:

No component of the Owner’s existing operating systems (valves, piping, pumps, etc.)

may be operated by anyone other than Owner’s personnel unless express written

permission is provided by the Owner in each and every instance. All connections to

existing facilities shall be scheduled and planned with the Owner and Engineer.

Interruption of Service:

All Work shall be performed in such a manner so as to minimize and/or eliminate service

interruptions to the Owner’s customers. The Contractor shall coordinate all utility work

through the Owner and all service interruptions must be reviewed and planned in advance

with the Owner. As a general rule, no service interruption shall occur without the Owner

being able to provide a 2-day advance notice to customers as to the date, time and

expected duration of any outage. No outage shall last longer than 4 hours unless

otherwise approved in writing by the Owner. If the work cannot be accomplished in this

manner, the Contractor must plan to accomplish the required Work via other methods

approved by the Owner. The Contractor shall perform any Work requiring outages during

periods of low customer demand, some night work and weekend work may be required at

the request of the Owner, there will be no additional compensation for this work.

Demolition:

Page 58: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-13

General Requirements and Conditions

Date: 05/06/2016

Should the Contractor be required to perform any demolition, the structures shall be

removed to grade. All structures demolished shall be filled to finished grade with

compacted fill or crushed stone. Basement and pits of buildings to be demolished shall

be filled with compacted fill or compacted crushed stone to finished grade level.

All materials shall be removed from the Project site and disposed of a legal landfill or

sold for reuse. The Contractor shall provide information to the Owner concerning the

disposition of materials from demolished buildings.

Blasting:

If the scope of the Project requires blasting or the Contractor contemplates conducting

blasting at some point during the project, the Contractor shall obtain additional insurance

to cover such work in an appropriate dollar amount to be determined by the Owner. In

addition, a pre-blast survey shall be conducted on all utility structures and substructures

checking for leaks, service connections in the vicinity, and potential problems that might

arise from blast disturbances. Seismic recorders must be set up at all structures in the

vicinity determined by the pre-blast survey to be possibly affected from blasting

conforming to all local, state and federal codes. Immediately after blasting is completed,

a post-blast survey will be conducted on all utility related structures and substructures

checking for leaks, service interruptions and facility weakening caused by blasting.

Housekeeping:

The Contractor shall keep Project locations and material storage areas clean and orderly

at all times. Trash, construction debris, litter etc shall not be allowed to accumulate.

Clean-up shall occur on a frequent enough basis to ensure the aforementioned is

achieved.

Before the work is considered as complete all rubbish and unused material related to the

Work must be removed and the premises left in a condition satisfactory to the Owner.

Streets, curbs, crosswalks, pavements, sidewalks, fence, and other public and private

property disturbed or damaged shall be restored to their former condition or better on an

on-going basis by the Contractor at no additional cost to the owner. This shall be done

prior to the final inspection and any discrepancies noted on the inspection must be

completed before final payment.

As-Built Drawings:

The Contractor shall provide to the Owner a complete set of as-built drawings for the

Work performed. The as-built drawings shall be provided on an ongoing basis

throughout the Project as agreed during the pre-construction meeting. As-Builts shall

comply with the following requirements:

1. As-built drawings shall graphically depict the location and elevation of all

construction including underground piping. Changes of dimension and detail

shall be shown on the drawings. Changes made by requests for information, field

orders, clarification memorandums or change orders shall be shown on the

Page 59: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-14

General Requirements and Conditions

Date: 05/06/2016

drawings. Dimensions, distances and coordinates shall be shown to the nearest

0.1 foot. Elevations shall be shown to the nearest 0.01 foot. Underground piping

location shall be dimensioned from the edge of pavement or, if no pavement is

present, some other visible and established landmark(s).

a. As-built drawings shall graphically depict location and approximate

elevation for all project equipment and apparatus such as manholes,

pump/lift stations, air relief valves, in-line valves, flush valves, blow-off

valves, fire hydrants, meters, etc. Location(s) shall be depicted using

Geographic Positioning System (GPS) coordinates meeting the following

specifications: GPS equipment shall have a MS Windows-based office

processing software that supports GIS/CAD formats such as; ARC/INFO,

AutoCAD and ArcView. GPS points shall be taken by recording ten (10)

points at the equipment or apparatus’ location with a minimum of four (4)

satellites and accuracy based on a maximum Position Dilution of Precision

(PDOP) of 6.0.

2. The address shall be noted above or adjacent to all service or tap locations.

3. All service lines shall be shown on the plans and indicate the nominal size and

geographic location of each service line.

4. Any other non-standard construction features are to be noted.

5. All abandoned lines shall be labeled as such on the drawings with the points of

isolation clearly identified.

6. Electrical wiring diagrams.

7. Instrumentation location and control loop configurations.

8. All as-built drawings shall be reviewed and approved prior to final payment being

made.

Acceptance of Work and Final Payment:

Before final acceptance of the Work and payment to the Contractor of the retainage held

by the Owner, the following requirements shall be complied with:

Final Inspection:

Upon written notice from the Contractor that final Work is ready for inspection,

the Owner will make a final inspection of the Work, and shall notify the

Contractor of instances where its Work fails to comply with the Contract

Drawings and/or Specifications via creation and distribution of a “Punch List” of

work remaining to be completed and/or deficiencies requiring remedy. The

Contractor shall immediately make such corrections as are necessary to make the

Work comply with the Contract Drawings and Specifications to the satisfaction of

Page 60: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

007213-15

General Requirements and Conditions

Date: 05/06/2016

the Owner. All parties shall complete a “Certificate of Substantial Completion”

in a format as prescribed by the owner.

Special Conditions for this project:

Contractor has 270 days to complete the entire project.

As-Built Drawings:

Final retainage payment will be withheld until the Contractor has provided the

Owner as-built drawings meeting the requirements specified herein.

Sales Tax Refund:

Final retainage payment shall be withheld until the Contractor has provided

sufficient assistance, as determined by the Owner, to enable it to procure a sales

tax refund for Georgia sales tax paid on materials purchased by the Contractor

and installed by the Contractor and /or their sub-contractors

Dalton Utilities is a municipality of the State of Georgia and has an official Sales

and Use Tax Certificate of Exemption.

Liens:

Final acceptance of the Work will not be granted and the retainage will not be due

or payable until the Contractor has furnished the Owner proper and satisfactory

evidence under oath that all claims for labor and materials employed or used in

the construction of the Work under the Construction Contract have been settled,

and that no legal claims can be filed against the Owner for such labor or materials.

Final Estimate:

Upon completion of all clean up, alterations and repairs required by the final

inspection or operating test, the satisfactory completion of the operating test, and

upon submitting proper and satisfactory evidence to the Owner that all claims

have been settled, the Owner will issue a certificate of final acceptance of the

Work. The Contractor shall then prepare his final estimate. After review and

approval by the Owner, the payment shall then become due net 30 days.

Acceptance of Final Estimate:

The acceptance of payment by the Contractor regarding the final estimate shall operate as

a release to the Owner from all claims and liabilities to the Contractor for all Work done

or materials furnished, or for any act of the Owner or its agents affecting the Work.

Page 61: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

ALLOWANCES

012100

Page 62: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Print Date: 8/15/2019

SECTION 012100 - ALLOWANCES

Scope

The Contractor shall furnish and install the equipment identified in the Equipment

Allowances. Equipment identified in the Equipment Allowances shall be subject to all

provisions of these contract documents. Contractor will work with Owner to ensure that

Testing Allowances and Surveying Allowances are utilized to ensure the proper

installation of the work. Owner will specify the subcontractor to do any testing and

surveying.

Costs

The Contractor shall include, in the Bid Total, the Equipment, Testing, and Surveying

Allowances specified in the Bid. Equipment Allowances are for the purchase of

equipment that has been pre-selected by the Owner. These allowances shall cover the

cost of the equipment and services, as specified in the indicated Specification Sections,

and Freight-on-Board (FOB) Shipping Point, Freight-Allowed.

The Contractor’s applicable taxes, unloading, storage, handling, labor, installation, and

overhead costs plus profit and other expenses contemplated for the allowances shall be

included in the costs for the other items in the bid sheet and not in the allowances.

If the terms and conditions of purchase of equipment and services differ from those given

in these Contract Documents, then the Contractor shall include the cost of the differences

in the other items in the bid sheet.

Adjustment of Costs

Should the final invoice amount from the equipment manufacturer be more or less than

the specified amount of the allowance, the Contract will be adjusted by a change order.

The amount of the change order will not recognize any changes in unloading, storage,

handling, labor, installation, and overhead costs, nor profit and other expenses caused by

the adjustment of the final invoice amount. The change order will recognize changes in

applicable taxes.

Documentation

The Contractor will submit copies of new invoices from the equipment manufacturer with

each periodic payment request.

Schedule of Allowances

Removal of Rock: Any rock removal deemed by the owner and meets the criteria as

specified in Trench Excavation and Backfill Section 312333 shall be paid under this

allowance.

Rock Bore: Directional Drill in rock deemed by the owner. This shall be paid under this

allowance.

Page 63: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

012100-2

Allowances

Print Date: 8/15/2019

Landscaping: Allow the amount specified in the Bid for services of a qualified

landscaper to landscape around the new lift station as selected by the Owner. This

allowance does not release the contractor from responsibility for repairing all landscaping

to its original state or better as part of his own work to ensure conformance with the

contract documents

Page 64: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

OWNER SUPPLIED

MATERIALS

012126

Page 65: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Print Date: 8/15/2019

SECTION 012126 – OWNER SUPPLIED MATERIALS

Scope:

This Section of the Specifications is to identify materials which will be or have been

purchased by the Owner for use on this Project. The Contractor shall be responsible for

scheduling the delivery of the materials to the Project site, as well as, establishing the

hours of delivery and method of delivery to the Project site. The Contractor shall also be

responsible for unloading, storage, installation, start-up, testing, training, and

coordination with the manufacturer or supplier regarding all of these items except where

specifically noted otherwise in the specifications or drawings.

Costs:

The Contractor’s pick-up from Dalton Utilities storage yard, handling, labor, installation,

overhead, profit, and any other expenses contemplated for the pre-purchased materials in

this allowance shall be included in the Cost of Installation on the Bid.

Products:

1. One Gorman Rupp factory built, above ground, automatic pump station. The

products and equipment listed in specification section 333200A will be

supplied. The contractor is responsible for all miscellaneous materials and

equipment needed to install the lift station and make it operational. This

includes the electrical service.

2. 1,420 linear feet of 6 inch HDPE Pipe.

3. 600 linear feet of 8 inch Ductile Iron Pipe.

4. Dalton Utilities will furnish the gravel.

5. Steel Casing

END OF SECTION

Page 66: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

TECHNICAL

SPECIFICATIONS

Page 67: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

SEWERS AND

ACCESSORIES

333113.01

Page 68: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Print Date: 8/22/2019

SECTION 333113.01 – NEW GRAVITY SANITARY SEWER MAINS AND ACCESSORIES

Scope:

This section describes products to be incorporated into gravity sewers and accessories and requirements for

installation and use of these items. The Contractor shall furnish all labor, equipment and materials

necessary to fulfill the requirements of these specifications. All products and work shall be performed in

accordance with the latest revisions of applicable American Society for Testing and Materials (ASTM),

American Water Works Association (AWWA), American National Standards Institute (ANSI),

Recommended Standards for Wastewater Facilities (Ten States Standards, 1997 Edition), or other

recognized standards.

Submittals:

Complete shop drawings and manufacturer’s data shall be submitted to the Owner.

Products:

This section of the specifications covers the requirements for gravity sewer mains, manholes and

accessories. Gravity sewer mains shall be ductile iron pipe furnished in accordance with the requirements

in this section.

A. Ductile Iron Pipe: Pipe shall be centrifugally cast and shall conform to ANSI Specification

A 21.51 (AWWA C 110) as amended to date, with mechanical or push-on joints and laying

lengths of at least 18 feet. Pipe sizes 4” through 12” shall be standard pressure Class 350, and

pipe sizes greater than 12” shall be pressure Class 250 unless otherwise indicated herein or on

the Drawings. All pipe and fittings must be manufactured in the United States of America.

(1) Fittings: Fittings shall be cast from gray or ductile iron and shall conform to ANSI

Specifications A 21.10 (AWWA C 110) as amended to date. All fittings shall have

standard mechanical or push-on joints. Fittings for size 4-inch through 12-inch shall

be Class 250 for Gray Iron and Class 350 for Ductile Iron. Fittings for size 14-inch

through 48-inch shall be Class 150 for Gray Iron and Class 250 for Ductile Iron.

Either Gray Iron or Ductile Iron fittings will be permissible unless otherwise

specified or shown on the Drawings.

(2) Lining and Coating: Pipe and fittings shall be cement-lined (standard thickness)

inside and bituminous coated outside, in accordance with the applicable provisions

of ANSI Specification A 21.4 (AWWA C 104) and, ANSI A 21.51 (AWWA C 151),

as amended to date. The inside cement lining shall be treated with a bitiminous seal

coat.

(3) Weights and Marking: Weights of pipe and fittings shall conform strictly to the

requirements of ANSI Specifications. The class designations for the various classes

of pipe and fittings shall be cast onto fittings in raised numerals, and cast or stamped

on the outside of each joint of pipe and each fitting after the exterior coating has

hardened.

(4) Certification: The manufacturer of iron pipe and fittings shall furnish the Owner

with a certified report stating that inspection and specified tests have been made and

that the results thereof comply with the applicable ANSI Specifications for each.

(5) Quality and Inspection: Latitudes in workmanship and finish allowed by ASTM

notwithstanding, all pipe shall have smooth exterior and interior surfaces; be first

quality, be free from cracks, blisters, and other imperfections, and be true to

theoretical shapes and forms throughout each length. Pipe shall be subject to

inspection by the Owner at the pipe plant, trench, and other points of delivery for the

purpose of culling and rejecting pipe, independent of laboratory tests, which does not

conform to the requirements of this Section. Pipe which does not conform will be so

marked by the Owner, and shall not be used in the work. On-the-job repairing of

rejected pipe will not be permitted.

(6) Experience of Manufacturer: The pipe manufacturer shall submit evidence, if

requested by the Owner, of having consistently produced pipe and joints of the

Page 69: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-2

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

quality specified herein, and which have exhibited satisfactory performance results

in service over a period of not fewer than two years. The pipe manufacturer and the

pipe manufacturing process shall be subject to approval by the Owner.

B. Steel Pipe for Ditch or Creek Crossings:

(1) Pipe: Pipe shall conform to AWWA Specifications C-202 as amended to date for

electrically welded or seamless steel pipe. The pipe shall have a minimum wall

thickness of 0.375 inches and shall be furnished in forty foot (40’) joints. All

welding shall be performed by certified welders.

(2) Lining and Casing: Pipe and fittings shall be cement-lined (standard thickness)

inside and bituminous coated outside, in accordance with the applicable provisions

of ANSI Specification A 214 (AWWA C 104) and ANSI A 21.51 (AWWA C 151),

as amended to date. The inside cement lining shall be treated with a bituminous seal

coat.

(3) Certification: The manufacturer of steel pipe and fittings shall furnish the Owner

with certified reports stating that inspection and specified tests have been made and

that the results thereof comply with the applicable ANSI specifications.

C. Precast Concrete Manholes: Precast concrete manholes shall consist of precast reinforced

concrete riser sections, eccentric top section unless shown as concentric in the Drawings and a

base section conforming to Typical Details shown on Detail Drawings. Precast manhole

sections shall be manufactured in accordance with ASTM C 478, as amended to date, and

these specifications. Concrete shall have a minimum compressive strength of 4,000 psi when

tested in accordance with ASTM C 39, as amended to date. Steel reinforcement shall be as

specified in ASTM C 478, as amended to date. Wall and bottom sections shall have a

minimum thickness of five inches (5”).

(1) Base Sections: Base sections for precast concrete manholes shall have a bottom

poured monolithically with the walls. Base sections shall be furnished with inside

diameters of 4, 5, and 6 feet as required. Base sections shall be furnished with a

minimum height of 24 inches for pipes having a diameter of 8, 10, or 12 inches and a

minimum height of 36 inches for pipes having a diameter of 15 or 18 inches.

Minimum height for 5 or 6 foot inside diameters shall be 48 inches regardless of pipe

size. Base sections with 5 or 6 foot inside diameters shall be reduced to 4 foot inside

diameter by means of an adapter ring or transition top. The openings in the base

section for the accommodation of the pipe shall be cast to closely conform to job

conditions and shall provide a minimum clearance of three inches (3”) between the

inside bottom of the base and outside bottom of the pipe barrel.

(2) Riser Sections: The riser sections shall be furnished in a minimum of six inch (6”)

increments and shall be four feet (4’) in diameter with, (a) tongue and groove joint to

be sealed with 2complete runs of approved butyl rubber or bitumastic material,

similar to “E-Z Stik” as manufactured by Concrete Supply Company or (b) O-ring

gasket type joint conforming to ASTM C 443, as amended to date. The gasket joint

shall be thoroughly cleaned of all loose materials and brushed with an approved

Epoxy to give a smooth surface free of any honeycomb. All manhole joints must be

externally sealed with a tar epoxy and plastic seal as shown in the standard details.

(3) Alteration to Manholes: All alterations to manholes must be done using a coring

machine and boots for the pipes unless approved by the engineer and owner. In the

event that the manhole has to be altered after delivery to job site the Contractor may,

with permission of the Owner, connect the pipe to the manhole with a collar of

mortar and brick. The opening between the pipe and manhole shall have a minimum

clearance of one inch (1”) and shall be filled from the inside and outside of the

manhole with a non-shrink grout.

(4) Repaired and Patched Sections: Repaired and patched sections will not be

acceptable unless each individual section so repaired or patched shall first have been

Page 70: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-3

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

inspected and approved by the Owner, for repair and patching at the manhole plant.

Repairs to and patching of “O”-ring grooves and shoulders will not be permitted.

(5) Absorption: Absorption shall not exceed 9 percent when determined in accordance

with ASTM C 497, as amended to date.

(6) Testing and Stamping: An inspection, by an independent testing laboratory

approved by the Owner, of the manufacturer’s plant and product will be required to

assure conformity of the precast manholes to these Specifications, and the minimum

requirements of ASTM C 478, as amended to date. Each section of precast concrete

manhole shall be stamped with the laboratory’s stamp. Each stamped section shall

indicate the laboratory’s configuration that it was accepted in accordance with

applicable ASTM Specifications. A copy of such report will be furnished the Owner

with submittal of shop drawings for approval. Job site inspection shall be visual for

shape, uniformity, and density.

D. Miscellaneous Iron and Steel: Miscellaneous iron and steel for straps, brackets and related

items shall be as shown and called for on the Drawings. Bolts and nuts shall be of the best

quality high strength steel, unless otherwise shown on Drawings. Bolts and nuts in general

shall be United States standard dimension. All anchor bolts exposed to the weather shall be of

stainless steel, Type 316, unless otherwise specified. Anchor bolts in general shall be placed

in forms prior to pouring concrete. When concrete anchors must be used, they shall be

Phillips “Red Head” or Rawl “Saber Tooth” self drilling anchors, or equal. Welding under

these Specifications may be done by the MIG, TIG or “Electrode” Method in accordance with

AWS-ASTM E 6012, as amended to date, (Electrode Method only).

E. Iron Castings: Castings shall be of gray-iron conforming to ASTM A 48, as amended to

date. Manhole and step castings shall be as shown on the Detail Drawings unless otherwise

specified. Castings shall be tough, close-grained and smooth, free from blow holes, blisters,

shrinkage stains, cracks, cold shots and like defects. No plugging of defective castings will be

permitted. Castings shall be made accurately to dimensions shown on the Drawings or

ordered and shall be planed or ground where necessary, whether marked or not, to secure

perfectly flat bearing surfaces. Allowance shall be made in the patterns so that the specified

thickness of metal will not be reduced. No casting will be accepted, the weight of which is

less than the theoretical weight, based on required dimensions, by more than five percent

(5%).

F. Painting: Straps, brackets and related items shall be primed in the shop with one (1) coat of

Inertol Rust inhibitive Primer 621 FDA, 1.5 dry mil thickness. Coating in the field will be

with one (1) coat of Inertol No. 49 Thick, 5.0 dry mil thickness. Manhole frames, covers and

steps shall be given one coat of an asphaltic or bituminous paint which results in a smooth and

tough well-bonded coating. No separate payment will be made for the above work. The cost

of such work, and all cost incidental thereto, shall be included in the unit prices bid for the

item to which the work pertains.

G. Polyethylene Encasement: Polyethylene encasement shall be 60 mil polyethylene sheet and

shall be used to wrap the sewer pipe where required in the drawings or as directed by the

owner.

Implementation:

A. Unloading: Equipment and facilities for unloading, hauling, distributing and storing

materials shall be furnished by the Contractor and shall at all times be available for use in

unloading materials. Delays in unloading railroad cars, unloading trucks, or hauling from

freight terminal which incur demurrage, truck waiting charges or terminal charges shall be at

the expense of the Contractor.

Page 71: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-4

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

B. Handling: Pipe, fittings and other material shall be carefully handled so as to prevent

breaking and/or damage. Pipe may be unloaded individually by hand but shall not be

unloaded by rolling or dropping off of trucks or cars. Preferred unloading is in units using

mechanical equipment, such as fork lifts, cherry pickers or front end loaders with forks. If

fork lift equipment is not available units may be unloaded with use of spreader bar on top and

nylon strips or cables (cushioned with rubber hose sleeve) looped under the unit.

C. Distributing: Materials shall be distributed and placed so as to least interfere with traffic.

No street or roadway may be closed without first obtaining permission from the proper

authorities. The Contractor shall furnish and maintain proper warning signs and obstruction

lights for protection of traffic along highways, streets, and roadways upon which material is

disturbed. No distributed material shall be placed in drainage ditches.

D. Storage: All pipe, fittings and other materials which cannot be distributed along the route of

the work shall be stored for subsequent use when needed. The Contractor shall make his own

arrangements for the use of storage areas; except that, with permission, he may make

reasonable use of the Owner’s storage yards. All pipe must be stockpiled on level ground.

Timbers must be placed under the pipe for a base and to prevent dirt and debris from washing

into the pipe. No separate payment shall be made for the above work.

E. Location and Grade: Where new sewer lines are to be constructed, the line and grade of the

sewer, and the position of manholes and other structures, will be given by the Owner or

Owner. The grade line shown and specified means the invert of the pipe. The price for

trenching shall include the trench for the depth below the grade line necessary to lay the sewer

to this grade, but measurements for payment will be made only to the grade line. Subsidiary

lines and grades shall be laid out by the Contractor from the controlling lines and benchmarks

established by the Owner, or from measurements shown. All lines and grades shall be subject

to checking by the Owner, but that checking shall in no way relieve the Contractor from

responsibility for correctness. The Contractor shall provide such stakes, materials, labor and

assistance as the Owner may require in laying-out work, establishing benchmarks, and

checking and measuring the work.

F. All gravity sewer lines must meet minimum grade requirements. These requirements are

listed in the following chart:

G. For any sewers exceeding an 18.8% slope, concrete anchor blocks are required in accordance

with the following:

Pipe Diameter Minimum Grade

8 0.50%

10 0.30%

12 0.22%

15 0.16%

18 0.12%

21 0.10%

24 0.08%

30 0.06%

36 0.05%

Slope (%) Distance Between Anchors (LF)

18.8 to 35% Not over 36 LF

35 to 50% Not over 24 LF

> 50% Not over 16 LF

Page 72: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-5

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

The anchor blocks must extend a minimum of 19 inches below the main and 6 inches above

the main. Crushed stone is also required as a bedding for the sewer pipe.

H. Order of Work: The Owner reserves the right to accept and use portions of the work when it

is considered to be in the public’s interest to do so; the Owner shall have the authority to

establish the order in which the lines shall be worked.

I. Inspection: All work done and materials furnished shall be subject to inspection by the

Owner or his authorized representative. Improper work shall be reconstructed and materials

which do not conform to the requirements of this Section shall be removed from the work

upon notice being received from the Owner of the rejection of those materials. The Owner

shall have the right to mark rejected materials and/or the Contractor shall segregate said

materials to distinguish them as such.

J. Organization of Work: The Contractor shall so organize the work that backfilling and

cleanup shall closely follow pipe laying operations and manhole construction. In general, not

more than one block of a street or roadway shall be closed for construction at any one time.

Before proceeding with trenching operations in a succeeding block, the preceding section

shall be backfilled, cleanup completed and the street opened to traffic. For work outside the

streets and roadways, backfilling and windrowing, in accordance with the provisions of

“General Backfilling” paragraph of Section 312333 Trench Excavation and Backfill shall be

performed in such a manner that not more than five hundred (500’) feet of trench shall remain

open at any one time. Failure on the part of the Contractor to comply with the above

provisions in a reasonable manner, in the opinion of the Owner, shall be sufficient cause for

the Owner to order a temporary shut-down of further trenching and pipe laying operations

until the provisions have been met.

K. Bedding and Laying of Ductile Iron Pipe: All sewer pipe shall be laid upgrade, spigots

shall point downgrade. The pipe and specials shall be laid in the trench so that, after the sewer

is completed, the invert surface shall conform accurately to the grades and alignment fixed or

given by the Owner. The interior of all pipes shall be carefully freed of all dirt and

superfluous material of every description, as pipe laying proceeds. Defective joints discovered

after laying shall be repaired and made tight. Defective pipe shall be removed and proper

replacement made. Ductile iron pipe for gravity sewers and force mains shall be laid as

specified using the following type of bedding required for the depth cover for the various

sizes of pipe to be installed.

(1) Flat Bottom Trench: New sewer pipe shall not be installed in a flat bottom trench.

(2) Selected Materials: Pipe shall be installed using Type 3, Type 4, or Type 5 trench

conditions. A Type 3 trench has a base with a minimum of 4 inches of loose soil

with backfill lightly consolidated to top of pipe. A Type 4 trench has a base with a

minimum 4 inches of sand, gravel, or crushed stone to a depth of 1/8 the pipe

diameter and backfill must be compacted to top of pipe. A Type 5 trench has a base

with a minimum of 4 inches of compacted granular material bedded to centerline of

pipe with backfill of compacted granular or select material to top of pipe. Backfill

shall be as specified in the ‘Selected Backfilling’ and ‘General Backfilling’

paragraphs of specification Section 312333.

(3) Cover: Maximum depth of cover for Ductile iron pipe of the various classes and

sizes to be installed are as follows:

Pipe Size

(Inches)

Pressure

Class

Nominal

Thickness

(In.)

Laying Condition

Type 3 Type 4 Type 5

Maximum Depth of Cover – ft.

4 350 0.25 69 85 100+

Page 73: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-6

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

6 350 0.25 37 47 65

8 350 0.25 25 34 50

10 350 0.26 19 28 45

12 350 0.28 19 28 44

14 250 0.28 15 23 36

300 0.30 17 26 42

350 0.31 19 27 44

16 250 0.30 15 24 34

300 0.32 17 26 39

350 0.34 20 28 44

18 250 0.31 14 22 31

300 0.34 17 26 36

250 0.36 19 28 41

20 250 0.33 14 22 30

300 0.36 17 26 35

350 0.38 19 28 38

24 200 0.33 12 17 25

250 0.37 15 20 29

300 0.40 17 24 32

350 0.43 19 28 37

30 150 0.34 9 14 22

200 0.38 12 16 24

250 0.42 15 19 27

300 0.45 16 21 29

350 0.49 19 25 33

36 150 0.38 9 14 21

200 0.42 12 15 23

250 0.47 14 18 25

300 0.51 16 20 28

350 0.56 19 24 32

42 150 0.41 9 13 20

200 0.47 12 15 22

250 0.52 14 17 25

300 0.57 16 20 27

350 0.63 19 23 32

48 150 0.46 9 13 20

200 0.52 11 15 22

250 0.58 13 17 24

300 0.64 15 19 27

350 0.70 18 22 30

54 150 0.51 9 13 20

200 0.58 11 14 22

250 0.65 13 16 24

300 0.72 15 19 27

350 0.79 18 22 30

60 150 0.54 9 13 20

200 0.61 11 14 22

250 0.68 13 16 24

300 0.76 15 19 26

350 0.83 18 22 30

64 150 0.56 9 13 20

200 0.64 11 14 21

250 0.72 13 16 24

300 0.80 15 19 26

350 0.87 17 21 29

Page 74: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-7

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

L. Jointing of Ductile Iron Pipe with Mechanical or Push-on Joints: Proper and suitable

tools and equipment shall be used for the safe and convenient handling and laying of ductile

iron pipe. Care shall be taken to prevent damage to the exterior coating and interior cement

lining. All pipe shall be carefully examined for cracks and other defects before laying. If any

pipe or fitting is discovered to be defective after having been laid, it shall be removed and

replaced with sound material at the expense of the Contractor. Whenever pipe is required to

be cut, the cutting shall be done by skilled workmen using an abrasive wheel cutter. Use of a

cold chisel or oxyacetylene torch will not be permitted.

(1) Mechanical Joints: Mechanical joints shall be made only by experienced mechanics.

Sockets and spigots shall be washed with soapy water before slipping the gland and

gasket over the spigot end of the pipe. The spigot shall be inserted into the socket

full depth, then backed off ¼-inch to provide clearance for expansion. The gasket

shall be brushed with soapy water and shall be pushed into position making sure that

it is evenly seated in the socket. The gland shall then be moved into position for

compressing the gasket. All bolts and nuts shall be made “finger-tight.” For joints

made in trenches, the bolts shall be tightened to a uniform permanent tightness, using

a torque wrench for tightening. Bolts shall be tightened alternately 180 degrees apart.

Measurement for payment of sewer lines will be made along the top of the pipe from

center to center of manholes. Cast Iron or Ductile Iron fittings will be paid for on the

basis of the published weight of the fitting itself, exclusive of the follower rings and

gaskets.

(2) Push-On Joints: The groove and bell socket shall be thoroughly cleaned and

lubricated before the gasket is inserted. Before inserting the gasket it shall be

thoroughly lubricated and manufacturers instructions shall be followed for proper

facing and seating of gasket. After the gasket is in place and just prior to joint

assembly a generous coating of lubricant shall be applied to the exposed gasket

surface. The lubricant used shall be a lubricant supplied by the pipe manufacturer.

The plain end shall be inspected and any sharp edges which might damage the gasket

shall be removed by means of a file or power grinder. Pipe that is cut in the field

must be ground and beveled before assembly. Prior to inserting the plain end of the

pipe into bell socket lubricant shall be applied to the beveled nose of the pipe. Small

pipe may be pushed home with a long bar but large pipe may require additional

power such as jack, lever or backhoe. A timber header shall be used between the bell

and bar or other power to avoid damage to the pipe. During assembly of the pipe the

joint must be kept straight while pushing. Pipe may be deflected if desired but only

after the assembly is completed. Measurement for payment of sewer lines will be

made along the top of the pipe from center to center of manholes. Cast Iron or

Ductile Iron fittings will be paid for on the basis of the published weight of the

fitting itself, exclusive of the follower rings and gaskets.

(3) Mechanical Joint or Push-on Joint Pipe on Piers: Mechanical or Push-on Joint Pipe

may be used on piers in gravity sewer lines. Pipe shall be laid with a ¼-inch

clearance in each joint to provide for expansion. Jointing of pipe shall be as

described above. On mechanical joint pipe the bolts shall be tightened alternately

180 degrees apart but be left “finger-tight” until the sewage is diverted into the

sewers; then bolts shall be further tightened to a sufficient amount which will prevent

leakage of the joint, but which will not prevent slippage which may occur because of

temperature stresses. Measurement for payment of Ductile Iron Pipe constructed on

piers will be from end to end of Ductile Iron Pipe.

M. Precast Concrete Manholes: Precast concrete manholes shall be bedded on not less than six

inches (6”) of compacted crushed stone at Contractor’s expense. The crushed stone shall

extend not less than six inches (6”) outside the walls of the manhole, and shall be compacted

under entire length of pipe within manhole excavation. Manholes shall be 4, 5, and 6 feet in

diameter as determined from the schedule of pipe sizes and line deflections, or as shown. The

Page 75: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-8

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

top of manholes outside of roads, streets, and highways shall extend a minimum of 12 inches

above final grade unless otherwise noted.

(1) Connection of Pipe to Manhole: Connections of pipe to manhole for 4-inch through

15-inch pipe shall be made with a flexible joint system. The joint system shall be a

neoprene or synthetic rubber boot or sleeve, either cast or core drilled into the wall of

manhole. The boot or sleeve shall be clamped and seated to the pipe with a stainless

steel band. The boot or sleeve system shall be “LOCK JOINT FLEXIBLE

MANHOLE SLEEVE” as manufactured by Interpace Corporation, Parsippany, New

Jersey or “KOR-N-SEAL” as manufactured by National Pollution Control Systems,

Inc., Nashua, New Hampshire or equal. Connections of pipe to manhole for 18-inch

pipe and above shall be made with a collar of mortar and brick. The opening between

the pipe and the manhole shall have a minimum clearance of one inch (1”) and shall

be filled from the inside of the manhole with a non-shrink grout.

(2) Adjustment: The top of the concentric top section shall have a minimum wall

thickness of eight inches (8”) to accommodate precast concrete adjustment rings.

Precast adjustment rings must be installed using at least 2 rings of bitumastic sealant

and bedded in non-shrink grout around the perimeter of the ring. A maximum of

three (3) brick courses will be allowed for adjustment of manhole to required grade.

The top of manholes outside of roads, streets, and highways shall be built to grade

twelve inches (12”) above ground surface unless otherwise shown on the Drawings.

Manholes in roads, etc. shall be built to grade designated by the Owner. Vented

manholes shall be constructed to elevations as shown on the Drawings.

(3) Drop Connections: Drop connections will be required when the drop exceeds 2 feet

or where called for on the drawings. Drop pipe shall not be smaller than 8-inches.

Generally, drop pipe shall be one size smaller than the sewer which they serve.

Openings in walls of precast concrete manholes for drop connections shall not be

made at joints. Drop connection fittings and riser pipe shall be encased in brick and

mortar or formed Class “C” concrete. Drop connections for both brick and precast

concrete manholes shall conform with typical details as shown on the Drawings.

Drop connections shall be carefully backfilled to prevent dangerous side pressures.

(4) Manhole Inverts: Manhole inverts shall be carefully constructed with cement grout,

Class “B” concrete, or cement mortar brickwork; special care shall be taken to lay

the channel and adjacent pipes to grade. Cement mortar shall be made of one (1) part

cement and two (2) parts clean sharp sand. Channels shall be properly formed,

rounded, and troweled smooth. The connections of the sewer with the wall and the

channel of the manhole shall be tight and smooth.

(5) Manhole Steps: Manhole steps shall conform to the details shown. Steps for brick

manholes shall be installed along a vertical centerline, on approximately 15” centers.

Steps shall be firmly and securely built into manhole walls as brickwork proceeds.

Steps for precast concrete manholes shall be installed along a vertical centerline, on

approximately 14”to 16” centers.

(6) Future Sewer Connections: Where shown, a twelve inch (12”) long pipe stub for

future sewers, of such size as may be designated, shall be laid to proper grade and

alignment and plugged with a factory plug with same type joint as used on the sewer

pipe.

(7) Manhole Frame and Covers: Manhole frames and covers shall be “Heavy Duty”

and constructed in accordance with ASTM A 48 Class 30. The frame weight shall

be 190 pounds and the cover weight shall be 130 pounds. The frame pattern shall be

V-1480-10 and the cover pattern shall be V-1480-1 as manufactured by Vulcan

Page 76: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-9

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

Foundry Corp, or equal. The covers for the manholes shall be cast with the word

“SEWER” on the face. All manhole frames must be cast into the manhole riser or

attached to the precast manhole using ¾” diameter wedge type anchor bolts. Each

frame must be sealed with a minimum of one complete ring of bitumastic sealant

between the frame and precast manhole. The outside edge of each frame must be

grouted with non-shrink grout, the grout must be tapered from the edge of the

manhole to the top of the frame.

(8) Payment: Payment for precast concrete manholes will be made from actual field

measurements to the nearest one-tenth foot as stated in the Proposal. Measurement

for payment will be made from manhole invert to top of precast concrete cone.

Payment for drop connections will be made at the unit prices stated in the Proposal,

and shall include all necessary pipe, pipe fittings, brick or concrete encasement of

drop pipe and extension of manhole base slab. Measurement for payment shall be

from invert of TEE to invert of ELL. Payment for manhole frames and covers will be

made in accordance with the unit prices stated in the Proposal for the various types.

No extra payment will be made for 6-inches of compacted crushed stone bedding

under manhole, for manhole steps, for constructing manhole inverts or for furnishing

and laying future sewer connections, the cost thereof to be included in the unit prices

bid for manhole construction.

N. Connections to Existing Manholes: At locations where new sewers are shown to be

connected to existing manholes, the Contractor may temporarily block and/or divert sewage

flows to facilitate construction operations. The work shall consist of making the opening in

the manhole wall, inserting the new pipe to the elevation shown, filling the space in the wall

around the pipe with non-shrink mortar, and constructing and remodeling manhole inverts.

High-early strength cement shall be used for mortar in order that proper channels may be

formed in manhole bottoms with a minimum interruption of service to the existing sewer.

The price bid for this work shall include all costs of labor, material, and equipment required to

complete each connection and shall include the costs involved in blocking and/or diverting

sewage flows, and shall include all costs of delays, temporary works, and maintaining existing

sewers in service. No payment will be made for a connection to an existing pipe or manhole

stub.

O. Connections to Existing Sewers: At locations where new sewers are shown to be connected

to existing sewers at a new manhole, the Contractor shall first expose the existing sewer and

install a supporting timber beam with suitable straps around the pipe so as to bridge the

excavation for the new manhole. The manhole shall then be constructed complete with invert

and frame and cover. Under special conditions the Contractor may temporarily block and/or

divert sewage flows to facilitate construction operations. Actual physical connection of the

sewers will be made at a later date, as directed. The price bid for this work shall include all

costs of labor, material, and equipment required to expose and support the existing sewer,

block and/or divert sewage flows, make future physical connections, as well as all costs of

delays, temporary works, and maintenance of existing sewers in service. Manholes, manhole

frames and covers, and drop connections, if required, will be paid for separately in accordance

with the unit prices bid for the various items.

P. House Service Branches: House service branch connections may be made with wyes, tees or

pipe saddles made of the same material as the carrier pipe. In general, house service branches

shall incline upward and should match as closely as possible the alignment of the existing

services. The Contractor shall use whatever fittings are necessary and up to 10 linear feet of

service pipe to properly align the service connection. Service pipe shall be ductile iron or

HDPE pipe of the same size as the existing service, except the minimum size shall be 4”. For

new sewers, the service shall be 6” ductile iron pipe. The 6” ductile iron pipe will be run to

the edge of the road right of way. Then a fernco will be used to connect a short 3 foot stub of

4” PVC with a plug. A 4x4 treated wood post shall be set in the ground at the edge of the

Page 77: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-10

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

service, painted green and extend at least 3 foot above grade. Where required, short radius

bends shall be used to connect the service branch to the house service line. Pipe service

branches, together with bends, shall be placed on a compacted bed of crushed stone in such a

manner as to be self-supporting and to relieve the strain on branches and bends. Payment for

wyes, tees or saddles shall be at the price stated in the Proposal in addition to the prices bid

for the completed sewer line. Payment for reconnecting existing services shall be made at the

unit price as stated in the Proposal and shall include all work necessary to complete the

connection, including, but not limited to, all fittings, pumping, bailing, crushed stone, and up

to 10 linear feet of service pipe.

Q. Channel Excavation: At locations where storm water drainage is obstructed by sewer

construction, the Contractor shall excavate new channels or widen and lower the grade of

existing channels in accordance with Drawings and directions given. No separate payment

will be made for the work of this section. The cost of such work, and all costs incidental

thereto, shall be included in the unit price bid for sewers.

R. Concrete Encasement of Pipes: Where directed by the Owner, sewer pipe shall be

completely encased with Class “B” concrete. The trench shall first be excavated not less than

six inches (6”) below the bell of the pipe and the pipe laid to line and grade on concrete

blocking or equal. Concrete shall then be placed to the full width of the trench, but in no case

less than six inches (6”) from the pipe bell on either side of the trench, and to a height of not

less than six inches (6”) above the top of the pipe bell. No backfill material shall be placed in

the trench for a period of at least twenty four (24) hours after the concrete encasement has

been placed. Concrete encasement will be paid for at the unit price stated in the Proposal and

shall include the costs of the additional depth of excavation, the furnishing of concrete

blocking, and the laying of pipe to line and grade on the blocking.

S. Polyethylene Encasement: Polyethylene encasement shall be installed where required by the

Owner due to corrosive soil conditions or potential stray currents in the soil (e.g. gas line

easements) in accordance with ANSI/AWWA A21.5/C105.

T. Closing Pipe: When the work of pipe-laying is suspended for the night, and at other times,

the end of the sewer shall be closed with a tight cover. The Contractor shall be responsible for

keeping the sewer free from obstruction.

U. Inspection and Testing of Manholes: Vacuum Testing of precast concrete manholes shall

be performed on all manholes on a given project. All testing shall be performed in

accordance with the requirements of ASTM C 1244-93. All lift holes and any pipes entering

the manhole shall be plugged prior to initiating the vacuum test. A vacuum will be drawn and

the vacuum drop over a specified time period will be used to determine the acceptability of

the manhole. Procedure: (1) The test head shall be placed at the top of the manhole in

accordance with the manufacturer’s recommendations, (2) A vacuum of 10 in. of mercury

shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the

vacuum pump shut off. The time shall be measured for the vacuum to drop from 10 in. of

mercury to 9 in. of mercury, (3) The manhole shall pass if the time for the vacuum reading to

drop from 10 in. of mercury to 9 in. of mercury meets or exceeds the values indicated in Table

1, (4) If the manhole fails the initial test, necessary repairs shall be made by an approved

method. The manhole shall then be retested until a satisfactory test is obtained.

Table 1 – Minimum Test Times for Various Manhole Diameters

Depth

(ft)

Diameter, in.

30 33 36 42 48 54 60 66 72

Time, s

8 11 12 14 17 20 23 26 29 33

Page 78: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-11

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

10 14 15 18 21 25 29 33 36 41

12 17 18 21 25 30 35 39 43 49

14 20 21 25 30 35 41 46 51 57

16 22 24 29 34 40 46 52 58 67

18 25 27 32 38 45 52 59 65 73

20 28 30 35 42 50 57 65 72 81

22 31 33 39 46 55 61 72 79 89

24 33 36 42 51 58 64 78 87 97

26 36 39 46 55 64 75 85 94 105

28 39 42 49 59 69 81 91 101 113

30 42 45 53 63 74 87 96 108 121

V. Cleaning Up: Before the work is considered complete, all material not used, and rubbish of

every character must be removed from the project. All streets, sidewalks, curbs, fences and

other private or public facilities and structures disturbed must be in essentially good condition

as existed before the work was done. The Contractor shall replace any subsequent settlement

of backfill or pavement over trenches and the surfaces brought to grade.

W. Inspection and Testing: Sewer lines and appurtenances will be inspected by one of the

following methods hydrostatic infiltration and exfiltration testing as per ASTM C 1091 – 90

or low pressure air test as per ASTM C 829 – 90. The maximum acceptable leakage rate shall

not exceed 25 gallons per day per inch diameter per mile of sewer. In addition, the sewer

mains shall be inspected using closed circuit television methods approved by the Owner. All

storm and underdrain lines shall be inspected for leakage, in the presence of the Engineer or

his representative. All visible leaks shall be repaired regardless of whether infiltration,

exfiltration or air test is within allowable limits. No sewer will be accepted until leakage tests

demonstrate compliance with one of the leakage test methods. All sanitary sewer lines shall

be tested for leakage, in the presence of the Engineer or his representative. Tests shall be

conducted by one or a combination of the following two methods. Where natural ground

water levels stand a minimum of two feet (2') above the top of the pipe, the amount of leakage

may be determined from measurements made at the lower end of the sewer section under test.

Where natural ground water levels do not stand two feet (2’) above the top of the pipe, an

exfiltration test shall be conducted on each section of sewer. Tests shall be as follows:

(1). Infiltration Test: The infiltration test shall be performed up to an average maximum

hydrostatic head of ten feet (10'). Sewers above the test section shall be closed

before testing by the installation of suitable watertight bulkheads. The length of the

test section shall be determined by the Engineer. The average of six readings at five-

minute intervals will be used to determine the rate of infiltration for any one-test

section. The rate of infiltration of ground water into any test section of sewer,

including manholes, shall not exceed 25 gallons per day per inch diameter per mile.

(2). Exfiltration Test: For the exfiltration test the ends of the pipe in the test section shall

be closed with suitable watertight bulkheads. Inserted into each bulkhead at the top

of the sewer pipe shall be a 2-inch pipe nipple with an elbow. At the upper end of

the test section a riser pipe shall be installed. The test section of pipe shall be filled

through the pipe connection in the lower bulkhead, which shall be fitted with a tight

valve, until all air is exhausted and until water overflows the riser pipe at the upper

end. Water may be introduced into the pipe twenty-four (24) hours prior to the test

period to allow complete saturation. House service lines, if installed, shall also be

fitted with suitable bulkheads having provisions for the release of air while the test

section is being filled with water. During the test period, which shall extend over a

period of thirty (30) minutes, water shall be introduced into the riser pipe from

measured containers at such intervals as are necessary to maintain the water level at

the top of the riser pipe. The total volume of water added during the thirty- (30)

minute test period that should not exceed that shown for infiltration in (1) above.

Page 79: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-12

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

(3). Air Test: After the pipe has been installed and backfilled, the sewer may be tested

between manholes by low pressure air test. The air test may be required by the

Engineer instead of or in addition to the infiltration or exfiltration test. The pipe

shall be filled with air slowly to a constant pressure of 4.0 psig. The pressure shall

then be maintained between 3.5 and 4.0 psig for not less than two minutes. The

sewer is acceptable if the loss of air from 3.5 psig to 2.5 psig is not less than the time

shown in the following table.

Time per 100 Feet of Pipe

Pipe Diameter(Inches) Min. Sec.

8 1 12

10 1 30

12 1 48

14 2 00

15 2 06

16 2 12

18 2 24

20 2 48

21 3 00

24 3 36

27 4 12

30 4 48

36 6 00

42 7 18

48 8 30

54 9 42

X. Acceptance of Work: Sewer lines and appurtenances will not be considered for acceptance

until all provisions of the Specifications have been complied with, until all tests have been

satisfactorily completed, and until inspection of the work has been made. Sewage flows shall

not be diverted into new sewers until after such time as final inspection of the lines has been

made by the Owner, and permission granted therefore.

Y. Cleaning and Internal Inspection: Before acceptance of any sewer or systems of sewers,

lines shall be cleaned and inspected in accordance with these Specifications. Where any

obstruction is met, the Contractor will be required to clean the sewers by means of rods,

swabs, or other instruments. Lines and manholes shall be clean before final inspection. Final

inspection shall be performed by the Contractor with the aid of closed circuit television

equipment. The television picture shall be videotaped or recorded on a DVD as an inspection

record and written logs prepared which indicate the location of service lines, leaks and other

obvious construction defects such as broken sewer pipes, separated joints, etc. Pipe lines shall

be straight and show a uniform grade between manholes. The Contractor shall be required to

Page 80: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333113.01-13

New Gravity Sanitary Sewer Mains and Accessories

Print Date: 8/22/2019

correct any variations there from or other deficiencies which may be disclosed during the

inspection. No extra payment will be made for cleaning, the cost thereof to be included in the

prices bid for sewers. Internal inspection by closed circuit television will be paid for on a

linear foot basis as stated in the proposal.

Z. Erosion Control: All sewers will be installed in accordance with the requirements under

Section 312500 Erosion and Sedimentation Control. No separate payment will be made for

this work except as provided for in the bid.

END OF SECTION

Page 81: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

CAST-IN-PLACE

CONCRETE

033000

Page 82: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Print Date: 8/29/2019

SECTION 033000 – CAST-IN-PLACE CONCRETE

Scope:

Contractor shall furnish all labor, equipment and materials to install complete cast-in-place concrete for

footers, walls, slabs, roads, blocking, bedding, headwalls, driveways, sidewalks, curbs and other items as

specified in this section and on the Drawings. Concrete of the respective classes for footers, walls, slabs,

roads, bedding, blocking, headwalls, piers, and other miscellaneous structures shall be as called for in the

work to which they pertain. Concrete blocking shall be installed per the Plans, however where ground

conditions are questionable, the Owner reserves the right to exceed the Blocking Detail shown in the Plans.

Additional concrete blocking will be paid for as a Unit Price Item.

Submittals:

A. Mix designs for all classes of concrete.

B. Strength and slump test results.

C. Certificates of compliance for cement, aggregates, and admixtures.

Products:

A. Base Materials:

(1) Cement: Cement shall be standard Portland Cement of American manufacture and

satisfy the requirements of ASTM C 150 Type I as amended to date. Only one brand

of commercial Portland cement shall be used in the exposed concrete of the

structures on this project. Cement reclaimed by cleaning bags or from leaking

containers shall not be used in this work. Each bag shall weigh approximately 94

pounds and contain one cubic foot.

(2) Aggregate: Fine and coarse aggregate shall be clean, hard, durable, and uncoated

particles and satisfy the requirements of ASTM C 33 as amended to date.

(3) Water: Water shall be fresh, clean, and free from injurious amounts of oils, acids,

alkalis, and organic materials. Water shall not contain more than 1,000 ppm of

chlorides calculated as Cl, nor more than 1,000 ppm of sulfates calculated as SO4.

(4) Admixtures: Admixtures shall not be used without prior written approval of Owner.

Water reducing admixtures shall conform to ASTM C 494, Type A. Water reducing

and water retarding admixtures shall conform to ASTM C 494, Type D. Non-

corrosive, non-chloride accelerators shall conform to ASTM C 494, Type C. Air

entraining admixtures shall conform to ASTM C 260. High range water reducers

shall conform to ASTM C 494, Type F or G and be either Rheobuild 1000 and 716

(manufactured by Master Builders), Daracem 100 (manufactured by W.R. Grace),

Sikamet 320 (manufactured by Sika Corporation) or Eucon 37 (manufactured by

Euclid Chemical Company).

(5) Vapor Barriers: Vapor barrier where specified in the plans shall be polyethylene

sheeting, minimum 6 mil thickness, conforming to ASTM C 171.

(6) Curing and Sealing Compounds: Curing compound shall only be used where

approved in writing by Owner. Curing compound shall be acrylic based, conforming

to ASTM C 309. Sealing compound shall be either Masterseal 340 (manufactured

by Master Builders), Sikaguard 70 (manufactured by Sika Corporation), or Super

Rez Seal (manufactured by Euclid Chemical Corporation).

Page 83: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

033000-2

Cast-in-Place Concrete

Print Date: 8/29/2019

(7) Floor Hardener: Floor hardener shall be a siliceous aggregate; Master Builders'

"Mastercron Aggregate", Devoe Paint Division of Celanese Coatings Company's

"Hurundum", or equal. Floor hardener shall be used where shown on the plans.

(8) Non-Shrink Grout: Nonshrink grout shall contain only premeasured, prepackaged

materials supplied by the manufacturer. Water to be used for mixing Portland

cement manufactured grout shall be potable. The grout shall show no shrinkage

(0.0%) and a maximum of 4.0% expansion at any time before initial set when tested

according to ASTM C 827. The grout shall show no shrinkage (0.0%) and a

maximum of 0.2% expansion on the hardened state. All nonshrink cement-based

grout shall show a minimum 28-day compressive strength of 5,000 psi at standard

laboratory temperatures when tested according to ASTM C 109. Grout shall be Five

Star Grout as manufactured by U. S. Grout Corporation, Sikagrout 212 by Sika

Corporation, or equal.

(9) Expansion Joint Material or Filler: Expansion joint material shall be self expanding

corkboard meeting ASTM D 1752.

B. Concrete Materials: Mixing shall be at a central plant unless prior approval is given by the

Owner for mixing on the job site. The classes and use of concrete shall be as follows:

(1) Class “A” Concrete: Class “A” concrete shall have a 28-day compressive strength of

not less than 4,000 psi, and shall be used for reinforced concrete work, and for

unreinforced footings, sidewalks, curbs, and driveways not thicker than 8-inches.

The slump shall be between 3 and 5 inches. The maximum water to cement ratio

will be 0.45. Concrete shall have an air content of between 4 and 7 percent.

(2) Class “B” Concrete: Class “B” concrete shall have a 28-day compressive strength of

not less than 3,000 psi, and shall be used for blocking, gravity type walls, and for

unreinforced footings and slabs thicker than 8-inches. The slump shall be between 3

and 5 inches. The maximum water to cement ratio will be 0.56. Concrete shall have

an air content of between 4 and 7 percent.

(3) Class “C” Concrete: Class “C” Concrete shall have a 28-day compressive strength

of not less than 1,500 psi, and shall be used for concrete subfoundations, pipe

encasement, and concrete backfill where required.

Implementation:

A. Mix Design: Design mix for each classification of concrete to be used in the work shall be

prepared and tested by the independent, commercial, testing laboratory selected by the

Contractor and approved by the Engineer for the testing of materials. The design mix shall be

prepared using samples of cement, slag cement, fly ash (if required), admixture, (if required),

and the aggregates to be used in the work. Not fewer than four (4) cylinders shall be made

from the design mix for each classification of concrete; two (2) shall be tested at 7 days, and

two (2) shall be tested at 28 days. Cylinders shall be made and tested in accordance with

ASTM C 31 and C 39. If an existing design mix that was recently prepared using the same

source of proposed materials is demonstrated to conform to this Specification, the Engineer

may approve its use in the work.

B. Plant Mixing: Mixing, if accomplished at a central mix plant, shall be accomplished by a

plant which has had its layout, equipment, and trucks reviewed by the Engineer. Concrete

shall be mixed (and transported to the job site) in accordance with the requirements of ASTM

C 94 as amended to date. Loading tickets and batch mix tickets for Class "A" concrete shall

Page 84: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

033000-3

Cast-in-Place Concrete

Print Date: 8/29/2019

be initialed by the laboratory representative and shall bear the time of loading; tickets shall be

handed to the inspector when the trucks arrive at the job site, and before load is discharged.

C. Conveying: Concrete shall be conveyed from mixer to place of final placement by methods

which will prevent separation or loss of material. Runway supports shall not bear upon

reinforcing steel or fresh concrete. All conveying equipment shall be thoroughly cleaned

before each run of concrete is begun.

D. Delivery and Protection of Materials: Contractor shall deliver ready-mixed concrete in

compliance with requirements of ASTM C 94.

E. Inspection Prior to Placing: Inspect the area to receive concrete for any deficiencies that

would prevent proper placing of concrete. Do not proceed with placing until such

deficiencies are corrected. The Owner shall be provided with 48 hours notice before any

concrete is placed. Concrete formwork, reinforcing steel, embeds, inserts, mechanical,

electrical and any other miscellaneous items required for the concrete pour shall be inspected

by the Owner prior to placement. The forms shall be verified to be clean and the surfaces

ready to receive concrete by the Owner.

F. Placing Concrete: Before concrete is placed, the depth and character of the foundations, the

adequacy of forms and falsework, and the placing of steel and appurtenant work shall be

inspected, and must be approved by the Owner; that approval, however, shall not relieve the

Contractor from the responsibility to produce the finished work. Preparation for placing

concrete, and the handling and placing of concrete, shall be as follows:

(1) Preparation: Accumulated water and debris shall be removed from excavations, and

from form work into which concrete is to be placed; flow of water into those places

shall be diverted into side drains or sumps, and be removed without disturbing

newly-placed concrete. Forms, unless lined, shall be thoroughly wetted with water

before concrete is placed so as to tighten joints and prevent leakage of the mix.

Runways for buggies and wheelbarrows, if used, shall not be supported by form

work. Concrete shall be conveyed in a method which will not disturb forms.

(2) Placing in Daylight Hours: Concrete shall be placed in daylight; placing of concrete

in a portion of the work shall not be started if that portion of the work cannot be

completed during daylight, unless otherwise specifically approved by the Owner.

That approval will not be given unless an adequate lighting system is provided, and

that system is approved by the Owner.

(3) Placing in Cold Weather: Concrete shall not be placed when the atmospheric

temperature is below 35 degrees Fahrenheit. If, after placing concrete, the

atmospheric temperature becomes lower than 35 degrees Fahrenheit, the Contractor

shall enclose, heat, and protect the concrete in a manner which will keep the air

surrounding the fresh concrete at a temperature above 45 degrees Fahrenheit for a

period of 5 days after concrete is placed. The Contractor shall assume all risk

connected with the cool-weather placing and protecting of concrete and, should that

concrete be unsatisfactory, it shall be rejected.

(4) Placing in Hot Weather: When the ambient temperature is 90 degrees Fahrenheit or

above, special precautions shall be taken during mixing, placing, and curing.

Concrete shall be protected in accordance with ACI 305R as modified in these

Specifications. In no case should the temperature of the concrete, when placed, be

above 900 F. When the ambient temperature is expected to exceed 100 degrees

Fahrenheit, placement of concrete should not occur within 12 hours of the expected

hot weather. When the ambient temperature exceeds 75 degrees Fahrenheit, forms

and reinforcing steel shall be thoroughly wetted prior to placement of concrete.

Page 85: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

033000-4

Cast-in-Place Concrete

Print Date: 8/29/2019

Attention shall be given to coordinating the dispatching of trucks with the rate of

placement to avoid delays in delivery. When elapsed time from batching to

placement is so long as to result in significant increases in mixing water demand, or

in slump loss, mixing in the trucks should be delayed until only sufficient time

remains to accomplish mixing before the concrete is placed. On truck arrival at the

job site, addition of water shall not be allowed other than that required to adjust to

the specified slump. The forms and reinforcing should be cooled to a temperature of

not more than 900 F by spraying with fog nozzles. Admixtures for retardation shall

conform to ASTM C 494-71, Type B or Type D. The concrete shall be cured with

water.

(5) Time to Place: Centrally mixed concrete shall be discharged into forms within one

hour of the time that water is added to the mixture. Contractor shall furnish delivery

tickets for each load of concrete delivered under these Specifications. Delivery

ticket shall indicate class and strength, size of coarse aggregate, water per cubic yard,

slump, quantities of all admixtures, date and time of departure from batching plant

and time of placement.

(6) Transporting From Mixer: Concrete shall be transported from the mixer to the point

of deposit by a pump, a crane-handled bottom-dump concrete bucket, with concrete

buggies, or with wheelbarrows. In the event the quality of the concrete as it reaches

the form, and the method and placing thereof, in the opinion of the Owner, is not

satisfactory, the Contractor shall change his method of operation so as to place

concrete in a manner suitable to the Owner.

(7) Care In Placing: Concrete shall be placed in a manner which will prevent the

possibility of segregating aggregates, displacing reinforcing, and coating and

splattering the reinforcing steel which is in place. Troughs, pipes, hoppers, chutes,

and canvas tremies shall be arranged and used in a manner which will ensure that the

concrete is placed in the manner specified. The placing of concrete within form

work shall be regulated in manner which will ensure that the pressure within the

form work caused thereby shall not exceed the design pressure of the form work.

Concrete shall be placed in continuous horizontal layers, the thickness of which, in

general, shall not exceed 12 inches. When placing concrete, each batch and each

layer shall be placed following the preceding batch or layer so closely that there will

be no “cold joints” in the work. Care shall be used to fill each part of the forms;

concrete shall be deposited to as near the final position as possible. After the

concrete has taken its initial set, care should be used to avoid jarring the form work,

and placing strain and vibration on the ends of projecting reinforcing bars. If

concrete must be dropped more than five (5) feet, it shall be deposited through a

tremie.

a. Compacting Concrete: Concrete, when placed, shall be compacted with

mechanical, internal-vibrating equipment supplemented with hand-spading

with a slicing rod. Vibrating shall not be used to transport concrete within

forms. Vibrating equipment shall maintain an impulse rate of not less than

5,000 impulsed per minute, when submerged in concrete. Not fewer than

one (1) spare vibrator shall be maintained on the jobsite as a relief. The

duration of vibration shall be limited to that time necessary to satisfactorily

consolidate the concrete without causing objectionable segregation. The

vibrator shall not be inserted into lower layers which have begun to set.

b. Thin Section Work: Thin section work shall be thoroughly worked with a

steel rod; faces shall be shaped and mortar flushed to the surface of the

form. Small diameter holes shall be drilled in form work beneath large wall

Page 86: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

033000-5

Cast-in-Place Concrete

Print Date: 8/29/2019

sleeves and inserts to prevent the entrapment of air beneath those sleeves

and inserts when concrete is placed.

(8) Continuous Placement: The placement of concrete within units of the work between

construction joints, once begun, shall continue without interruption so that the unit

will be monolithic in construction.

(9) Dense Compact Structure: Concrete shall be placed and compacted in a manner

which will form a dense, compact, impervious structure having smooth faces on

exposed surfaces. Sections of concrete work found to be porous, plastered, and

otherwise defective, in the opinion of the Owner, shall be removed and replaced in-

whole, or in part, as directed by the Owner, at no cost to the Owner.

G. Testing: Slump tests shall be made in accordance with ASTM C 143, air content shall be

measured in accordance with ASTM C 173 or C 231, and test cylinders shall be made in

accordance with ASTM C 31 all prior to placement of the concrete at the work site.

(1) Concrete Cylinders: A representative of an independent testing lab shall be on site to

make test cylinders for concrete, slump test, air entrainment, and concrete

temperature, all of which shall be included on the report for the cylinder broken,

along with the truck number and date of test. Concrete cylinders for testing purposes

shall be made in accordance with the procedure described in ASTM C 31, as

amended to date. Compression tests shall be made at the age of 7 days and 28 days

by the testing laboratory in accordance with the procedure described in ASTM C 39,

as amended to date, and as required by the Owner. After beginning work, the

number of tests shall be not less than one for each type of concrete for each pour.

Each test shall consist of at least 4 specimens; two (2) shall be for field control and

two (2) for laboratory control. Slump tests of concrete shall be made in the field by

the testing lab representative for each pour with an accurately made sheet iron test

cone, and in accordance with the procedure described in ASTM C 143, as amended

to date.

(2) Test reports shall show all data including exact pour location, ambient temperature,

pour date and time, truck number, date cylinder was broken, age of cylinder,

compressive strength of tested cylinder, slump test results, and air content. Provide

one copy of the test results to the Contractor and one copy to the Owner.

(3) Samples for strength tests of each class of concrete placed shall be taken not less

than once a day, nor less than once for each 100 cubic yards of concrete placed, nor

less than once for each 5,000 square feet of surface area of slabs or walls.

(4) Each class of concrete shall be tested with at least five strength tests.

(5) For each set of cylinders, the average of tests of two cylinders at 28 days shall be

considered one strength test under the definition of these Specifications. At the

Owner or Contractor’s option, one cylinder may be broken at 7 days as an aid in

evaluating the concrete. The last cylinder will be held in reserve and tested and used

in the average for the strength test if either of the two tests performed at 28-days are

below the required 28-day strength of the concrete. The pour will be rejected if any

of the compression tests are 500 psi less than the required compressive strength.

(6) Test for unit weight of the concrete when first load of each class of concrete is

delivered and thereafter at the discretion of the Owner.

Page 87: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

033000-6

Cast-in-Place Concrete

Print Date: 8/29/2019

(7) The Contractor will maintain a temperature and placing record each day during

concreting operations. The location, quantity, starting and stopping time and

temperature shall be recorded for each concrete pour and submitted to the Owner.

H. Protection: Protect freshly placed concrete from damage or injury due to water, falling

objects, persons or anything that may mar or injure finish surface on concrete. Only light use

of slabs will be permitted for the first 14 days after placing of concrete.

I. Curing: Curing shall conform to ACI 308 except as modified in this specification. All

finished slabs on grade shall be maintained in a moist condition for at least seven successive

days when temperatures are 50 degrees Fahrenheit or above. When ambient temperatures fall

below 50 degrees Fahrenheit, the curing period shall be extended to 14 days. Concrete shall

be kept moist by any of the following methods or a combination of these methods:

(1) Ponding or Immersion: Continually immerse concrete in water throughout the

curing period. Water shall not be more than 20 degrees Fahrenheit less than

temperature of concrete.

(2) Fog Spraying or Sprinkling: Provide uniform and continuous application of water

throughout the curing period.

(3) Pervious Sheeting: Completely cover surface and edges of the concrete with two

thicknesses of wet sheeting. Overlap sheeting 6-inches over adjacent sheeting.

Sheeting shall be at least as long as the width of the surface to be cured. During

application, do not drag the sheeting over the finished concrete nor over sheeting

already placed. Wet sheeting thoroughly and keep continuously wet throughout the

curing period.

(4) Impervious Sheeting: Wet the entire exposed surface of the concrete thoroughly

with a fine spray of water and cover with impervious sheeting through the curing

period. Lay sheeting directly on the concrete surface and overlap edges 12-inches

minimum. Provide sheeting not less than 18 inches wider than the concrete surface

to be cured. Secure edges and transverse laps to form closed joints. Repair torn or

damaged sheeting or provide new sheeting as necessary. Inspect surface of concrete

daily for wetness. Surface shall be kept continuously wet during the curing period.

J. Patching: As determined by the Owner, any concrete out of alignment or level or that has a

defective surface or has defects which reduce structural capacity, shall be considered as not

conforming to the Drawings and Specifications and shall be rejected at the Owner’s

discretion. No corrective action shall be taken on any concrete surface regardless of the

defect without the permission of the Owner. Unless the Owner grants permission to patch

defective concrete, remove and replace rejected concrete so that it conforms to the Drawings

and Specifications. The location of the cut lines and the extent of removal will be specified

by the Owner. If the Owner allows patching of defective concrete, it shall be done in

accordance with the following:

(1) Permission to patch rejected concrete shall not be a waiver of the Owner’s right to

request replacement of rejected concrete if the patching does not in the opinion of the

Owner result in concrete meeting the requirements of the Drawings and

Specifications.

(2) Patching shall not be started until curing is complete.

(3) Defective areas shall be cleaned out to a depth of at least 1-inch or to sound concrete

whichever occurs first. Edges must be clean and perpendicular to the surface of the

concrete. Feathered edges will not be permitted. The surface must be cleaned with

Page 88: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

033000-7

Cast-in-Place Concrete

Print Date: 8/29/2019

high pressure air delivered at a minimum of 100 psi. The area to be patched and an

area of at least 12 inches around the patch will be dampened. A bonding grout shall

be prepared using a mix of approximately one part cement to one part fine sand

passing a No. 30 mesh sieve, mixed to the consistency of thick cream, and then well

brushed into the surfaces.

(4) The patching mixture shall be made of the same materials and of the same portions

of cement and sand used for the original concrete, except that the coarse aggregate

shall be omitted. The mortar shall consist of not more than one part cement to two

and on-half parts sand by damp, loose volume. Mortar used in patches shall match

surrounding concrete. Test patches will be necessary to confirm that the mortar

matches. Only enough water to provide for handling and placing shall be used.

(5) After surface water has evaporated from the area to be patched, the bond coat shall

be well brushed into the surface. When the bond coat begins to lose the water sheen,

the premixed patching mortar shall be applied. The mortar shall be thoroughly

consolidated into place and struck off so as to leave the patch slightly higher than the

surrounding surface, allowing for initial shrinkage. After approximately one hour

finishing tools matching the surrounding concrete shall be used for final finishing.

The patched area shall be kept damp for seven days.

K. Finishing: Once any required patching is complete, concrete shall be finished.

(1) Smooth Form Finish shall be used on all concrete surfaces exposed to view in the

completed work. Remove all burrs and form marks and smooth out lines of

indentations.

(2) Rough Form Finish shall be used on locations that will not be exposed to view and

shall be produced by filling all tie holes and honeycomb and in other respects leaving

the surface as formed. All concrete surfaces that will be covered by earth or compost

and which shall not be visible in the completed structure, shall be finished with a

rough form finish.

(3) Steel Troweled Finish shall be applied to the surface of all slabs. Concrete shall be

placed, consolidated, struck-off and leveled to the proper elevation and grade. After

the surface has stiffened sufficiently to permit the operation and the water sheen has

disappeared, the surface shall be wood or magnesium floated, by hand or power

floated, at least twice, to a uniform sandy texture. Floors shall be leveled such that

depressions between high spots do not exceed ¼-inch under a 10 foot straightedge

except where drains occur, in which case the floors shall be pitched to the drains as

indicated on the drawings. After the concrete has received a wood float finish, it

shall be troweled at least twice to a smooth dense finish. The drying of the surface

moisture before floating or troweling shall not be hastened by treatment of the

concrete with dry sand or cement. The first troweling shall be done by a power

trowel and shall produce a smooth surface relatively free of defects. Additional

troweling shall be done by hand after the surface has hardened sufficiently. The final

troweling shall be done when a ringing sound is produced as the trowel is moved

over the surface. The surface shall be thoroughly consolidated by hand troweling

operations. The finished surface shall be free of any trowel marks or other

imperfections; shall be uniform in texture and appearance, and shall be in true plane

within the tolerance specified. Any deviation from this condition which remains

after the troweling is completed shall be corrected by grinding.

(4) Broom Finish shall be applied to all exterior sidewalks, walkways, steps, landings

and platforms. The surface shall be given a floated finish as specified above and

then finished with a flexible bristle broom or burlap belt drawn across the surface.

Page 89: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

033000-8

Cast-in-Place Concrete

Print Date: 8/29/2019

Surface must be hardened sufficiently to retain scoring or ridges. Scores or ridges

shall be transverse to traffic or at right angles to the slope of the slab.

(5) After finishing has been complete as detailed above, all concrete slabs, sidewalks,

walkways, steps, and landings shall be treated with the appropriate curing and

sealing compound as specified.

L. Payment: Payment for concrete work, making and testing of concrete cylinders, and placing

concrete shall be paid for under the items to which it pertains.

END OF SECTION

Page 90: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

TRENCHING AND

BACKFILLING

312333

Page 91: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Revision Date: 4/29/2013

Print Date: 8/22/201911/13/2013

SECTION 312333 – TRENCHING AND BACKFILLING

Scope:

The work under this Section consists of furnishing all labor, equipment and materials and performing all

operations in connection with any trench excavation and backfilling required to install the pipe and

appurtenances shown on the Drawings and as specified.

Quality Assurance:

The Contractor shall perform all excavation and backfilling operations in such a manner as to ensure a

proper installation of the pipe and appurtenances shown in the Drawings and specified herein.

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, ASTM D 2937 or ASTM D 2922.

B. Sources and Evaluation of Testing: Testing of materials to certify conformance with the

Specifications shall be performed by an independent testing laboratory at no cost to the

Owner. The Contractor’s testing laboratory shall perform tests upon change of source

materials and at sufficient intervals to certify conformance of the materials used for backfill

with the Specifications.

C. Depth of Bury: All new water and sewer infrastructure must be installed with a minimum of

4 feet of cover over the pipe, unless otherwise shown on plans or approved by the engineer of

record for the project.

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

publication 2226.

Products and Implementation:

The Contractor shall perform the work in accordance with the following sections:

A. Removing and Resetting Fences, Mailboxes and Property Pins: At all locations where

existing fences, mailboxes, property pins or other appurtenances exist, the Contractor shall

restore these items to preconstruction conditions as follows:

(1) At all locations where existing fences must be removed to permit construction of the

utility line, the Contractor shall remove the fences and, as the construction

progresses, reset the fences in their original location and to their original condition.

During construction, the Contractor shall provide temporary fencing, or employ

other safeguards, which will prevent livestock from wandering to other property.

(2) All mailboxes removed during construction operations shall be replaced immediately

after construction has passed these conflicts. Or, if construction progress is limited

the mailboxes shall be temporarily reset until construction operations require the

removal of such interferences.

(3) Any property pins excavated during construction operations will be the responsibility

of the contractor to reset the pin to its exact location. Any costs associated with

Page 92: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312333-2

Trenching and Backfilling

Revision Date: 5/29/2013 Print Date: 8/22/201911/13/2013

replacing the pins shall be the responsibility of the contractor. Wherever possible,

contractor should avoid removing property pins.

(4) Payment: No extra payment will be made for removing and resetting fences,

mailboxes, or property pins, the cost thereof to be included in the prices bid for

utility installations.

B. Protection of Other Utilities and Structures: Damage to existing utility lines, services,

poles, and structures shall be repaired or replaced by the Contractor at his own expense.

(1) The approximate positions of certain known underground lines are shown for

information. The Contractor shall call the Utilities Protection Center (UPC) (800-

282-7411 or 811 in the State of Georgia) 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 prior to

construction to verify the location of existing utilities. Due to the size of the project,

a large project ticket may be required for the project. It will be the contractor’s

responsibility to coordinate with the UPC and to comply with the requirements of the

large project ticket and the associated agreements. The contractor will be responsible

for setting up the large project meeting with all the affected utility companies at a

convenient site, preparing a large project agreement with the affected utility

companies specifying the area and time frame that each locate should be performed,

and coordinating with the utility companies during the project any changes to the

agreement and making sure the locates are being performed as stated in the

agreement.

(2) Contractor shall have available and utilize an electronic pipe locator and a magnetic

locator, in good working order, to aid in locating existing pipe lines or other

obstructions.

(3) A minimum clearance of ten feet (10’) horizontal and eighteen inches (18”) vertical

must be maintained between new water mains and existing sewer lines and new

sewer lines and existing water lines. If a water main must be installed below a sewer

line, it shall be encased in concrete with a minimum 6” concrete depth to the first

joint in each direction.

(4) Water mains shall not come into contact with or cross any sewer manholes.

(5) Existing private lines are not shown. The Contractor shall locate existing private

lines and other possible existing unknown utility lines with an electronic pipe finder

and shall excavate and expose all existing underground lines in advance of trenching

operations.

(6) Removing and relaying of those lines and appurtenances which constitute an

obstruction to the completed line and grade of the new work, in the opinion of the

Owner, will be made at the expense of the Owner, unless otherwise shown on

Drawings to be altered by the Contractor.

C. Protecting Trees, Shrubbery, and Lawns: Trees and shrubbery along trench lines crossing

developed private property shall not be disturbed unless absolutely necessary, subject to

approval by the Owner. Any alterations to private property must be restored to an equal or

better status by the contractor at no cost to the owner.

(1) Trees and shrubbery to be removed shall be properly heeled-in and replanted.

Heeling-in and replanting shall be done under the direction of an experienced

nurseryman.

Page 93: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312333-3

Trenching and Backfilling

Revision Date: 5/29/2013 Print Date: 8/22/201911/13/2013

(2) Where utility trenches cross through or adjacent to private property with well

established lawns, sod shall be cut removed, stacked and maintained in suitable

condition until replacement is approved by the Owner. Topsoil underlying lawn

areas shall likewise be removed and kept separate from general excavated materials

and shall be replaced at the surface of the trench in back filling. In lieu of removing

and replacing sod, the Contractor may, if approved by the Owner, re-grass lawns by

seeding or sprigging with grass of the same type as the established lawn. Before

planting, lime and fertilizer will be applied in accordance with permanent grassing

requirements in Section 312500 Erosion and Sedimentation Controls. All of the

other requirements for permanent grassing in Section 312500 shall be followed

including acceptable dates for seeding, mulching, watering and preparation of the

soil.

(3) Payment: All cost of equipment, labor and materials required for the work shall be

included in the price bid for same. The removal and replacing of sod or re-grassing

by seeding and all other related work will be paid for on a linear foot basis of pipe

lines and shall include, in addition to the pipe trench width, all areas adjacent to the

pipe trench where existing grass has been disturbed or destroyed by the Contractor’s

operations.

D. General Trench Excavation: Excavation is unclassified. Perform all excavation of every

description and of whatever substance encountered to the depth and width shown on the

Drawings or specified, or both, for all utility lines, manholes, piers, conduits, and other

appurtenances. Excavation shall be accomplished by open cut, unless otherwise directed. No

tunneling shall be done, except that approved by the Owner; if approved, the tunnel shall be

of the height, width, and cross section approved by the Owner.

(1) The top portion of the pipe trenches may have sloping or vertical sides to widths

which will not cause damage to adjoining structure, roadways, pavements, utilities,

and private property.

(2) For untimbered trenches and trenches held by stay bracing only, the width of the

lower portion of the trench to a height of two feet (2’) above the top of the pipe shall

not exceed the trench widths specified in the “Trench Widths” paragraph. Where

skeleton and solid sheeting is used, trench width may be increased to dimensions

approved by the Owner, but shall not be greater than that necessary to clear the

walers when lowering pipes into the trench.

(3) Where, in the opinion of the Owner, trench excavation may damage adjoining poles,

roadways, utilities and private property, the Owner may order the Contractor to

install suitable sheeting for their protection. Such order shall in no way relieve the

Contractor from his responsibility of protection of the facilities, nor shall the lack of

those orders relieve the Contractor from that responsibility.

(4) No extra payment for sheeting will be made, except for the sheeting which the

Owner orders to remain in place. If trenches are excavated to widths in excess of the

above limitations, or collapse because of insufficient bracing and sheeting, the

Contractor will be required to use special methods of constructing pipe foundations

and backfilling as specified herein at his own expense.

(5) Trench excavation shall not advance more than two hundred -fifty feet (250’) ahead

of pipe laying, unless approved by the Owner.

(6) Excavation in excess of depth required for proper bedding shall be corrected by one

of the special methods specified herein, as directed by the Owner. Bell holes shall be

Page 94: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312333-4

Trenching and Backfilling

Revision Date: 5/29/2013 Print Date: 8/22/201911/13/2013

excavated in a manner which will relieve pipe bells of all load, but holes shall be

small enough to insure that support is provided throughout the length of the pipe

barrel. Excavation in excess of the depths required for manholes and other structures

shall be corrected by placing a sub-foundation of Class “C” concrete or crushed

stone, at no additional expense to the Owner.

E. Excavation in Solid Rock: Solid rock is defined as those materials in the original bed and in

well-defined ledges which, in the opinion of the Owner, cannot be removed with pick, shovel

ditching machine, backhoe, and other similar devices, and which requires drilling, blasting,

jack hammering, and bullpointing. Concrete and masonry structures to be removed which

require drilling and blasting for removal shall be considered rock unless otherwise provided

for herein. Boulders, and detached pieces of rock, having volumes of more than 8 cubic feet,

shall be considered as rock.

(1) Ledge rock, boulders, and large stones shall be removed to provide a clearance of not

less than six inches (6”) in every horizontal direction from all parts of pipe, fittings,

and other appurtenances.

(2) Where rock is encountered at grade in trenches, the trench shall be excavated not less

than six inches (6”) below the bottom of the pipe bell, refilled with crushed stone

thoroughly tamped in-place, and shaped to the pipe.

(3) Payment will be made for crushed stone bedding in rock excavation as part of the

stone backfill line item. If there is not a line item for crushed stone backfill on the

bid sheet, the cost shall be included in the unit price bid for water and/or sewer mains

and service lines.

(4) Excavated rock shall not be mixed with material selected for tamped backfilling

under and around the pipe up to a level at least two feet above the pipe.

(5) Where utility lines are constructed across streets, pastures, and cultivated fields,

excavated rock shall not be mixed with backfill material used to complete the final

twelve inch (12”) layer of backfill at the original ground surface.

(6) Surplus rock shall be removed and wasted at locations determined by the contractor,

but approved by the Owner. No separate payment will be made for removal and

wasting of rock. All waste material disposal must be in compliance with appropriate

Erosion and Sedimentation Control rules.

(7) The cost of such work, and all cost incidental thereto, shall be included in the unit

prices bid for pipeline installation.

F. Excavation for Vaults or Manholes: Excavate to a minimum of 12-inches below the

planned elevation of the base of the vault or manhole. Place or compact crushed stone

bedding material to the required grade before placing the vault or manhole.

G. Blasting: Blasting operations shall be conducted in strict accordance with all applicable

ordinances and regulations. All exposed structures shall be carefully protected from the

effects of blast and all blasts shall be covered with heavy timbers or other suitable material.

The Contractor shall limit amounts of explosives and timing of blasts to minimize noise and

concussion and to prevent damage to existing structures, pavements and utilities. The blasting

shall be done only by experienced men. Damages shall be promptly repaired by the

Contractor at his own expense. No blasting will be permitted adjacent to existing buildings

and structures. Rock at those locations shall be removed with jack hammers and bull-points.

If rock is encountered that requires removal by blasting the Contractor shall retain and employ

a qualified blasting consulting Engineer, approved by the owner, to supervise the work. The

Page 95: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312333-5

Trenching and Backfilling

Revision Date: 5/29/2013 Print Date: 8/22/201911/13/2013

Blasting Engineer’s duties shall be to advise the blaster of hole spacing and loading and to

make seismic and concussion measurements. The Contractor shall cooperate with the

Blasting Engineer by uncovering and exposing pipe and structures for instrument mounting.

The contractor shall also advise the Owner when each shot is ready and how it is loaded. No

loaded holes shall be left unattended at any time for any reason. All blasting shall be done

during daylight hours.

(1) Blasting and Ordinances: All blasting operations shall be conducted in strict

accordance with existing ordinances and regulations, and shall be done only with the

Blasting ENGINEER’S APPROVAL AND UNDER ENGINEER’S

SUPERVISION.

(2) Protection of Surroundings: All exposed structures shall be protected from the

effects of blasts and all blasts shall be covered with blasting mats, dirt, heavy

timbers, or other suitable material. They shall be restricted to the extent that no

appreciable shock will be transmitted to existing structures, pipe lines, sewers, or

other public or private facilities. The blasting shall be done by experienced

personnel. Any damage done shall be promptly repaired by the Contractor at the

Contractor’s expense.

(3) Storage of Blasting Supplies: All blasting supplies shall be stored in a magazine

which complies with all Local, State, and Federal Laws, and a watchman shall be

stationed at all times at the place of storage. In no case shall caps or other exploders

be kept at the place where dynamite or other explosives are kept.

(4) Delay of Shots: All shots shall be delayed so as to minimize ground vibrations with

a maximum peak particle velocity, as measured to the nearest structure

(embankment, pipes, etc.) not to exceed 2 inches per second. The overpressure noise

or concussion shall be minimized and stemming and matting shall be used to prevent

over pressure in excess of 120 db. Precautions shall be taken to minimize flying

rock and sufficient matting used to prevent rocks from striking any person or

structure.

(5) Vibration Recording Instruments: Vibration recording instruments shall be used on

all shots. These shall be of type which records on direct reading tape the three (3)

components of velocity. The analysis of these recordings is to be signed by a

Registered Professional Engineer in Georgia. Blasting is not to be conducted which

will produce a Scaled Distance less than previously recorded for at least three (3)

different shots deemed to be safe. The scaled distance is to be determined by the

distance from the shot to the nearest structure subject to potential damage from

ground vibration. Owner reserves the right to require multiple recording devices as

determined by the owner at no cost.

(6) Overpressure: (Concussion) Overpressure is to be recorded on direct recording tape,

preferable on the same recording as the vibration. The instrument used for

measuring concussion shall be the type specifically designed for impact-type

overpressure from blasting.

(7) Record of Shots: The blaster is to maintain an accurate log of each shot, listing as a

minimum the following: date, time, weather conditions including temperature and

humidity, station number, manufacture and type of explosive, method of detonation,

total weight of explosive per shot, number of delays, number of holes, hole depth,

maximum weight of explosives per delay, amount of explosives per hole number,

amount of stemming, type and amount of blast matting, and a sketch of the hole

pattern with hole number for each shot.

Page 96: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312333-6

Trenching and Backfilling

Revision Date: 5/29/2013 Print Date: 8/22/201911/13/2013

H. De-watering Trenches: All excavations shall be dewatered properly before laying pipe.

(1) Where running sand is encountered, dewatering shall be done by well pointing

whenever possible.

(2) Where soil conditions are not favorable for use of well points, french drains of

graded stone shall be constructed to suitably locate sumps and the water removed by

bailing or pumping.

(3) No extra payment will be made for dewatering. All costs of equipment, labor,

crushed stone and other materials required for dewatering shall be included in the

price bid for pipeline installation.

I. Trench Stabilization: Wherever the subgrade is, by nature, too soft and mucky, in the

opinion of the Owner, for the proper installation of the water or sewer main, the Owner may

order the Contractor to undercut the ditch and backfill with crushed stone conforming to the

latest revision of ASTM C 33, as amended to date, graduation #67 (ASTM #67) varying in

sizes ¼” through ¾”. The stone shall be brought to grade and compacted. Payment for

crushed stone backfill, only where ordered by the Owner, will be made at the unit price bid,

measured before placing, and shall include the removal of unsuitable subgrade materials.

J. Bracing and Sheeting: The sides of all trenches and excavation for water and sewer mains

and structures shall be securely held by stay bracing, or by skeleton or solid sheeting and

bracing, as required by the soil conditions encountered. Examples of soil or site conditions

requiring bracing and sheeting include where sloping of the trench walls does not adequately

protect persons within the trench from slides or cave-ins; in caving ground; in wet, saturated,

flowing or otherwise unstable materials; where necessary to protect adjoining buildings,

roadways, structures, utilities or trees; and where necessary to maintain the top of the trench

within the available construction easement or right-of-way.

(1) Timber: No timber for shoring, bracing, or sheeting exceeding that size customarily

used, will be paid for unless the use of larger sizes shall have been ordered by the

Owner, in writing. Timber sheeting near the bottom of trenches over ten feet (10’)

deep, for water mains 15-inch size and larger shall remain in place and shall be cut

off not less than two feet (2’) above the top of the completed water main. When, in

the opinion of the Owner, sheeting and bracing cannot be safely removed above this

level, it shall be left in place. Sheeting so left in place shall be cut off at least two feet

(2’) below the surface. Payment will be made for timber sheeting ordered to be left

in place in accordance with the unit bid price for the item.

(2) Steel Sheeting: Continuous interlocking steel sheeting may be substituted for timber

bracing or sheeting, when approved by the Owner. Steel sheeting may be removed

without cutting, provided the rate of removal is kept in pace with tamping and

backfilling operations to assure complete filling of the void created by the

withdrawal of the sheeting. Complete withdrawal of the sheeting in advance of

tamping and backfilling will not be permitted. Sheeting, where ordered to be left in

place by the Owner for reasons of safety, shall be cut off where directed. No

payment will be made for the general use of steel sheeting where it is used in lieu of

timber sheeting and where it is not ordered to be cut off. Where ordered to be left in

place and cut off, steel sheeting will be paid for in accordance with the unit bid for

the item.

K. Selected Backfilling: All trenches shall be backfilled immediately after pipes are laid therein

and joints have been inspected, unless other protection of the pipe line is directed. Selected

backfill material shall consist of finely divided earth, stone dust, sand, crushed stone, or other

approved material carefully placed about the pipe and up to a height of at least eighteen

Page 97: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312333-7

Trenching and Backfilling

Revision Date: 5/29/2013 Print Date: 8/22/201911/13/2013

inches (18”) above the top of the pipe barrel, in uniform layers not exceeding six inches (6”)

in thickness. Each layer shall be uniformly placed and tamped with proper hand tools in a

manner which will not disturb or injure the pipe. Backfilling shall be carried on

simultaneously on both sides of the pipe in a manner which will prevent injurious side

pressures from occurring. If suitable select materials are not available from trench excavation,

the Contractor will be required to obtain them elsewhere. No extra payment will be made for

selected backfill, the cost thereof to be included in the prices bid for pipelines.

L. General Backfilling: After selected backfill material has been placed and tamped, the

remainder of the trench may be backfilled with general excavated material, except that no

rock, unless in small shattered fragments, will be permitted to be mixed with other backfill

material.

(1) Street and Road Right-of Ways, Yards, and Other Traveled Areas: In street and road

right of ways, yards and other traveled areas open to vehicular or pedestrian travel

the ditch shall be backfilled and each layer shall be tamped to a density equivalent to

at least 95% of the Standard Proctor maximum dry density in accordance with

ASTM D 698, as amended to date.

a. Backfill material shall be placed in uniform layers not exceeding six inches

(6”) in thickness, with each layer thoroughly compacted with heavy duty

tampers (“Whacker” or equal) to a height of at least thirty six inches (36”).

b. The remainder of the ditch may be backfilled and tamped in the same

manner or if the Contractor so elects he may place backfill in layers not

exceeding twelve inches (12”) and use wheel loading or heavy duty power

tamping equipment (“Hydro-Hammer” or equal).

c. Pipe shall have at least thirty six inches (36”) of cover before wheel loading

and at least forty-eight inches (48”) of cover before using heavy duty

tamping equipment (“Hydro-Hammer” or equal).

(2) Areas Requiring Pavement Replacement: Backfilling in areas that require pavement

replacement shall be done in accordance with Section 340113 of the specifications.

(3) Other Areas: Other areas, including woodland, fields, pastures and areas not open to

vehicular travel, the remainder of the ditch may be backfilled by placing fill in ditch

and “walking-in” with wheel loaded equipment. Backfill material may be windrowed

and maintained in a suitable manner so as to concentrate and pond rainfall runoff

over the trench. After sufficient settlement has been obtained the Contractor shall

complete surface dressing, remove surplus material and clean up in accordance with

these Specifications. Wherever trenches have not been properly filled, or if

settlement occurs, they shall be refilled, smoothed and finally made to conform to the

surface of the ground. Backfilling shall be carefully performed and the original

surface restored as specified herein. Surplus material shall be disposed of by the

Contractor. No extra payment will be made for general backfill, the cost thereof to

be included in the prices bid for pipelines.

M. Construction Along Highways, Streets, and Roadways: The Contractor shall install pipe

lines and appurtenances along highways, streets, and roadways in accordance with the

applicable regulations of the Georgia State Department of Transportation, Whitfield County

and permits obtained by the Owner with reference to construction operations, safety, traffic

control, road maintenance, and repair.

(1) Protection of Traffic: The Contractor shall provide suitable signs, barricades, and

lights for protection of traffic in locations where traffic may be endangered by

construction operations. All signs removed by reason of construction shall be

replaced as soon as the condition which necessitated their removal has been cleared.

Page 98: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312333-8

Trenching and Backfilling

Revision Date: 5/29/2013 Print Date: 8/22/201911/13/2013

No highway, street, or roadway shall be closed for any amount of time without first

obtaining permission from the proper authorities.

(2) Construction Operations: The Contractor shall construct all work along highways,

streets, and roadways using the following sequence of construction operations so as

to least interfere with traffic.

a. Stripping: Where the pipe line is laid along road shoulders, all sod, topsoil,

and other material suitable for shoulder restoration shall be stripped and

stockpiled for replacement.

b. Trenching, Laying, and Backfilling: The Contractor shall open trenches,

install pipe line, and backfill. The trench shall not be opened ahead of pipe

laying operations any further than is necessary for proper laying operations.

Trenches shall be progressively backfilled and consolidated; excess material

shall be removed immediately behind laying operations.

c. Shaping: The Contractor, immediately after completing back-filling

operations, shall re-shape damaged cut and fill slopes, side ditches, and

ditch lines. Topsoil, sod, and other materials removed from shoulders shall

be replaced. This work shall be done in accordance with the requirements,

and to the full and complete satisfaction, of the proper Highway personnel

and the Owner. The Contractor, when installing pipe lines and

appurtenances, shall provide sufficient personnel and equipment so as to

simultaneously carry out all of the above operations.

(3) Excavated Material: Excavated material shall not be placed along highways, streets,

and roadways in a manner which would cut off traffic. No scattered excavated

material shall be allowed to remain on the pavement; all such material shall be kept

swept away. The owner reserves the right to require the contractor to wash with high

pressure water and roadways where spoils or equipment have been placed or

operated.

(4) Drainage Structures: All pipe, side ditches, culverts, cross drains, and other drainage

structures shall be kept clear of excavated material and be free to drain at all times.

(5) Maintaining Highways, Streets, Roadways and Driveways: The Contractor shall

furnish proper construction equipment, which shall be available for use at all times,

for maintaining highways, streets, and roadways upon which work is being

performed. All such highways, streets, and roadways shall be maintained in suitable

condition for movement of traffic until completion and final acceptance of the work.

(6) Payment: No separate payment will be made for the above work. The cost of such

work, and all costs incidental thereto, shall be included in the unit prices bid for the

item to which the work pertains. Permits for such work will be obtained by the

Owner. The Contractor shall be responsible for fully informing himself with regard

to all regulations relating to pipeline installation along roadways.

END OF SECTION

Page 99: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

EROSION AND

SEDIMANTATION

CONTROLS

312500

Page 100: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Revision Date: 4/29/2013

Print Date: 8/22/201911/13/201311/12/20136/10/2013

SECTION 312500 – EROSION AND SEDIMENTATION CONTROLS

Scope:

This specification section covers the requirements for erosion, sedimentation, and pollution control during

construction. During construction, temporary and permanent protective structures and measures as detailed

in the following paragraphs shall be implemented and maintained by the Contractor to minimize erosion

and sedimentation as a result of the work being performed.

General:

A. The Contractor shall fully comply with the guidelines as specified in the Georgia Erosion and

Sedimentation Control Act of 2003 (as amended).

B. Land disturbance activity shall not commence until the Land Disturbance Permit has been

obtained by the Owner from the Local Issuing Authority, provided that a permit is required for the

project.

C. The Contractor shall fully comply with the requirements of the Erosion, Sedimentation and

Pollution Control Plan (the Plan) prepared for the Project and approved as a part of the Land

Disturbance Permit obtained in item B above and shall sign a certification to that extent on the

Plan. Where there are conflicts between the Plan and these specifications, the project specific Plan

will control.

D. The Contractor shall fully comply with the Georgia Department of Natural Resources

Environmental Protection Division (EPD) General Permit for Stormwater Discharge associated

with Construction of Infrastructure GAR1000002.

E. The Contractor will assist Owner in preparing a Notice of Intent (NOI) and the project

superintendent, who must be certified in accordance with “Certified Personnel” or “Certified

Person” which means any person who has attended the Conservation Commission’s

“Fundamentals Seminar” (Level 1A) and holds a certificate of successful completion of the

training requirements stated in Rules of the State Soil and Water Conservation Commission

Chapter 600-8: Education and Training Certification Requirements for Persons Involved with

Land Disturbing Activities 600-8-1-.04 (2)(a) from the Conservation Commission in the area of

inspection of best management practices (BMPs) on construction sites (BMPs are vegetative and

structural measures to control and prevent erosion), will sign said NOI as the Operator. Contractor

will not start land disturbing activities until 14 days after the NOI has been sent (postmarked)

return receipt certified mail to EPD by Owner. A copy of the NOI and proof of certified mailing

will be maintained onsite at all times as a part of the project paperwork.

F. The Contractor will not start land disturbing activities until receiving proof or providing proof that

the appropriate land disturbing fees have been submitted to EPD and to the local issuing authority.

G. Use of erosion and sedimentation control measures shall be included in all permanent construction

work and temporary construction work where necessary as a result of construction operations and

where required in the Erosion, Sedimentation and Pollution Control Plan.

H. The erosion and sedimentation controls shown on the Drawings of which the Erosion,

Sedimentation and Pollution Control Plan is included and those in these Specifications are

minimal requirements. The Contractor’s methods of construction may require additional erosion

and sedimentation controls not indicated on the Drawings or in these Specifications. Any

additional or different erosion control measures from what is in the Plan required due to the

method of construction must be approved by the design professional, approved by the Local

Issuing Authority, added to the Plan and approved by the Owner.

Page 101: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312500 - 2

Erosion and Sedimentation Controls

Revision Date: 5/29/2013

Print Date: 8/22/201911/13/201311/12/20136/10/2013

I. The Contractor shall be solely responsible for control of erosion within the Project site and

prevention of sedimentation or pollution in any adjacent waterways.

J. The Contractor will assist Owner in preparing a Notice of Termination (NOT) and the project

superintendent, who must be certified in accordance with “Certified Personnel” or “Certified

Person” which means any person who has attended the Conservation Commission’s

“Fundamentals Seminar” (Level 1A) and holds a certificate of successful completion of the

training requirements stated in Rules of the State Soil and Water Conservation Commission

Chapter 600-8: Education and Training Certification Requirements for Persons Involved with

Land Disturbing Activities 600-8-1-.04 (2)(a) from the Conservation Commission in the area of

inspection of best management practices (BMPs) on construction sites (BMPs are vegetative and

structural measures to control and prevent erosion), will sign said NOT as the Operator.

K. The Contractor shall fully comply with Georgia’s Oil or Hazardous Material Spills or Releases

Act. Any spill will be reported to the Owner immediately.

L. The Contractor will install stormwater management systems in accordance with the Plan and the

contract documents, as well as any local permits.

M. The Contractor will install and maintain all other controls required under the Plan including

controls related to waste disposal practices, off-site vehicle tracking, sanitary sewer and septic

system regulations, petroleum spills and leaks, and concrete wash down procedures.

Submittals:

Submittals are required in accordance with this section to allow the Owner to review all aspects of the work

under this specification and ensure the work is conducted in full accordance with the Plan and local, State

and Federal requirements. A minimum of three copies of each submittal shall be provided to the Owner for

review. The Contractor shall review and stamp all submittals prior to sending to the Owner and make the

certification statement that the submittal meets the requirements of the contract documents. The Owner

will return one copy of each submittal to Contractor stamped “No Exceptions Taken”, “Make Corrections

Noted”, “Amend & Resubmit”, or “Rejected – See Remarks”.

For submittals that have been marked as “Amend & Resubmit” or “Rejected – See Remarks”, the

Contractor shall provide at least three copies of the revised submittal. For these submittals, the Contractor

shall reference the specification section, make the certification statement, note any deviations from the

specification and list dates that it was previously submitted.

A. Complete shop drawings and manufacturer’s data shall be submitted to the Owner for all products

to be used in erosion control measures or BMPs at the site.

B. The Contractor will submit to Owner the name of the project superintendent and proof that the

person is certified in accordance with “Certified Personnel” or “Certified Person” which means

any person who has attended the Conservation Commission’s “Fundamentals Seminar” (Level

1A) and holds a certificate of successful completion of the training requirements stated in 600-8-1-

.04 (2)(a) from the Conservation Commission in the area of inspection of best management

practices (BMPs) on construction sites (BMPs are vegetative and structural measures to control

and prevent erosion).

C. The Contractor will submit to Owner a list of all proposed subcontractors on the project. All

proposed subcontractors on the project that will have any involvement in land disturbing activities

of any sort must be “Certified Subcontractors” which means any person who has attended the

Conservation Commission’s “Awareness Seminar for Subcontractors” and holds a certificate of

successful completion of the training requirements stated in 600-8-1-.04 (2)(d) from the

Conservation Commission in the area of erosion and sediment control practices and processes in

the state. Proof of this training must be submitted to the Owner.

Page 102: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312500 - 3

Erosion and Sedimentation Controls

Revision Date: 5/29/2013

Print Date: 8/22/201911/13/201311/12/20136/10/2013

D. The Contractor will submit to the Owner within 30 days of award of project and prior to any land

disturbing activities, the fees associated with the project on the required EPD form for the amount

of acreage to be disturbed, if applicable. Payment of fees associated with the NOI will also be

made to local issuing authority prior to any land disturbing activities as required under the General

Permit, if applicable.

E. The Contractor will submit to Owner a request for inspection by the design professional of the

initial erosion control measures. This inspection must be performed seven days after installation

of the initial erosion control measures, and a report or letter must be provided to the Contractor by

the design professional summarizing the findings of the inspection and listing any deficiencies that

must be corrected. All deficiencies identified by the design professional must be corrected within

two business days of receipt of the report or letter by the Contractor. This report must be

maintained as a part of the Contractor’s onsite paperwork, and a copy of this report or letter must

be submitted to the Owner for review and approval. In addition, proof that any noted deficiencies

were corrected within two business days of receipt must be provided to the Owner.

F. The Contractor will submit to Owner copies of all inspections performed on the site in accordance

with the section entitled Quality Assurance.

G. The Contractor will submit details on sampling including proposed sample point labels,

geographic positioning system (GPS) coordinates for all proposed sample points shown in the

Plan, proposed sampling personnel and certification information on those personnel, proposed

sampling equipment, and proposed analytical equipment and result reporting forms. If Contractor

plans to use a commercial laboratory for the required analytical testing, the name, location, and

certification status of the proposed laboratory must be provided.

H. The Contractor will submit to Owner copies of all sampling results and reports for sampling

performed at the site in accordance with the Plan. These results must be submitted to the Owner

within five days of collection. The Owner will submit all sampling results to EPD by the fifteenth

day of the month following the reporting period in accordance with the requirements in the

General Permit, GAR100002.

I. The Contractor will provide to the Owner as-built drawings of all permanent stormwater

management systems and controls constructed as a part of this project in accordance with Section

007213.

Quality Assurance:

The purpose of this section is to ensure that erosion control measures are effective in minimizing erosion,

sedimentation, and pollution to State waters and that all measures taken fully comply with the approved

Plan, and local, State and Federal requirements. The Contractor will have a Certified Person perform, at a

minimum, the following inspections:

A. Daily inspections of all areas where petroleum products are stored, used, or handled; all locations

where vehicles enter and leave the site; and the rain gage for the site.

B. Fourteen day inspections of disturbed areas that have not undergone final stabilization, areas used

for storage of materials that have not undergone final stabilization, and structural control measures

identified in the Plan.

C. End of storm inspections will be conducted after any storm producing 0.5 inches of rain or greater

of disturbed areas that have not undergone final stabilization, areas used for storage of materials

that have not undergone final stabilization, and structural control measures identified in the Plan.

Page 103: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312500 - 4

Erosion and Sedimentation Controls

Revision Date: 5/29/2013

Print Date: 8/22/201911/13/201311/12/20136/10/2013

D. Monthly inspections of all areas that have undergone final stabilization until the NOT is filed with

EPD.

E. Any additional inspections required in the project specific Plan.

Based on the results of these inspections, the Contractor will have seven calendar days from the date of

inspection to correct any deficiencies. Corrections to any deficiencies should be documented in the onsite

paperwork.

To ensure compliance with these specifications and the Plan, the Owner will engage a “Certified Inspector”

which means any person who has attended the Conservation Commission’s “Advanced Fundamentals

Seminar” (Level 1B) and holds a certificate of successful completion of the training requirements stated in

600-8-1- .04 (2)(b) from the Conservation Commission to inspect land-disturbed areas for compliance with

the state laws in the afore mentioned inspections.

Any deficiencies found by the Owner will be immediately brought to the attention of the Contractor.

Correction of these deficiencies must be completed by the Contractor within five calendar days of

identification.

The Owner must be made immediately aware of any inspections performed by the Local Issuing Authority

or the EPD. Any compliance issues identified in any inspection by either of these entities will require the

Contractor to Stop Work on all other work except correcting the deficiency identified. Certification that

any such deficiency has been corrected must be submitted to the Owner within five days of the inspection.

In addition to inspections, the Contractor is required to perform sampling in accordance with the Plan.

Sampling points identified in the Plan must be labeled prior to starting land disturbing activities. All

sample locations should be marked with an approved sign with the writing “Dalton Utilities, Project Name,

Sample # (from the Plan)”. The Contractor shall notify Owner of any outfalls not shown on the Plan.

Owner shall have these outfalls added to the Plan by the design professional. Sampling points will be

confirmed by Owner prior to land disturbing with the Contractor in the field. The Contractor is required to

collect GPS coordinates for all sampling points in accordance with Section 007213.

All sampling by the Contractor will be performed in strict accordance with the Plan, methodology and test

procedures in 40 CFR Part 136 and the guidance document entitled “NPDES Storm Water Sampling

Guidance Document, EPA 833-B-92-001”. The Contractor is responsible for providing sampling and

analytical equipment as required in the Plan. All monitoring results shall include at a minimum the

sampling date, exact place, time of sampling, name of sampling personnel, analytical date, time of the

analyses, personnel who performed the analyses, the analytical methods, and the results of the analyses, as

well as any additional information required by the project specific Plan.

Products and Implementation:

The Contractor will implement Erosion, Sedimentation, and Pollution Control Plan (the Plan) in strict

accordance with the Drawings and these Specifications and as required by the Owner and design

professional. Any changes, amendments, deviations, additions, or other alterations from the Plan must be

approved and certified in writing by the design professional. These changes will also require review and

approval by the local issuing authority.

Products and methods not listed in these Specifications may be used by the Contractor if they meet the

requirements of the Georgia Soil and Water Conservation Commission (GaSWCC) as outlined in the

Manual for Erosion and Sediment Control in Georgia (as amended as of January 1 of the year in which the

land disturbing activity is being conducted), are approved and certified by the design professional, are

approved by the local issuing authority, are added to the Plan, and are approved prior to use by the Owner.

Page 104: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312500 - 5

Erosion and Sedimentation Controls

Revision Date: 5/29/2013

Print Date: 8/22/201911/13/201311/12/20136/10/2013

A. Buffer Zones (Bf): The Plan will show all buffer zones. At a minimum, buffers of 25 feet along

the banks of all State waters must be maintained free of construction activity, as measured

horizontally from the point where vegetation has been wrested by normal stream flow or wave

action. Buffer zones will be, at a minimum, in accordance with the requirements of the Manual

for Erosion and Sediment Control in Georgia (as amended as of January 1 of the year in which the

land disturbing activity is being conducted), however, the Plan must be consulted as local buffer

zones may be more stringent and these more stringent requirements, if applicable, will be shown

in the project specific Plan. The Contractor will be required to mark these buffer zones in

accordance with the Plan prior to starting work with flags or signs to be approved by Owner. The

Contractors employees and subcontractors will be educated as to the importance of avoiding any

land disturbing activity inside the buffer zones. Where land disturbing activity is shown on the

Plans in accordance with activities allowed in the buffer zone due to exemptions as outlined in the

General Permit or in accordance with a buffer variance obtained by the Owner from the Georgia

Environmental Protection Division, the Contractor will notify Owner prior to starting this work.

All work in the buffer will be in strict accordance with the Plan. Repair of the buffer zone, in

accordance with the Plan and any buffer variance documents, will be performed immediately upon

completion of the work. One time water and sewer line crossings of State waters will be allowed

in accordance with these specifications, the Plan, and as approved by Owner prior to initiating the

crossing. All crossings must be made perpendicular to or within 25 degrees of perpendicular of

the flow of the stream, creek or river. In addition, the width of disturbance for these crossings

must be less than 50 feet. This 50 foot section of proposed disturbance must be marked by the

Contractor in the field prior to beginning any work. The Owner will inspect the proposed crossing

and the limits of disturbance prior to initiation of the work to ensure compliance with the Plan and

the General Permit. For any crossing not meeting these requirements, a buffer variance will be

required from the Georgia Environmental Protection Division before beginning any land

disturbing activity in the buffer zone. In addition to a buffer variance, any crossings must also

have a Pre-Construction Notification completed to the U.S. Army Corps of Engineers if deemed

necessary by the owner.

B. Disturbed Area Stabilization Options (Ds1): The Contractor shall apply mulch to all exposed

areas within 14 days of disturbance if the area or the season of the year does not allow stabilization

with temporary seeding (Ds2). This BMP can only be used for stabilization of areas for less than

six months. For this BMP, disturbed area stabilization must be in accordance with one of the

following: dry straw or hay, wood waste, compost, or polyethylene. At a minimum, 90 percent of

the disturbed area must be covered by one of the disturbed area stabilization alternatives. If straw,

hay, wood waste or compost are used, it must be applied in a layer of between 2 and 4 inches

thick, properly anchored and maintained. All disturbed areas along any pipelines shall be mulched

as soon as possible after backfilling operations have been completed, but in no case shall this time

period exceed 14 days.

C. Disturbed Area Stabilization with Temporary Grassing (Ds2): The Contractor shall apply

temporary seeding to all exposed areas within 14 days of disturbance. Temporary grassing can be

applied to rough graded areas that will be exposed for less than six months. If an area will be

exposed for longer than six months, then permanent disturbed area stabilization will be performed.

Temporary grassing for erosion control shall consist of planting temporary grass of a quick

growing species such as millet (pearl or browntop), oats, rye, ryegrass, sudangrass, lovegrass or

lespedeza (annual) suitable to the Mountain, Blue Ridge or Ridge and Valley Major Land

Resource Area. The specific species to be planted should be as identified in the Plan and approved

by the Owner. Planting dates, broadcast rates and methods, fertilizer, lime, mulch and periodic

watering shall be as noted in the Plan. Seed, fertilizer, lime, mulch and periodic watering shall be

applied in adequate quantities to assure a full, healthy ground cover over the entire disturbed area

of construction operations. All materials shall be of first class quality. All disturbed areas along

any pipelines shall be grassed as soon as possible after backfilling operations have been

completed, but in no case shall this time period exceed 14 days.

Page 105: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312500 - 6

Erosion and Sedimentation Controls

Revision Date: 5/29/2013

Print Date: 8/22/201911/13/201311/12/20136/10/2013

D. Disturbed Area Stabilization with Permanent Grassing (Ds3): Permanent grassing will be

installed once all soil disturbing activities at the site have been completed or if an area will not be

disturbed further for in excess of six months. For pipeline installations, after completion of pipe

laying operations, the Contractor shall grass disturbed areas immediately and within 14 days of

completion of backfilling. All yards and ditches shall be returned to original condition or better

within a timely fashion. The Contractor shall grass all areas that were disturbed by clearing or

construction operations. Before seeding commences, the Contractor shall smooth the entire area

with a drag and break up all clods. All deleterious material, large stones, roots, limbs, and other

debris shall be removed to leave a smooth area suitable for mowing, use of a rock hound or similar

piece of equipment may be required in order to achieve this standard. Grass species for permanent

grassing shall match the existing grass species at the site before land disturbing activities

commenced where work is in the road right of way. Permanent grassing for erosion control shall

consist of planting grass such as Bermuda, Fescue, Lespedeza, Bahia or Lovegrass suitable to the

Mountain, Blue Ridge or Ridge and Valley Major Land Resource Area. Rye grass seed may be

required as part of the permanent grassing depending on the time of year. This requirement is at

the owners discretion. The specific species to be planted should be as identified in the Plan and as

approved by the Owner for the particular location and time of year. Planting dates, broadcast rates

and methods, fertilizer, lime, mulch and periodic watering shall be as noted in the Plan. Seed,

fertilizer, lime, mulch and periodic watering shall be applied in adequate quantities to assure a full,

healthy ground cover over the entire disturbed area of construction operations. All materials shall

be of first class quality.

(1) Contractor shall submit data on percent germination and percent purity for all seed

proposed for application. In addition, Contractor shall submit proposed bulk seeding

rates, seeding method, inoculants (if applicable), mulch type and application rate,

lime type and application rate, fertilizer type and application rate, proposed

anchoring method, and any other data requested by Owner to confirm that permanent

grassing implementation will meet minimum requirements in the Plan.

(2) Agricultural lime meeting the specifications of the Georgia Department of

Agriculture shall be spread at the rate of one to two tons per acre unless soil tests

indicate lime is not required.

(3) Mulch is required for all permanent grassing installations and shall be applied to

achieve 100% soil cover. Dry straw or hay of good quality can be used for

conventional seeding and shall be applied at a rate of 2 and ½ tons per acre. For

hydraulic seeding, Contractor shall use wood cellulose mulch or wood pulp fiber at a

rate of 500 pounds per acre followed by dry straw or hay at the above indicated rate.

Mulch shall be applied within 24 hours of seeding and will be anchored.

(4) Fertilizer including total Nitrogen, available Phosphoric Acid, and water-soluble

Potash shall be applied as required in the Plan depending on the grass species and

time of the year.

(5) Grassing (by seeding) shall be completed as soon as practical after finish grading is

completed in order to minimize erosion from rainfall and run-off. Any erosion

occurring in grassed areas shall be immediately repaired.

(6) Permanent seeding shall be done only if it can be completed within the appropriate

planting season for the Mountain, Blue Ridge, and Valley and Ridge Major Land

Resource Areas for the type of grass.

(7) Seed, fertilizer, mulch and periodic watering shall be applied in adequate quantities

to assure a satisfactory ground cover over the entire area of construction operations.

A satisfactory stand of grass is defined as a full cover, over 100% of the soil surface

Page 106: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312500 - 7

Erosion and Sedimentation Controls

Revision Date: 5/29/2013

Print Date: 8/22/201911/13/201311/12/20136/10/2013

and seeded area, of live and growing grass with no bare spots and a density of at

least 70 percent as determined by the Owner.

(8) Permanent grassing along highway right-of-way shall also comply with Department

of Transportation, State of Georgia, Standard Specifications Construction of Roads

and Bridges, latest edition and any requirements of the local authority having

jurisdiction over the road right of ways.

(9) Permanent grassing through established pastures shall be by seeding with the same

type of grass as was disturbed or, if acceptable to the property owner, seeding may

be as recommended by the local Soil Conservation Agent as long as application

methods, seeding rates, mulching rates, lime application rates, fertilizer application

rates, and the other requirements meet the requirements for the type of grass required

in the Plan and in Manual for Erosion and Sediment Control in Georgia (as amended

as of January 1 of the year in which the land disturbing activity is being conducted).

(10) Grassing may be by hydraulic or conventional seeding, but the method selected must

be approved by the Owner.

(11) Seed and fertilizer mix shall be as described above. All planting and seeding shall be

watered thoroughly as soon as completed and shall be watered as necessary to

provide continuous growth without setback until all growth from seed is thoroughly

established.

(12) Anchoring must be done immediately after the mulch is spread. Anchoring may be

done by various means, one example is driving over the mulch with a piece of

equipment. No additional payment shall be made for this process.

E. Disturbed Area Stabilization with Sodding (Ds4): Permanent sodding will be installed once all

soil disturbing activities at the site have been completed or if an area will not be disturbed further

for in excess of six months and as called for in the project specific Plan. For pipeline installations,

after completion of pipe laying operations, the Contractor shall sod disturbed areas immediately

and within 14 days of completion of backfilling. All yards and ditches shall be returned to

original condition or better within a timely fashion. The Contractor shall sod all areas that were

disturbed by clearing or construction operations where the Plan calls for sod or where sod was

present before the area was disturbed. Before sodding commences, the Contractor shall smooth

the entire area with a drag and break up all clods. All deleterious material, large stones, roots,

limbs, and other debris (1” or larger in size) shall be removed to leave a smooth area suitable for

sod installation. Grass species for permanent sodding shall match the existing sod at the site

before land disturbing activities commenced where work is in the road right of way or on private

property. Permanent sodding for erosion control shall consist of planting sod of either Bermuda or

Tall Fescue depending on the planting season and the site specific requirements.

F. Silt Fence (Sd-1C): Unless otherwise noted in the project specific Plan, all silt fence installed

shall be Type C silt fence. The Contractor shall submit product data to the Owner for approval for

any silt fence proposed for installation on the project. Approved silt fence fabrics are listed in the

Georgia Department of Transportation Qualified Products List #36 (QPL -36). Silt fence shall be

constructed in areas as shown on the Plan and in additional locations as requested by the Owner.

Installation shall be by trenching 6 inches below grade and putting in the silt fence with steel posts

at 4 foot intervals. When sediment accumulates to a level of one half the height of the silt fence,

maintenance must be performed by the Contractor to remove the accumulated sediment.

G. Check Dams (Cd-S and Cd-Hb): Check dams shall be placed as shown on the Plan and as

requested by the Owner. A geotextile selected in accordance with AASHTO M288-96 Section 7.3

and approved by Owner shall be used under stone check dams. Stone check dams shall be

constructed of graded 2-10 inch stone. The stone shall be placed such that it covers the entire

Page 107: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312500 - 8

Erosion and Sedimentation Controls

Revision Date: 5/29/2013

Print Date: 8/22/201911/13/201311/12/20136/10/2013

ditch or swale and the center of the stone check dam is lower than the edges. They shall be

maintained at all times by removing sediment when it reaches one half the height of the dam. Hay

bales shall only be used where called for in the Plan and approved by the Owner. If used, hay

bales must be embedded a minimum of 4 inches into the existing ground surface. As with stone

check dams, sediment must be removed from behind the hay bales when it reaches one half the

height of the hay bale. If required by the owner, all check dams must be removed once final

stabilization has occurred unless the check dam is called out to be a permanent hydraulic control

measure on the design drawings.

H. Construction Exit (Co): Construction exits shall be constructed at all points of ingress and

egress from the site as shown on the Plan. The location of the exit shall be excavated 3 inches

below grade. A geotextile meeting the requirements of AASHTO M288-98 must be placed over

the entire area. Stone in accordance with the National Stone Association R-2 (size range of 1.5 to

3.5 inch) will be placed over the geotextile to a thickness of at least 6 inches. The width of the

exit will match the largest requirement for vehicular traffic on and off the site, but at a minimum,

it will be 20 feet in width and the length will be as shown on the project specific Plan.

Maintenance of the exit will be performed as needed on a daily basis to ensure that no tracking of

materials from the project site onto the road occurs. Maintenance will include the addition of

more stone as required to maintain a thickness of at least 6 inches of clean stone leaving the site.

I. Rip-Rap: The Contractor shall place rip-rap as required and directed by the Owner or Engineer.

(1) Materials: Rip-rap shall be hard, durable rock, concrete rubble, or similar material

weighing at least 150 lbs per cubic foot. Rip-rap shall consist of stone or bagged

sand-cement to a thickness of approximately twelve inches (12”). Stone shall be hard

quarry or field stone of such quality that it will not disintegrate on exposure to water

or weathering. Stone shall range in weight from a minimum of 25 pounds to a

maximum of 150 pounds with at least 50 percent of the pieces weighing more than

60 pounds. Rip-rap shall be reasonably well graded within the following limits

established by the National Crushed Stone Association (NCSA):

Graded Rip-Rap Stone

Size Inches (Square Openings)

NCSA No. Maximum Average Minimum

R-1 1-1/2 ¾ #8

R-2 3 1-1/2 1

R-3 6 3 2

R-4 12 6 3

R-5 18 9 5

R-6 24 12 7

R-7 30 15 12

(2) Payment: Rip-rap will be paid for on the basis of the number of square yards

measured in place to the thickness specified.

J. Limit of Progress: The Owner will limit the area of excavation commensurate with the

Contractor’s capability and progress in keeping the finish grading, mulching, seeding and other

such erosion, sedimentation and pollution control measures current in accordance with the

schedule in the approved Plan. Should seasonal limitations make such coordination unrealistic,

special erosion control measures shall be taken immediately to the extent feasible and justified.

Any special erosion control measures will be taken only after approval of the Owner, the design

professional, and the local issuing authority.

Page 108: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

312500 - 9

Erosion and Sedimentation Controls

Revision Date: 5/29/2013

Print Date: 8/22/201911/13/201311/12/20136/10/2013

K. Additional BMPs: Specifications and requirements for any additional vegetative or structural

BMPs are provided in the project specific Plan. Any vegetative or structural BMP shall meet the

construction requirements listed in the Manual for Erosion and Sediment Control in Georgia (as

amended as of January 1 of the year in which the land disturbing activity is being conducted).

L. Payment: Payment for erosion control programs shown on the drawings will be paid for at the

unit prices bid. Otherwise the cost of the above work and all cost incidental thereto shall be

included in the unit price bid for the item to which the work pertains.

END OF SECTION

Page 109: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

CHAIN LINK FENCES

AND GATES

323113

Page 110: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Revision Date: 4/30/2013

Print Date: 8/22/201911/13/20136/10/2013

SECTION 323113 - CHAIN LINK FENCES AND GATES

Scope:

The work under this Section consists of furnishing all labor, equipment and materials required to install galvanized

coated chain link fencing and accessories as shown on drawings and as specified.

Submittals:

A. Specifications: Changes in specifications may not be made after the bid date.

B. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of components,

accessories, and post foundations.

C. Product data: Manufacturer’s catalog cuts indicating material compliance and specified options.

Warranty:

Provide Manufacturer’s standard 12 year limited warranty.

Products:

A. Manufacturer:

(1) Products from qualified manufacturers having a minimum of five years experience

manufacturing galvanized coated chain link fencing will be acceptable by the Owner as

equal, if approved in writing, fourteen days prior to bidding, and if they meet the following

specifications for design, size gauge of metal parts and fabrication.

(2) Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a

single source.

(3) Approved Manufacturer: Master Halco, Inc., or approved equal.

Master Halco, Inc.

1321 Greenway Drive

Irving, Texas 75038

Phone (800) 883-8384

B. Chain Link Fence Fabric:

(1) Galvanized wire: Zinc coated Wire, ASTM A 392 – 2.0 oz/sf. [Wire Spec-A817-83, Class 1

or Class 2]

(2) Size: Helically wound and woven to height of 8-feet as indicated on drawings with 2-inch

diamond mesh, 9 gauge, with a wire diameter of 0.148-inchs and a break load of 1000 lbf.

(3) Selvage of fabric shall be twisted at one selvage and knuckled at other selvage.

C. Steel Fence Framing:

(1) Steel pipe - Type I: ASTM F 1083, standard weight schedule 40; minimum yield strength

of 30,000 psi (205 MPa); sizes as indicated. Hot-dipped galvanized with minimum average

1.8 oz/ft² (550 g/m²) of coated surface area.

Page 111: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

323113 - 2

Chain Link Fences and Gates

Print Date: 8/22/201911/13/201311/13/20136/10/2013

(2) Steel pipe - Type II: Cold formed and welded steel pipe complying with ASTM F 1043,

Group IC, with minimum yield strength of 50,000 psi (344 MPa), sizes as indicated.

Protective coating per ASTM F 1043, external coating Type B, zinc with organic overcoat,

0.9 oz/ft² (270 g/m²) minimum zinc coating with chromate conversion coating and

verifiable polymer film. Internal coating Type B, minimum 0.9 oz/ft² (270 g/m²) zinc or

Type D, zinc pigmented, 81% nominal coating, minimum 3 mils (0.08 mm) thick.

(3) Formed steel (“C”) sections: Roll formed steel shapes complying with ASTM F 1043,

Group II, 45,000 psi (310 MPa) minimum yield strength steel; sizes as indicated. External

coating per ASTM F 1043, Type A, minimum average 2.0 oz/ft² (601 g/m²) of zinc per

ASTM A 123, or 4.0 oz/ft² (1220 g/m²) per ASTM A 525.

(4) Steel square sections: [ASTM A 500, Grade B] Steel having minimum yield strength of

40,000 psi (275 MPa); sizes as indicated. Hot-dipped galvanized with minimum 1.8 oz/ft²

(550 g/m²) of coated surface area.

(5) End and Corner Post:

a. Outside Diameter: 2.875-inches

b. Wall Thickness: 0.203-inches

c. Weight: 9.11 lbs/ft

(6) Line Post:

a. Outside Diameter: 2.375-inches

b. Wall Thickness: 0.154-inches

c. Weight: 3.65 lbs/ft

(7) Rails and Braces:

a. Outside Diameter: 1.660-inches

b. Wall Thickness: 0.140-inches

c. Weight: 2.27 lbs/ft

D. Gates: Gates shall be installed where shown on the Drawings. The barbed wire supporting arms

shall be extra long, galvanized pressed steel sleeve clamped to the top of each line post so as to

incline outward at a 45° angle. Arms shall be formed with tongue for permanently attaching barbed

wire topping. Arms shall be of sufficient strength to withstand a weight of 200 lbs. applied at the

outer barbed wire strand.

E. Accessories:

(1) Chain link fence accessories: [ASTM F 626] Provide items required to complete fence

system. Galvanize each ferrous metal item and finish to match framing. Fittings should

match Master Halco specifications.

(2) Gates which are not a part of the card access control system shall be equipped with heavy-

duty latches, keepers, gate stop for double gates, and heavy duty hardened bronze padlocks

with duplicate master keys.

(3) Card operated slide gates shall be cantilever type full width of the road. The gates shall be

aluminum enclosed roller bearing type, factory lubricated with sealed bearings. The gate

shall be supported entirely at the top. The one-piece track/frame member shall be a thick

Page 112: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

323113 - 3

Chain Link Fences and Gates

Print Date: 8/22/201911/13/201311/13/20136/10/2013

walled extrusion of corrosion resistant aluminum alloy, welded to the all aluminum gate

frame. Fabric shall be secured on all sides with tension rods and clips. The gate operator

shall be Stanley Model ASJH or equal with card reader and magnetic vehicle detector,

control system as shown on the Drawings. The gate motor shall be sized to properly

operate the gate. The gate and operator shall be furnished by and be the responsibility of

the same manufacturer and the operator must be compatible with existing operators.

Furnish arms and three strands of barbed wire for the top of the gate.

(4) The gate operator shall be arranged with an exterior hand-automatic-off switch enclosed in a

lockable NEMA 4 control box located at the gate operator. On automatic, the sliding gate

shall operate as follows:

a. Entry:

1. Open from remote signal if specified.

2. Open with card reader on pedestal.

3. Close with loop detector. (Loop wiring in asphalt drive.)

4. Close with time delay relay. (When vehicle does not pass over loop.)

b. Exit:

1. Open with loop detector. (Loop wiring in asphalt drive.)

2. Close with loop detector. (Loop wiring in asphalt drive.)

3. Gate operator shall have local disconnect as required by electrical

specifications.

(5) Post caps: Formed steel or cast malleable iron weather tight closure cap for tubular posts.

Provide one cap for each post. Cap to have provision for barbed wire when necessary. “C”

shaped line post without top rail or barbed wire supporting arms do not require post caps.

(Where top rail is used, provide tops to permit passage of top rail.)

(6) Top rail and rail ends: Pressed steel per ASTM F626, for connection of rail and brace to

terminal posts.

(7) Top rail sleeves: 7” (178 mm) expansion sleeve with a minimum .137” wire diameter and

1.80” length spring, allowing for expansion and contraction of top rail.

(8) Wire ties: 9 gauge [0.148” (3.76 mm)] galvanized steel wire for attachment of fabric to line

posts. Double wrap 13 gauge [0.092” (2.324 mm)] for rails and braces. Hog ring ties of

12-1/2 gauge [0.0985” (2.502 mm)] for attachment

(9) Brace and tension (stretcher bar) bands: Pressed steel, minimum 300 degree profile

curvature for secure fence post attachment. At square post provide tension bar clips.

(10) Tension (stretcher) bars: One piece lengths equal to 2 inches (50 mm) less than full height

of fabric with a minimum cross-section of 3/16” x 3/4” (4.76 mm x 19 mm). Provide

tension (stretcher) bars where chain link fabric meets terminal posts.

(11) Tension wire: Galvanized coated steel wire, 6 gauge, [0.192"(4.8 mm)] diameter wire with

tensile strength of 75,000 psi (517 MPa).

(12) Truss rods & tightener: Steel rods with minimum diameter of 5/16” (7.9 mm). Capable of

withstanding a tension of minimum 2,000 lbs.

Page 113: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

323113 - 4

Chain Link Fences and Gates

Print Date: 8/22/201911/13/201311/13/20136/10/2013

(13) Barbed wire: [ASTM A 121] Class 3, zinc coated steel wire double-strand, 12-1/2 gauge

[0.099”(2.51mm)] twisted line wire with galvanized steel, 4 point barbs spaced

approximately 5” (127mm) on center.

(14) Barbed wire supporting arms: Pressed steel arms with provisions for attaching 3 rows or

barbed wire. Arms shall withstand 250 lb. (113.5kg) downward pull at the outermost end of

arm without failure.

a. Provide 45°, 3 strands, single arm and 6 strands, double “V’ arms.

b. Provide intermediate arms with hole for passage of top rail.

(15) Nuts and bolts are galvanized.

F. Setting Materials:

(1) Concrete: Minimum 28 day compressive strength of 3,000 psi (20 MPa).

(2) Drive Anchors: Galvanized angles, ASTM A 36 steel 1” x 1” x 30” (25 mm x 25 mm x 762

mm) galvanized shoe clamps to secure angles to posts.

Execution:

A. Examination:

(1) Verify areas to receive fencing are completed to final grades and elevations.

(2) Ensure property lines and legal boundaries of work are clearly established.

B. Chain Link Fence Framing Installation:

(1) Install chain link fence in accordance with ASTM F 567 and manufacturer’s instructions.

(2) Locate terminal post at each fence termination and change in horizontal or vertical direction

of 30° or more.

(3) Space line posts uniformly at 10’ (3048 mm) on center.

(4) Concrete set terminal and gate posts: Drill holes in firm, undisturbed or compacted soil.

Holes shall have diameter 4 times greater than outside dimension of post, and depths

approximately 6” (152 mm) deeper than post bottom. Excavate deeper as required for

adequate support in soft and loose soils, and for posts with heavy lateral loads. Set post

bottom 36” (914 mm) below surface when in firm, undisturbed soil. Place concrete around

posts in a continuous pour. Trowel finish around post. Slope to direct water away from

posts.

(5) Drive Anchor Line posts: With protective cap, drive post 36” (914 mm) into ground.

Slightly below ground level install drive anchor shoe fitting. Install 2 diagonal drive

anchors and tighten in the shoe.

(6) Check each post for vertical and top alignment, and maintain in position during placement

and finishing operations.

Page 114: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

323113 - 5

Chain Link Fences and Gates

Print Date: 8/22/201911/13/201311/13/20136/10/2013

(7) Bracing: Install horizontal pipe brace at mid-height for fences 6’ (1829 mm) and over, on

each side of terminal posts. Firmly attach with fittings. Install diagonal truss rods at these

points. Adjust truss rod, ensuring posts remain plumb.

(8) Tension wire: Provide tension wire at bottom of fabric [and at top, if top rail is not

specified]. Install tension wire before stretching fabric and attach to each post with ties.

Secure tension wire to fabric with 12-1/2 gauge [0.0985” (2.502 mm)] hog rings 24” (610

mm) oc.

(9) Top rail: Install lengths, 21’ (6400 mm). Connect joints with sleeves for rigid connections

for expansion/contraction.

(10) Center Rails (for fabric height 12’ (3658 mm) and over): Install mid rails between posts

with fittings and accessories.

(11) Bottom Rails: Install bottom rails between posts with fittings and accessories.

C. Chain Link Fabric Installation

(1) Fabric: Install fabric on security side and attach so that fabric remains in tension after

pulling force is released. Leave approximately 2” (50 mm) between finish grade and

bottom selvage. Attach fabric with wire ties to line posts at 15” (381 mm) on center and to

rails, braces, and tension wire at 24” (600 mm) on center.

(2) Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to

terminal posts with bands or clips spaced maximum of 15” (381 mm) on center.

D. Accessories

(1) Tie wires: Bend ends of wire to minimize hazard to persons and clothing.

(2) Fasteners: Install nuts on side of fence opposite fabric side for added security.

(3) Barbed wire: Uniformly space parallel rows of barbed wire on security side of fence. Pull

wire taut and attach in clips or slots of each extension.

Clean Up:

Clean up debris and unused material, and remove from the site.

Payment:

No separate payment will be made for the work of this Section unless specifically noted. The cost of the work, and

all cost incidental thereto, shall be included in the Proposal.

END OF SECTION

Page 115: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

BORING AND JACKING

330523.16

Page 116: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Print Date: 8/22/2019

SECTION 330523.16 – BORING AND JACKING

Scope:

The work covered by this Section includes furnishing all labor, materials and equipment required to bore

and jack casings, install casings by horizontal directional boring or horizontal directional drilling and to

properly complete pipeline construction as shown on the Drawings and described herein.

Submittals:

A. Materials submittals shall include shop drawings for casing pipe showing sizes and

connection details and details on any casing spacers that will be used.

B. Experience submittals shall be required as boring and jacking casings is considered specialty

work. If the Contractor elects to perform the work, the Contractor shall provide evidence of

a minimum of five continuous years of experience in steel casing construction.

C. Contractor shall submit allowable tensile loads (ATLs) for various pipe sizes and lengths and

a proposed “weak-link” or breakaway device in accordance with those ATLs for approval by

the Owner prior to any pull-in installation including directional drilling. ATLs shall be

determined using manufacturer’s recommendations and be in accordance with ASTM F

1804 Standard Practice for Determining Allowable Tensile Load for Polyethylene (PE) Gas

Pipe During Pull-In Installation.

Safety:

Perform all 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

publication 2226.

Products:

A. Steel Pipe Casing: Steel pipe casing shall be manufactured from steel conforming to ASTM

Grade 2 as amended to date, with a minimum yield strength of 35,000 psi before cold

forming.

(1) Pipe may be straight seam or spiral welded. A protective coat will not be required.

Spacers for installation of the carrier pipe shall be installed by the Contractor.

(2) The diameter and wall thickness of the steel piping shall be as listed in the following

table.

Pipe Size

(inches)

Outside Diameter of

Bell

(inches)

Casing Size

(inches)

Casing Thickness

(inches)

4 6.71 8 0.250

6 8.90 10

14

0.250

0.250

8 11.16 16 0.281

10 13.25 18 0.344

12 15.37 20 0.344

24 28.50 36 0.532

30 34.95 42 0.625

Page 117: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

330523.16-2

Boring and Jacking

Print Date: 8/22/2019

(3) The thicknesses of casing shown in (2) are minimum thicknesses. Actual thicknesses

shall be determined by the casing installer based on an evaluation of the required

jacking forces. Any buckling of the casing due to jacking forces shall be repaired at

no additional cost to the Owner.

B. Casing Spacers: Casing spacers for ductile iron pipe shall be flanged, bolt-on style with a

two-section stainless steel shell lined with a PVC liner, minimum 0.09-inch thick, also having

a hardness of 85-90 durometer. Runners shall be attached to stainless steel risers which shall

be properly welded to the shell. The height of the runners and risers shall be manufactured

such that the pipe does not float in the casing. Casing spacers shall be Cascade Waterworks

Manufacturing Company or Advanced Products and Systems, Inc., or equal.

C. HDPE Casing: The casing pipe shall be either iron pipe size or ductile iron pipe size with an

SDR of 17 or less. Casing pipe shall be supplied by the same supplier approved for water or

sewer mains. The pipe shall be produced by Rinker, J-M PE Corporation Pipe, or equal.

Implementation:

A. Installation of Steel Pipe Casing by Boring: Installation of steel pipe casing shall be by the

dry bore method at locations requested by the Owner. Installation of steel pipe casing shall be

in accordance with the applicable regulations of the Georgia Department of Transportation

(DOT), the Railroad, the Detail Drawings, these specifications, and any permits acquired with

respect to the particular boring. All excavation for the pit and bore shall be unclassified.

Steel casing pipe shall be required when the carrier pipe is ductile iron and for all Railroad

crossings and DOT crossings.

(1) Boring pit: The boring pit shall be solid sheeted, braced, and shored as necessary to

provide a safe operation. The Contractor shall take all precautions, and comply with

all requirements as may be necessary to protect private or public property.

(2) Line and Grade: The Contractor shall set the boring rig so that after the casing is

complete, and the water or sewer pipe is installed, the invert of the pipe shall

conform to grade and alignment as shown on the Contract Drawings. As the casing

is installed, Contractor shall check the horizontal and vertical alignment frequently.

Contractor shall install the boring at a 90-degree angle to the crossing unless Owner

approves a different crossing angle.

(3) Boring: Boring and jacking of the casing pipe shall be accomplished by the dry

auger boring method without jetting, sluicing, or wet boring. The hole shall be bored

and cased through the soil by a cutting head on a continuous auger mounted inside

the casing pipe. The boring of the hole and installation of the casing pipe shall be

simultaneous. Lengths of the casing pipe shall be fully welded to the preceding

section in accordance with American Welding Society (AWS) recommended

procedure.

(4) Diameter of Hole: Bored installations shall have a bored hole diameter essentially

the same as the outside diameter of the casing pipe to be installed.

(5) Casing Pipe Length: Lengths of casing pipe shall be as long as practical for site

conditions. Joints between sections shall be completely welded in accordance with

AWS recommended procedures. Prior to welding joints, the Contractor shall ensure

that both ends of the casing sections being welded are square.

(6) The Contractor shall plan to use a casing lubricant, such as bentonite, in the event

excessive frictional forces jeopardize the successful completion of the casing

installation.

Page 118: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

330523.16-3

Boring and Jacking

Print Date: 8/22/2019

(7) Once the jacking procedure has begun, it should be continued without stopping until

completed.

(8) Installation of the Carrier Pipe: The carrier pipe for the water or sewer line shall be

as shown on the Detail Sheet. Spacers for installation of the carrier pipe shall be

furnished and installed by the Contractor. Casing spacers shall be installed at the

interval recommended by the carrier pipe manufacturer but in no case shall the

spacing of the spacers exceed 6-8 linear feet.

(9) Payment: The price bid for the steel casing shall include all necessary excavation

and sheeting for the pit, protective service, and all other miscellaneous materials and

work required for complete installation. Payment for steel casing shall be for total

number of feet installed. Payment for the carrier pipe shall be by the unit price bid

for the water or sewer line. The spacers shall be furnished and installed by the

Contractor.

B. HDPE Casing by the Boring Method: HDPE casing pipe shall be installed by the

Directional Bore Method in accordance with manufacturer’s recommendations and where

requested by the Owner. HDPE casing shall be installed where requested by the Owner and

where the carrier pipe is also HDPE. Directional bores will be used for crossing creeks,

rivers, and County Roads where approved by the Owner.

(1) Boring pit: The boring pit shall be solid sheeted, braced, and shored as necessary to

provide a safe operation. The Contractor shall take all precautions, and comply with

all requirements as may be necessary to protect private or public property.

(2) Line and Grade: The Contractor shall set the boring rig so that after the casing is

complete, and the water or sewer carrier pipe is installed, the invert of the pipe shall

conform to grade and alignment as shown on the Contract Drawings. As the casing

is installed, Contractor shall check the horizontal and vertical alignment frequently.

Contractor shall install the boring at a 90 degree angle to the crossing unless Owner

approves a different crossing angle.

(3) Centering spacers shall not be used for HDPE pipe installed in HDPE casing.

(4) The annulus between the casing and the pipe shall not be grouted.

(5) Contractor will join leading end of carrier pipe using a restrained mechanical joint or

a flange adapter with a split backup ring.

(6) Diameter of Hole: Bored installations shall have a bored hole diameter essentially

the same as the outside diameter of the casing pipe to be installed.

(7) Casing Pipe Length: Lengths of casing pipe shall be as long as practical for site

conditions. Joints between sections shall be completely fused in accordance with the

manufacturer’s recommendations.

(8) Casing pipes shall be sized as listed below unless they are detailed differently on the

drawings.

Page 119: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

330523.16-4

Boring and Jacking

Print Date: 8/22/2019

HDPE

Nominal

Pipe Size

(inches)

HDPE

Nominal

Casing Size

(inches)

4 8

6 10

8 12

10 14

12 16

C. HDPE Casing by Horizontal Directional Drilling: HDPE casing pipe shall be installed by

the Directional Drilling Method in accordance with manufacturer’s recommendations, ASTM

F 1962 Standard Guide for Use of Maxi-Horizontal Directional Drilling for Placement of

Polyethylene Pipe or Conduit under Obstacle, Including River Crossings, Plastic Pipe

Institute Polyethylene Pipe for Horizontal Directional Drilling. Directional drilling will be

used only where requested by the Owner. HDPE casing shall be installed the carrier pipe is

also HDPE. Directional drilling techniques may be used for crossing creeks, rivers, and

County Roads where approved by the Owner.

(1) The movement of the pipe string and the pulling load on the polyethylene pipe shall

be monitored and a weak link device shall be used to ensure that the pipe is not

damaged during installation.

(2) The pulling load on the polyethylene pipe shall be continuously recorded at all times

and an electronic copy of the data provided to the owner’s inspector at the end of

each work day. At no time during the installation shall the pipe manufacturer’s

allowable pull load on the pipe be exceeded.

(3) Contractor shall allow a 24-hour relaxation period for pipe installed by directional

drilling before fusing additional pipe to the pulled in pipe.

D. Free Bores: Free bores shall be installed by the dry bore method at locations requested by

the owner. A section of steel casing pipe of the appropriate size shall be used to guide the

auger and keep the bore on line and grade. Once the bore is completed the section of casing

shall be removed without damaging the hole. After the casing is removed the pipe shall be

installed through the bore hole immediately to prevent collapse of the opening. Free bores

shall be sized as listed below.

For HDPE Mains

Pipe Size

(inches)

Bore Size

(inches)

4 6

6

8

12

8

10

14

For D.I.P. Mains

Pipe Size

(inches)

Bore Size

(inches)

4 8

6

8

12

10

12

16

END OF SECTION

Page 120: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

8X12 ABOVE GROUND

SEWER LIFT STATIONS

333200A

Page 121: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Last Revised: 8/10/2012

Print Date: 8/10/2012

SECTION 333200A- FACTORY-BUILT 8X12 ABOVE GROUND PUMP STATION WITH DUPLEX

SELF-PRIMING PUMPS

PART 1 – GENERAL

1.1. Section Includes

A. Work under this section includes, but is not limited to, furnishing and installing one factory built duplex

(or triplex) pump station as indicated on the project drawings, herein specified, as necessary for proper and

complete performance.

1.2 References

A. Publications listed below form part of this specification to extent referenced in the text by basic designation

only. Consult latest edition of publication unless otherwise noted.

1. American National Std. Institute (ANSI) / American Water Works Assoc. (AWWA)

a. ANSI B16.1 Cast iron pipe flanges and flanged fittings.

b. ANSI/AWWA C115/A21.51 Cast/ductile iron pipe with threaded flanges.

c. ANSI 253.1 Safety Color Code for Marking Physical Hazards.

d. ANSI B40.1 Gages, Pressure and Vacuum.

e. AWWA C508 Single Swing Check Valves.

2. American Society for Testing and Materials (ASTM)

a. ASTM A48 Gray Iron Castings.

b. ASTM A126 Valves, Flanges, and Pipe Fittings.

c. ASTM A307 Carbon Steel Bolts and Studs.

d. ASTM A36 Structural Steel.

3. Institute of Electrical and Electronics Engineers (IEEE)

a. ANSI/IEEE Std 100 Standard Dictionary of Electrical Terms.

b. ANSI/IEEE Std 112 Test Procedure for Polyphase Induction

c. IEEE Std 242 Protection of Industrial and Control Power Systems.

4. National Electric Code (NEC) / National Electrical Manufacturers Assoc. (NEMA)

a. NEC National Electric Code.

b. NEC 701 National Electric Code article 701.

c. NEMA Std MG1 Motors and Generators.

5. Miscellaneous References

a. Ten-State Standards Recommended Standards for Sewage Works.

b. Hydraulic Institute Std for Centrifugal, Rotary and Reciprocating Pumps.

c. NMTBA and JIC Std National Machine Tool Builders Association and Joint Industrial Council

Standards

d. ISO 9001 International Organization for Standardization.

1.3 System Description

A. Contractor shall furnish and install a factory built above ground, automatic pump station. The station shall

be complete with all equipment specified herein, factory assembled in a fiberglass reinforced polyester

resin enclosure. The pump station also includes a bladder type sewage surge pump vessel. The vessel shall

be supplied and installed as a part of the pump station as listed under Part 2 – Products of this section.

Page 122: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-2

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

B. In addition to the station enclosure, principle items of equipment shall include two (or three) horizontal,

self priming, centrifugal sewage pumps, V-belt drives, motors, internal piping, valves, motor control panel,

automatic liquid level control system, and internal wiring.

C. Factory built pump station design, including materials of construction, pump features, valves and piping,

and motor controls shall be in accordance with requirements listed under PART 2 - PRODUCTS of this

section.

D. The wet well for the lift station shall be as specified in the precast concrete manholes section of

specification section 333113.01 and as shown on the drawings. The wet well must be protected in

accordance with section 333400 with Spectrashield Liner System or equal.

1.4 Performance Criteria

A. Pumps must be designed to handle raw, unscreened, domestic sanitary sewage. Pumps shall have 8" suction

connection, and 6" discharge connection. Each pump shall be selected to perform under following

operating conditions:

1. Capacity (GPM)

2. Total Dynamic Head (FT)

3. Total Dynamic Suction Lift(FT)

4. Maximum Repriming Lift (FT)

5. Maximum Static Suction Lift(FT)

6. Total Discharge Static Head(FT)

7. Minimum Submergence Depth (FT) 2

B. Site power furnished to pump station shall be three phase, 60 hertz, 460 volts, 4 wire, maintained within

industry standards. The available fault current provided at the pump station control panel is 50000 kA rms

symmetrical. Voltage tolerance shall be plus or minus 10 percent. Phase-to-phase unbalance shall not

exceed 1% average voltage as set forth in NEMA Standard MG-1. Control voltage shall not exceed 132

volts.

1.5 Submittals

A. Product Data

1. Prior to fabrication, pump station manufacturer shall submit 6 copies of submittal data for review and

approval.

2. Submittal shall include shop drawings, electrical ladder logic drawings, and support data as follows:

Catalog cut sheets reflecting characteristics for major items of equipment, materials of construction, major

dimensions, motor and v-belt drive data, pump characteristic curves showing the design duty point

capacity (GPM), head (FT), net positive suction head required (NPSHr), and hydraulic brake horsepower

(BHP). Electrical components used in the motor branch and liquid level control shall be fully described.

3. Shop drawings shall provide layout of mechanical equipment and anchor bolt locations for station. Pipe

penetrations and station access clearances shall be dimensioned relative to the station centerline. The

electrical ladder logic drawings shall illustrate motor branch and liquid level control circuits to extent

necessary to validate function and integration of circuits to form a complete working system.

B. Operations And Maintenance Manuals

1. Operation shall be in accordance with written instructions provided by the pump station manufacturer.

Comprehensive instructions supplied at time of shipment shall enable personnel to properly operate and

maintain all equipment supplied. Content and instructions shall assume operating personnel are familiar

with pumps, motors, piping and valves, but lack experience on exact equipment supplied.

Page 123: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-3

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

2. Documentation shall be specific to the pump station supplied and collated in functional sections. Each

section shall combine to form a complete system manual covering all aspects of equipment supplied by

the station manufacturer. Support data for any equipment supplied by others, even if mounted or included

in overall station design, shall be provided by those supplying the equipment. Instructions shall include the

following as a minimum:

a. Functional description of each major component, complete with operating instructions.

b. Instructions for operating pumps and pump controls in all modes of operation.

c. Calibration and adjustment of equipment for initial start-up, replacement of level control components,

or as required for routine maintenance.

d. Support data for commercially available components not produced by the station manufacturer, but

supplied in accordance with the specifications, shall be supported by literature from the prime

manufacturer and incorporated as appendices.

e. Electrical schematic diagram of the pump station circuits shall be in accordance with NFPA 79.

Schematics shall illustrate, to the extent of authorized repair, pump motor branch, control and alarm

system circuits including interconnections. Wire numbers and legend symbols shall be shown.

Schematic diagrams for individual components, not normally repairable by the station operator, need

not be included. Details for such parts shall not be substituted for an overall system schematic. Partial

schematics, block diagrams, and simplified schematics shall not be provided in lieu of an overall

system diagram.

f. Mechanical layout drawing of the pump station and components, prepared in accordance with good

commercial practice, shall provide installation dimensions and location of all pumps, motors, valves

and piping.

3. Operation and maintenance instructions which rely on vendor cut-sheets and literature which include

general configurations, or require operating personnel to selectively read portions of the manual shall not

be acceptable. Operation and maintenance instructions must be specific to equipment supplied in

accordance with these specifications.

1.6. Quality Assurance

A. The pumps and pump station manufacturer must be ISO 9001:2000 revision certified, with scope of

registration including design control and service after sales activities.

B. Upon request from the engineer, the pump station manufacturer shall prove financial stability and ability to

produce the station within the specified delivery schedules. Evidence of facilities, equipment and expertise

shall demonstrate the manufacturer's commitment to long term customer service and product support.

1. In order to unify responsibility for proper operation, it is the intent of these Specifications that all system

components be furnished by a single supplier (unitary source) and that source shall be the pump

manufacturer. The pumps must be of standard catalog design, totally warranted by the manufacturer.

Under no circumstances will a system consisting of parts compiled and assembled by a manufacturer’s

representative or distributor be accepted.

2. Manufacturer must show proof of original product design and testing. Products violating intellectual

property regulations shall not be allowed, as they may violate international law and expose the user or

engineer to unintended liabilities. “Reverse-engineered” products fabricated to substantially duplicate the

design of original product shall not be allowed, as they may contain substantial differences in tolerances

and material applications addressed in the original design, which may contribute to product failure.

Page 124: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-4

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

3. The term “pump manufacturer” or “pump station manufacturer” shall be defined as the entity which

designs, machines, assembles, hydraulically tests and warranties the final product. Any entity that does

not meet this definition will not be considered a “pump manufacturer” or “pump station manufacturer” and

is not an acceptable supplier. For quality control reasons and future pump and parts availability, all major

castings of the pump shall be sourced and machined in North America.

C. Pump Performance Certifications

1. All internal passages, impeller vanes, and recirculation ports shall pass a 3" spherical solid. Smaller

internal passages that create a maintenance nuisance or interfere with priming and pump performance shall

not be permitted. Upon request from the engineer, manufacturer’s certified drawings showing size and

location of the recirculation port(s) shall be submitted for approval.

2. Reprime Performance

a. Consideration shall be given to the sanitary sewage service anticipated, in which debris is expected to

lodge between the suction check valve and its seat, resulting in the loss of the pump suction leg, and

siphoning of liquid from the pump casing to the approximate center line of the impeller. Such

occurrence shall be considered normal, and the pump must be capable of automatic, unattended

operation with an air release line installed.

b. During unattended operation, the pump shall retain adequate liquid in the casing to insure automatic

repriming while operating at its rated speed in a completely open system. The need for a suction

check valve or external priming device shall not be required.

c. Pump must be capable of repriming 25 vertical feet at the specified speed and impeller diameter.

Reprime lift is defined as the static height of the pump suction above the liquid, while operating with

only one-half of the liquid remaining in the pump casing. The pump must reprime and deliver full

capacity within five minutes after the pump is energized in the reprime condition. Reprime

performance must be confirmed with the following test set-up:

1) A check valve to be installed down stream from the pump discharge flange. The check valve size shall

be equal (or greater than) the pump discharge diameter.

2) A length of air release pipe shall be installed between pump and the discharge check valve. This line

shall be open to atmosphere at all times duplicating the air displacement rate anticipated at a typical

pump station fitted with an air release valve.

3) The pump suction check valve shall be removed. No restrictions in the pump or suction piping will

prevent the siphon drop of the suction leg. Suction pipe configuration for reprime test shall incorporate

a 2 feet minimum horizontal run, a 90o elbow and vertical run at the specified lift. Pipe size shall be

equal to the pump suction diameter.

4) Impeller clearances shall be set as recommended in the pump service manual.

5) Repeatability of performance shall be demonstrated by testing five consecutive reprime cycles. Full

pump capacity (flow) shall be achieved within five minutes during each cycle.

6) Liquid to be used for reprime test shall be water.

3. Upon request from the engineer, certified reprime performance test results, prepared by the manufacturer,

and certified by a registered professional engineer, shall be submitted for approval prior to shipment.

D. Factory System Test

Page 125: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-5

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

1. All internal components including the pumps, motors, valves, piping and controls will be tested as a

complete working system at the manufacturer's facility. Tests shall be conducted in accordance with

Hydraulic Institute Standards at the specified head, capacity, rated speed and horsepower. Factory

operational test shall simulate actual performance anticipated for the complete station.

2. Upon request from the engineer, the operational test may be witnessed by the engineer, and/or

representatives of his choice, at the manufacturer's facility.

E. The manufacturer’s technical representative shall inspect the completed installation, correct or supervise the

correction of any defect or malfunction, and instruct operating personnel in the proper operation and

maintenance of the equipment as described in Part 3 of this section.

1.7 Manufacturer's Warranty

A. The pump station manufacturer shall warrant all equipment to be of quality construction, free of defects in

material and workmanship. A written warranty shall include specific details described below.

1. Fiberglass components of the station enclosure shall be warranted for twenty (20) years to resist UV

damage, corrosion from moisture or corrosive soils, or physical failures occurring in normal service,

without the need for special protective coatings, when installed according to the manufacturer's

recommendations.

2. All other equipment, apparatus, and parts furnished shall be warranted for five (5) years, excepting only

those items that are normally consumed in service, such as light bulbs, oils, grease, packing, gaskets,

O-rings, etc. The pump station manufacturer shall be solely responsible for warranty of the station and all

components.

B. Components failing to perform as specified by the engineer, or as represented by the manufacturer, or as proven

defective in service during the warranty period, shall be replaced, repaired, or satisfactorily modified by the

manufacturer without cost of parts or labor to the owner.

C. It is not intended that the station manufacturer assume liability for consequential damages or contingent

liabilities arising from failure of any vendor supplied product or part which fails to properly operate, however

caused. Consequential damages resulting from defects in design, or delays in delivery are also beyond the

manufacturer's scope of liability.

D. The warranty shall become effective upon the acceptance by the purchaser or the purchaser's authorized agent,

or sixty (60) days after installation, or ninety (90) days after shipment, whichever occurs first.

2. PART 2 - PRODUCT

2.1. In order to unify responsibility for proper operation of the complete pumping station, it is the intent of these

Specifications that all system components be furnished by a single supplier (unitary source). The pumping

station must be of standard catalog design, totally warranted by the manufacturer. Under no circumstances will

a system consisting of parts compiled and assembled by a manufacturer's representative or distributor be

accepted.

2.2. Manufacturer

A. The pump station system integrator must be ISO 9001:2000 revision certified, with scope of registration

including design control and service after sales activities.

B. The specifications and project drawings depict equipment and materials manufactured by The Gorman-

Rupp Company which are deemed most suitable for the service anticipated. It is not intended, however, to

eliminate other products of equal quality and performance. The contractor shall prepare his bid based on

Page 126: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-6

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

the specified equipment for purposes of determining low bid. Award of a contract shall constitute an

obligation to furnish the specified equipment and materials.

C. After execution of the contract, the contractor may offer substitutions to the specified equipment for

consideration. The equipment proposed for substitution must be superior in construction and performance

to that specified in the contract, and the higher quality must be demonstrated by a list of current users of

the proposed equipment in similar installations.

D. In event the contractor obtains engineer's approval for equipment substitution, the contractor shall, at his

own expense, make all resulting changes to the enclosures, buildings, piping or electrical systems as

required to accommodate the proposed equipment. Revised detail drawings illustrating the substituted

equipment shall be submitted to the engineer prior to acceptance.

E. It will be assumed that if the cost to the contractor is less for the proposed substitution, then the contract

price shall be reduced by an amount equal to the savings.

2.3. Station Enclosure

A. The station enclosure shall provide sufficient inside area for maintenance personnel to perform normal

operation and maintenance inside, sheltered, and free from foul weather. The enclosure shall consist of a

base to support the pumps and a cover. Minimum dimensions of the enclosure shall be eight feet by twelve

feet and nine feet in height.

B. The station enclosure shall be manufactured of molded fiberglass reinforced orthophthalic polyester resins

with a minimum of 30% fiberglass, and a maximum of 70% resin. Glass fibers shall have a minimum

average length of 1¼ inches. Resin fillers or extenders shall not be used. Major design considerations shall

be given to structural stability, corrosion resistance, and water-tight properties. The polyester laminates

shall provide a balance of mechanical, chemical, and electrical properties to insure long maintenance free

life. They must be impervious to micro-organisms, mildew, mold, fungus, corrosive liquids, and gases

which can reasonably be expected to be present in the environment surrounding the wet well. Wood core

type enclosures shall not be considered acceptable and shall be basis for equipment rejection. See

manufacturer's requirements for enclosure warranty in these specifications.

C. All interior surfaces of the housing shall be gel coated with a polyester resin. It shall be of suitable

thickness and formulated to provide:

1. Maintenance-free service

2. Abrasion resistance

3. Protection from sewage, greases, oils, gasoline, and other common chemicals.

4. Color fastness

5. Gloss retention

D. Interior surfaces of the enclosure cover shall be white for maximum light reflectivity. The base shall be of

a darker color to de-emphasize the presence of dirt, grease, etc. Colors used for both portions shall result in

a pleasing looking structure.

E. The pump station shall be furnished with 1" thick foam insulation which shall be applied to the walls, door,

and roof to achieve an R-6 insulation factor. A gasketed seal around the door shall also be included.

F. The outside of the enclosure shall be coated with a suitable pigmented resin compound to insure long,

maintenance-free life. The fiberglass enclosure shall be a regular product of the pump station

manufacturer.

G. Station base shall be constructed of pre-cast, reinforced concrete encapsulated in a fiberglass mold. The

design shall resist deformation of the structure during shipping, lifting, or handling. Base shall incorporate

drainage provisions, and an opening sized to permit installation of piping and service connections to the

Page 127: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-7

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

wet well. After installation, the opening shall serve as a grout dam to be utilized by the contractor. The

base shall incorporate anchor bolt recesses for securing the complete station to a concrete pad (supplied by

the contractor) in accordance with the project plans.

H. Holes through the base shall be provided for suction and discharge lines, air release lines, and level control

line. Holes for the suction and discharge lines shall be provided with a grout dam incorporated in a grout

retention cavity which the contractor shall fill at installation with suitable grout to seal each pipe-to-base

joint against the entrance of hazardous gases from the wet well.

I. Station base shall incorporate a suitable flange designed for securing the pump station to the concrete pad

in accordance with the station plans.

J. The enclosure cover shall be provided with a hinged fiberglass reinforced access door. Minimum

dimensions of the door shall be 36 inches wide by 78 inches high for access by maintenance personnel to

station interior. Door shall be a minimum 1 7/8 inch thick and shall be hinged with a minimum of two

heavy duty stainless steel hinges to the enclosure cover. Door shall be furnished with a padlockable handle

connected to a latching mechanism. Latch shall engage door casing or maximum security against

vandalism. All mounting hardware for door casing and door must be concealed or of such type as to

prevent vandalism with ordinary tools.

K. Removable panels shall be supplied on two sides of the enclosure for additional access to equipment.

Location and size shall permit access for routine maintenance functions such as pump and motor

inspection, drive belt adjustment, and pump clean-out. Non-hinged panels shall be secured with stainless

steel tamper-proof hardware

L. A duplex ground fault indicating utility receptacle providing 115 volts, single phase, 60 hertz shall be

mounted inside the pump station. Receptacle shall be NEMA 5-15r configuration, heavy duty,

specification grade and fitted with a weatherproof cover. The receptacle shall be protected by normal duty

circuit breaker.

M. A shuttered exhaust fan with a minimum capacity of 550 CFM to change the air in the enclosure once every

minute, shall be mounted in the end wall approximately opposite the hinged door opening. An air intake

vent shall be mounted in the hinged door assembly. Both intake and exhaust opening shall be equipped

with a screen and cowl suitably designed to prevent the entrance of rain, snow, rocks, and other foreign

material. Fan circuit shall be protected by a normal duty circuit breaker.

N. Two enclosed and gasketed 80 watt fluorescent light fixtures shall be provided. The fixtures shall be

NEMA 4, suitable for wet location. The fixtures shall be located to provide adequate light to all parts of

the station and shall not constitute a physical hazard to inspection or service personnel. Light circuit shall

be protected by a normal duty circuit breaker and shall be provided with a disconnect switch.

O. Station Heater:

A 1.5 KW single-phase free standing forced air heater shall be provided for protection of the pump station

equipment. The heater shall be controlled by a built-in thermostat and plugged into outlet and protected by

a heavy duty circuit breaker.

2.4. Pump Design

A. The manufacturer of the pumps must be ISO 9001:2000 revision certified, with scope of registration

including design control and service after sales activities.

B. Pump shall be horizontal, self-priming centrifugal type, designed specifically for handling raw unscreened

domestic sanitary sewage or industrial waste. Pump solids handling capability and performance criteria

shall be in accordance with requirements listed under PART 1 - GENERAL of this section.

Page 128: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-8

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

C. Pump shall be vertically staged incorporating a lower and upper volute casing united by a ductile iron

transition chamber, allowing for a direct and smooth flow path to the impeller in the upper casing.

D. Pump suction and discharge connections of the lower casing shall be vertically inline with one another.

E. The cover plates and rotating assemblies shall be interchangeable between both casings.

F. The discharge port of the upper casing shall be capable of being rotated to allow for multiple pipe

connection orientations.

G. Materials and Construction Features

1. Pump casings shall be cast iron Class 30 with integral volute scroll. Casing shall incorporate following

features:

a. Mounting feet sized to prevent tipping or binding when pump is completely disassembled for

maintenance.

b. Fill port cover plate, 3 1/2" diameter, shall be opened after loosening a positive lock clamp bar

assembly. In consideration for safety, capscrew threads must provide slow release of pressure, and

the clamp bar shall be retained by detente lugs. A non-metallic gasket shall prevent adhesion of

the fill port cover to the casing while assuring a reliable seal.

c. Lower casing drain plug shall be at least 1 1/4" NPT to insure complete and rapid draining.

d. Liquid volume and recirculation port design shall be consistent with performance criteria listed

under PART 1 - GENERAL of this section.

2. Cover plates shall be cast iron Class 30. Design must incorporate the following maintenance features:

a. Retained by hand nuts for complete access to pump interior. Cover plate removal must provide

ample clearance for removal of stoppages, and allow service to the impeller, seal, wear plate or

check valve without removing suction or discharge piping.

b. Self-Cleaning Wearplate

1) Replaceable wear plates secured to the cover plates by weld studs and nuts shall be AISI 1015

HRS. Wear plates shall be self-cleaning design ensuring that debris is cleared away and does

not collect on the impeller vanes.

2) The nature of the conveyed medium poses significant challenges to the continuous operation

of the pump. Of particular concern is the clogging of the impeller by debris in the pumped

medium including but not limited to long rags, fibers, and like debris which are able to wrap

around the impeller vanes, stick to the center of the vanes or hub, or lodge within the spaces

between the impeller and the housing.

3) The wearplate shall have one or more notches and/or recesses provided along a common

diameter of the wearplate to disturb and dislodge any solids which might otherwise remain on

the impeller in dynamic operation. Clusters of notches and/or recesses may also be provided.

c. In consideration for safety, a pressure relief valve shall be supplied in each cover plate. Relief

valve shall open at 75-200 PSI.

d. Two O-rings of Buna-N material shall seal each cover plate to pump casings.

Page 129: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-9

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

e. Pusher bolt capability to assist in removal of cover plates. Pusher bolt threaded holes shall be sized

to accept same retaining capscrews as used in rotating assemblies.

f. An easy-grip handle shall be mounted to the face of each cover plate.

3. Rotating assembly: A rotating assembly which includes impeller, shaft, mechanical shaft seal, lip seals,

bearings, seal plate and bearing housing, must be removable as a single unit without disturbing the

pump casing or piping. Design shall incorporate the following features:

a. Seal plates and bearing housings shall be cast iron Class 30. Anti-rotation ribs shall be cast into the

seal plates to reduce internal wear and maximize component life. Separate oil filled cavities,

vented to atmosphere, shall be provided for shaft seal and bearings. Cavities must be cooled by the

liquid pumped. Three lip seals will prevent leakage of oil.

1) Each bearing cavity shall have an oil level sight gauge and fill plug check valve. The clear

sight gauge shall provide easy monitoring of the bearing cavity oil level and condition of oil

without removal of the fill plug check valve. The check valve shall vent the cavity but prevent

introduction of moist air to the bearings.

2) Each seal cavity shall have an oil level sight gauge and fill/vent plug. The clear sight gauge

shall provide easy monitoring of the seal cavity oil level and condition of oil without removal

of the fill/vent plug.

3) Double lip seals shall provide an atmospheric path providing positive protection of bearings,

with capability for external drainage monitoring.

b. Impellers shall be ductile iron, two vane, semi-open, non-clog, with integral pump out vanes on

the back shroud. Impellers shall be statically or dynamically balanced. Impeller shall thread onto

the pump shaft and be secured with a lockscrew and conical washer.

c. Shafts shall be AISI 4140 alloy steel unless otherwise specified by the engineer, in which case

AISI 17-4 pH stainless steel shall be supplied.

d. Bearings shall be anti-friction ball type of proper size and design to withstand all radial and thrust

loads expected during normal operation. Bearings shall be oil lubricated from a dedicated

reservoir. Pump designs which use the same oil to lubricate the bearings and shaft seal shall not be

acceptable.

e. Each shaft seal shall be oil lubricated mechanical type. The stationary and rotating seal faces shall

be silicon carbide alloy. Each mating surface shall be lapped to within three light bands flatness

(35 millionths of an inch), as measured by an optical flat under monochromatic light. The

stationary seal seat shall be double floating by virtue of a dual O-ring design. An external O-ring

secures the stationary seat to the seal plate, and an internal O-ring holds the faces in alignment

during periods of mechanical or hydraulic shock (loads which cause shaft deflection, vibration,

and axial/radial movement). Elastomers shall be viton; cage and spring to be stainless steel. Seal

shall be oil lubricated from a dedicated reservoir. The same oil shall not lubricate both shaft seal

and shaft bearings. Seals shall be warranted in accordance with requirements listed under PART 1

- GENERAL of this section.

f. Pusher bolt capability to assist in removal of rotating assemblies. Pusher bolt threaded holes shall

be sized to accept same capscrews as used for retaining rotating assemblies.

4. Adjustment of the impeller face clearances (distance between impeller and wear plate) shall be

accomplished by external means.

Page 130: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-10

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

a. Clearances shall be maintained by a four point external shimless coverplate adjustment system,

utilizing a four collar and four adjusting screw design allowing for incremental adjustment of

clearances by hand as required. Each of the four points shall be lockable to prevent inadvertent

clearance increases or decreases due to equipment vibration or accidental operator contact. The

four point system also allows for equal clearance gaps at all points between the impeller and wear

plate. Requirement of realignment of belts, couplings, etc., shall not be acceptable. Coverplates

shall be capable of being removed without disturbing clearance settings. Clearance adjustment

systems that utilize less than four points will not be considered.

b. There shall be provisions for additional clearance adjustments in the event that adjustment

tolerances have been depleted from the cover plate side of the pump. The removal of stainless

steel tabbed spacers from the rotating assembly side of the pump shall allow for further adjustment

as described above.

c. Clearance adjustments which requires movement of the shaft only, thereby adversely affecting

seal working length or impeller back clearance, shall not be acceptable.

5. An externally removable suction check valve shall be molded Neoprene with integral steel and nylon

reinforcement. A blow-out center shall protect pump casings from hydraulic shock or excessive

pressure. Removal or installation of the check valve must be accomplished from the top of the lower

pump casing without disturbing the suction piping or completely draining both casings. Sole function

of check valve shall be to save energy by eliminating need to reprime after each pumping cycle. Pumps

requiring a suction check valve to assist reprime will not be acceptable.

6. Pump shall include flange kit consisting of two ASA spool flanges that shall be one piece cast iron

class 30 suitable for attachment to suction and discharge ports. Each spool shall have one 1-1/4" NPT

and one 1/4" NPT tapped hole with pipe plugs for mounting gauges or other equipment.

H. Serviceability

1. The pump manufacturer shall demonstrate to the engineer's satisfaction that consideration has been

given to reducing maintenance costs.

2. No special tools shall be required for replacement of any components within the pump.

I. Drain Kit:

Pumps to be supplied with a drain kit for ease of maintenance. The kit to contain 10' length of reinforced

plastic hose with a female quick connect fitting at one end, and factory installed drain fittings in each

pump. Fittings include a stainless steel pipe nipple, stainless steel bushing, stainless steel ball valve and

aluminum male quick connect fitting.

J. Spare Parts Kit:

The following minimum spare parts shall be furnished with the pump station:

a) One spare pump mechanical seal (complete with shaft sleeve)

b) One cover plate O-Ring

c) One rotating assembly O-Ring

d) One set of rotating assembly spacers

2.5 Valves and Piping:

Page 131: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-11

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

A. Each pump shall be equipped with a primary and secondary full flow type check valve with flanged ends

and fitted with an external lever and spring. Each valve shall be capable of passing a 3" spherical solid. A

316 stainless steel body ring shall be threaded into the valve port. Valve clapper shall be cast iron, rubber

face, and shall swing completely clear of waterway when valve is full open. The seating shall be by a

resilient field replaceable ring on the valve disc contacting a bronze or stainless seat ring in the valve

body. Hinge pin shall be of 18-8 stainless steel construction and shall be utilized with bronze bushings and

packing type seal. Valves shall be equipped with removable cover plate to permit entry or for complete

removal of internal components without removing the valve from the line. Valve shall be rated at 175 psi

water working pressure, 350 psi hydrostatic test pressure. Valves other than full flow type or valves

mounted in such a manner that prevents the passage of a 3" spherical solid shall not be acceptable.

B. Plug valves shall be of the non-lubricated, tapered type. Valve body shall be semi-steel with flanged end

connection drilled to ANSI 125 lb. Standard. Valves shall have ports designed to pass spherical solids

equal to the pumps capability. Valves shall be furnished with a drip-tight shutoff plug mounted in

stainless steel or Teflon over phenolic bearings, and shall have a resilient facing bonded to the sealing

surface.

C. Automatic Air Release Valves

1. Each pump shall be equipped with an automatic air release valve designed to vent air to atmosphere

during initial priming or unattended repriming cycles. Upon completion of the priming or repriming

cycle, the valve shall automatically close operating solely on discharge pressure to prevent excess

recirculation. A visible indication of valve closure shall be evident. Valves which connect to the

suction line or rely on vacuum pumps shall not acceptable.

2. The air release valve shall be constructed of UV-inhibiting, high impact composite polyester

containing not less than 30% glass-filler. The valve body shall incorporate an internal passageway that

allows all debris to pass through the valve chamber between operational cycles, thus making the valve

self-cleaning upon sequential cycles. The valve diaphragms shall be Buna-N, Fluorocarbon or EPDM,

and shall incorporate a polyester mesh sufficient to withstand 250 PSI of pressure. Diaphragm

materials of lesser-rated durability will not be deemed equal.

3. The vertical valve plunger shall be constructed of Acetal and at least 20% PTFE fluorocarbon filler

(DuPont Teflon or equivalent). The independent, dual diaphragms and single, vertical valve plunger

shall incorporate a media fluid that passes through an orifice and separates the actions of each. This

media fluid will impart sufficient energy for each diaphragm to act on the other to cause a metered

stroke, allowing for predictable mechanical movement, thus opening and closing the valve smoothly,

preventing chatter and harsh ramming forces. Valves with a single horizontal shaft or that do not

incorporate straight-through passageways or media-limiting orifices will not be acceptable. The valve

“seat” shall permit a prescribed bypass of the liquid being pumped to ensure that the valve does not

become hydraulically locked in submerged discharge piping configurations.

4. The valve shall employ an externally-adjustable restrictor for applications below four feet of static

discharge head. Valves having no means to accurately adjust their action, or which require spring

selection and lubrication are unacceptable. Being mechanically maintenance-free, provisions for

clearing debris in the internal passageway normally associated with valves of this type are incorporated

in the valve design and are accessible with only normal hand tools.

5. The valve body shall incorporate passageways having minimal constrictions and no directional course

changes integral to the body of the valve. The inlet shall be 1 inch NPT female and the discharge outlet

shall be 1-1/4 inch NPT female, assuring that any debris that makes its way through the valve body

will have unobstructed passage back to the source. Valves having smaller throughput, bends or turns

that restrict or impede flow and create pockets or traps for debris shall not be acceptable. The valve

shall be mounted horizontally, 90 degrees to the vertical plunger by means of an integral mounting

Page 132: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-12

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

bracket.

6. The valve shall be able to operate on applications ranging from four to 400 feet of water column

without the need for adjustment or interchange of springs or other parts.

7. Connection of the air release valves to pump station piping shall include stainless steel fittings.

D. Gauge Kit

1. A gauge kit shall be supplied for each pump. Suction pressure must be monitored by a glycerin-filled

compound gauge, and discharge pressure by a glycerin-filled pressure gauge. Gauges to be at least 4

inches in diameter, graduated in feet water column. Rated accuracy shall be 1% of full scale reading.

Compound gauge shall be graduated -34 to +34 feet water column minimum. Pressure gauge to be

graduated 0 to 250 feet water column minimum.

2. Gauges to be factory mounted on a resilient panel with frame assembly secured to pumps or piping.

Gauge installations shall be complete with all hoses and stainless steel fittings, including a shutoff

valve for each gauge line at the point of connection to suction and discharge pipes.

E. Piping

1. Flanged header pipe shall be centrifugally cast, ductile iron, complying with ANSI/AWWA

A21.51/C115 and class 53 thickness.

2. Flanges shall be cast iron class 125 and Comply with ANSI B16.1.

3. Pipe and flanges shall be threaded and suitable thread sealant applied before assembling flange to pipe.

4. Bolt holes shall be in angular alignment within 1/2o between flanges. Flanges shall be faced with a

gasket finish.

F. Contractor must insure all pipes connected to the pump station are supported to prevent piping loads from

being transmitted to pumps or station piping. Pump station discharge force main piping shall be anchored

with thrust blocks where shown on the contract drawings.

2.6. Drive Unit

A. Motors (Note: Maximum motor frame size is 405T open drip-proof.)

1. Pump motors shall be between 40 & 75 HP, three phase, 60 hertz, 460 VAC, horizontal ODP, 1,800

RPM, NEMA design B with cast iron frame with copper windings, induction type, with Class F

insulation and 1.15 service factor for normal starting torque and low starting current characteristics,

suitable for continuous service. The motors shall not overload at the design condition or at any head in

the operating range as specified.

2. Motors shall be tested in accordance with provisions of ANSI/IEEE Std 112.

2.7. Drive Transmission

A. Power to pumps shall be transmitted through V-belt drive assemblies. The sheave/belt combination shall

provide the speed ratio needed to achieve the specified pump operating conditions.

Page 133: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-13

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

B. Each drive assembly shall utilize at least two V-belts providing minimum a combined safety factor of 1.5.

Single belt drives or systems with a safety factor of less than 1.5 are not acceptable. Computation of safety

factors shall be based on performance data published by the drive manufacturer.

C. The pump manufacturer shall submit power transmission calculations which document the following:

1. Ratio of pump/motor speed.

2. Pitch diameter of driver and driven sheaves.

3. Number of belts required per drive.

4. Theoretical horsepower transmitted per belt, based on vendor's data.

5. Center distance between pump and motor shafts.

6. Arc-length correction factor applied to theoretical horsepower transmitted.

7. Service factor applied to established design horsepower.

8. Safety factor ratio of power transmitted/brake horsepower required.

D. Pump drives to be enclosed on all sides by a guard constructed of fabricated steel or combination of

materials including expanded, perforated, or solid sheet metal. No opening to a rotating member shall

exceed 1/2 inch.

1. Guards must be completely removable without interference from any unit component, and shall be

securely fastened and braced to the unit base.

2. Metal to be free from burrs and sharp edges. Structural joints shall be continuously welded. Rivet

spacing on panels shall not exceed five inches. Tack welds shall not exceed four inch spacing.

3. The guard shall be finished in accordance with Section 3, Color Definitions of ANSI 253.1; Safety

Color Code for Marking Physical Hazards.

2.8 Pumps, piping, and exposed steel framework shall be cleaned prior to painting. Exposed surfaces to be coated

with one coat gray W.R. non-lift primer and one coat white acrylic alkyd W.R. enamel. Paint shall be low

VOC, alkyd based, high solids, semi-gloss white enamel for optimum illumination enhancement,

incorporating rust inhibitive additives. The finish coat shall be 1.0 to 1.2 MIL dry film thickness (minimum),

resistant to oil mist exposure, solvent contact, and salt spray. The factory finish shall allow for over-coating

and touch up after final installation.

2.9 Electrical Control Components

A. The pump station control panel will be tested as an integral unit by the pump station manufacturer. The

control panel shall also be tested with the pump station as a complete working system at the pump station

manufacturer's facility.

B. Panel Enclosure

1. Electrical control equipment shall be mounted within a common NEMA 1 stainless steel, dead front

type control enclosures. Doors shall be hinged and sealed with a neoprene gasket and equipped with

captive closing hardware. Control components shall be mounted on removable steel back panels

secured to enclosure with collar studs.

Page 134: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-14

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

2. All control devices and instruments shall be secured to the sub-plate with machine screws and

lockwashers. Mounting holes shall be drilled and tapped; self-tapping screws shall not be used to

mount any component. All control devices shall be clearly labeled to indicate function.

3. All sensors and control devices being remotely monitored by the SCADA system shall be terminated

to a terminal strip located inside the electrical control panel enclosure.

C. Branch Components

1. All Motor branch and power circuit components shall be of highest industrial quality. The short circuit

current rating of all power circuit devices shall be a tested combination or evaluated per the National

Electric Code Article 409. The lowest rated power circuit component shall be the overall control panel

short circuit rating and shall not be less than the fault current available. The minimum control panel

rating shall not be less than 10 kA, rms symmetrical. Control assemblies operating at 120 volts

nominal or less may be provided with transformers which limit the fault current and may be rated less

than the minimum required short circuit rating.

2. Circuit Breakers and Operating Mechanisms

a. A properly sized heavy duty circuit breaker shall be furnished for each pump motor. The circuit

breakers must be sealed by the manufacturer after calibration to prevent tampering.

b. An operating mechanism installed on each motor circuit breaker shall penetrate the control panel

door. A padlockable operator handle shall be secured on the exterior surface. Interlocks must

prevent opening the door until circuit breakers are in "OFF" position. An additional mechanism(s)

shall be provided on the circuit breaker permitting the breaker to be operated and/or locked with

the control panel door in the open position.

3. Motor Starters

a. An open frame, across-the-line, NEMA rated magnetic starter with under-voltage release, and

overload protection on all three phases, shall be furnished for each pump motor. Starters of NEMA

size 1 and above shall allow addition of at least two auxiliary contacts. Starters rated "0", "00", or

fractional size are not acceptable. Power contacts to be double-break type made of cadmium oxide

silver. Coils to be epoxy molded for protection from moisture and corrosive atmospheres. Contacts

and coils shall be easily replaceable without removing the starter from its mounted position. Each

starter shall have a metal mounting plate for durability.

b. Overload relays shall be solid-state block type, having visual trip indication with trip-free

operation. Electrically resetting the overload will cause one (1) normally open and one (1)

normally closed isolated alarm/control contact to reset, thus re-establishing a control circuit. Trip

setting shall be governed by solid-state circuitry and adjustable current setting. Trip classes shall

be 10, 15 and 20. Additional features to include phase loss protection, selectable jam/stall

protection and selectable ground fault protection.

c. A reset pushbutton, mounted through the control panel door, shall permit resetting the overload

relays without opening the door.

4. Starter: A reduced voltage, solid state motor starter shall be furnished for each pump motor. The starter

construction shall be modular with separately replaceable power and control sections. The power

section shall consist of six back-to-back SCR's rated 208 to 480 volts, 50/60 hertz. The SCR's shall

Page 135: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-15

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

have a minimum repetitive peak inverse voltage rating of 1400 volts at 480 volts. The enclosed

operating temperature range shall be 0 to 40 degrees C at altitudes up to 2000 meters without derating.

a. Starting Modes: Starting modes shall be selectable soft start, current limit, or full voltage. Soft

starting the pump shall include an adjustable initial torque value of 0 to 90 %. The acceleration

ramp shall be adjustable from 0 to 30 seconds. The starter shall include a selectable kick start

providing a current pulse at start. Kick start level shall be adjustable from 0 to 90% of locked rotor

torque. Kick start time shall be adjustable from 0 to 2 seconds. Current limit mode shall provide

means for limiting the starting current to a programmable value between 50 and 600% of full load

current. Full voltage start shall provide across the line starting with a ramp time of less than 0.25

seconds.

b. Pump Control Mode: Ramp time will be dependent on pump torque requirements. The starter shall

provide smooth acceleration and deceleration, which approximates the flow rate of a centrifugal

pump. The starter's microcomputer shall analyze motor variables and generate control commands,

which will minimize surges in the system. Pump stop time shall be adjustable from 0 to 120

seconds. Pump control provides reduced hydraulic shock.

c. Bypass: When the start ramp time is complete, the starter shall energize an integral bypass

contactor. When in the bypass mode, the bypass contactor shall carry the motor load to minimize

internal heating in the electrical enclosure.

d. Protection: The starter shall include protective features: Communication fault, control temperature,

excess starts/hour, stall, jam, line fault, open gate, overload, overvoltage, phase reversal, power

loss, underload, undervoltage, shorted SCR, open bypass and voltage unbalance.

1) An integral electronic overload relay equipped with thermal memory shall be included and

shall utilize three phase current sensing. Adjustments shall include trip current, service factor

and 10, 15, 20 or 30 trip class.

2) Jam trip shall be adjustable 0-1,000% of the nominal motor current with a delay time

adjustment of 0-99 seconds.

3) Stall protection senses that the motor is not up-to-speed at end of ramp and will shut down

after a user-selected delay time has elapsed. Stall delay shall be adjustable from 0-10 seconds.

4) Fault diagnostics shall be displayed on the starter and shall include temperature fault, line

fault, open gate and power loss.

e. Display: The starter shall include a keypad and display on the front of the control module. The

display is equipped with a built-in four line, 16 character backlit LCD. The LCD displays

metering, faults and parameter settings in English. Faults will display in English and fault code. A

fault buffer will store the last five faults. Metering capabilities shall include: Three phase current,

three phase voltage, power factor, motor thermal usage, wattmeter, kilowatt hours, and elapsed

time meter. Digital parameter adjustments shall be made using the keypad.

f. Door Mounted Display: Each starter shall be furnished with a display and keypad mounted to the

door of the control panel. The door mounted display will duplicate the functions of the starter

display and allow the operator to monitor or change parameters without opening the control panel

door.

5. Phase Monitor

a. The control panel shall be equipped to monitor the incoming power and shut down the pump

motors when required to protect the motor(s) from damage caused by phase reversal, phase loss,

Page 136: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-16

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

high voltage, low voltage, and voltage unbalance. An adjustable time delay shall be provided to

minimize nuisance trips. The motor(s) shall automatically restart, following an adjustable time

delay, when power conditions return to normal.

D. Transient Voltage Surge Suppressor

a. The control panel shall be equipped with a transient voltage surge suppressor to minimize damage

to the pump motor and control from transient voltage surges. The suppressor shall utilize

thermally protected silicon-oxide varistors encapsulated in a non-conductive housing. Mechanical

indicators shall be provided on each phase to indicate protection has been lost. The suppressor

shall have a surge current rating of 100,000 Amps per phase and a 100 kA interrupting rating.

E. Control Circuit

1. A normal duty thermal-magnetic circuit breaker shall protect all control circuits by interrupting control

power.

2. Pump mode selector switches shall permit manual start or stop of each pump individually, or permit

automatic operation under control of the liquid level control system. Manual operation shall override

all shutdown systems, except the motor overload relays. Selector switches to be oil-tight design with

contacts rated NEMA A300 minimum. Auxiliary contacts shall be made available for remote

monitoring of status and terminated to the terminal strip located in the electrical control panel.

3. Pump alternation shall be integral to the liquid level controller. Provisions for automatic alternation or

manual selection shall also be integral to the liquid level controller.

4. Six digit elapsed time meter (non-reset type) shall be connected to each motor starter to indicate total

running time of each pump in "hours" and "tenths of hours". Separate pilot lights shall be provided to

indicate which motor is energized and should be running.

5. A high pump temperature protection circuit shall override the level control and shut down the pump

motor(s) when required to protect the pump from excessive temperature. A thermostat shall be

mounted on each pump casing. If casing temperature rises to a level sufficient to cause pump damage,

the high pump temperature protection circuit shall interrupt power to the pump motor. A visible

indicator, mounted through the control panel door shall indicate motor stopped due to high pump

temperature. The motor shall remain locked out until the pump has cooled and circuit has been

manually reset. Automatic reset of this circuit is not acceptable.

6. A duplex ground fault receptacle providing 115 VAC, 60 Hz, single phase current, will be mounted on

the side of the control enclosure. Receptacle circuit shall be protected by a 15 ampere

thermal-magnetic circuit breaker.

7. The lift station shall be equipped with a 5 KVA step-down transformer to supply 115 volt, AC, single

phase for the control and auxiliary equipment, and the RTU enclosure. The primary and secondary side

of the transformer shall be protected by a thermal magnetic circuit breakers, sized to meet the power

requirements of the transformer. An operating mechanism shall penetrate the control panel door and a

padlockable operator handle shall be secured on the exterior surface. Interlocks must prevent opening

the door until primary circuit breaker is in "OFF" position. An additional mechanism(s) shall be

provided on the circuit breaker permitting the breaker to be operated and/or locked with the control

panel door in the open position.

a. Pump Start Delay:

Page 137: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-17

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

1) The control circuit for pump #2 shall be equipped with a time delay to prevent simultaneous

motor starts.

8. Wiring

a. The pump station, as furnished by the manufacturer, shall be completely wired, except for power

feed lines to the main entrance terminal blocks and final connections to remote alarm devices.

b. All wiring, workmanship, and schematic wiring diagrams shall comply with applicable standards

and specifications of the National Electric Code (NEC).

c. All user serviceable wiring shall be type MTW or THW, 600 volts, color coded as follows:

1) Line and Load Circuits, AC or DC power...........................................Black

2) AC Control Circuit Less Than Line Voltage..........................................Red

3) DC Control Circuit........................................................................Blue

4) Interlock Control Circuit, from External Source................................Yellow

5) Equipment Grounding Conductor.....................................................Green

6) Current Carrying Ground................................................................White

7) Hot With Circuit Breaker Open.......................................................Orange

d. Control circuit wiring inside the panel, with exception of internal wiring of individual

components, shall be 16 gauge minimum, type MTW or THW, 600 volts. Power wiring to be 14

gauge minimum. Motor branch wiring shall be 10 gauge minimum.

e. Motor branch and other power conductors shall not be loaded above the temperature of the

connected termination. Wires must be clearly numbered at each end in conformance with

applicable standards. All wire connectors in the control panel shall be ring tongue type with nylon

insulated shanks. All wires on the sub-plate shall be bundled and tied. All wires extending from

components mounted on door shall terminate at a terminal block mounted on the back panel. All

wiring outside the panel shall be routed through conduit.

f. Control wires connected to door mounted components must be tied and bundled in accordance

with good commercial practice. Bundles shall be made flexible at the hinged side of the enclosure.

Adequate length and flex shall allow the door to swing full open without undue stress or abrasion.

Bundles shall be held on each side of hinge by mechanical fastening devices.

9. Factory installed conduit shall conform to following requirements:

a. All conduit and fittings to be UL listed.

b. Liquid tight flexible metal conduit to be constructed of smooth, flexible galvanized steel core with

smooth abrasion resistant, liquid tight polyvinyl chloride cover.

c. Conduit to be supported in accordance with articles 346, 347, and 350 of the National Electric

Code.

d. Conduit shall be sized according to the National Electric Code.

10. Grounding

a. Station manufacturer shall ground all electrical equipment inside the pump station to the control

panel back plate. All paint must be removed from the grounding mounting surface before making

final connection.

Page 138: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-18

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

b. The contractor shall provide an earth driven ground connection to the pump station at the main

grounding lug in accordance with the National Electric Code (NEC).

11. Equipment Marking

a. Permanent corrosion resistant name plate(s) shall be attached to the control and include following

information:

1) Equipment serial number

2) Control panel short circuit rating

3) Supply voltage, phase and frequency

4) Current rating of the minimum main conductor

5) Electrical wiring diagram number

6) Motor horsepower and full load current

7) Motor overload heater element

8) Motor circuit breaker trip current rating

9) Name and location of equipment manufacturer

b. Control components shall be permanently marked using the same identification keys shown on the

electrical diagram. Labels shall be mounted adjacent to device being identified.

c. Switches, indicators, and instruments mounted through the control panel door shall be labeled to

indicate function, position, etc. Labels shall be mounted adjacent to, or above the device.

2.10 Liquid Level Control

A. The manufacturer of the liquid level control system must be ISO 9001:2000 revision certified, with scope

of registration including design control and service after sales activities.

B. The level control system shall start and stop the pump motors in response to changes in wet well level, as

set forth herein.

C. The level control system shall be capable of operating as either an air bubbler type level control system,

submersible transducer type system, or ultrasonic transmitter type system. The level control system must

also include a back-up level float switch that is field installed and wired back to the appropriate locations

on the controls terminal block.

D. The level control system shall utilize alternation to select first one pump, then the second pump, then the

third pump (if required), to run as lead pump for a pumping cycle. Alternation shall occur at the end of a

pumping cycle, or in the event of excessive run time.

E. The level control system shall utilize an electronic pressure switch which shall continuously monitor the

wet well level, permitting the operator to read wet well level at any time. Upon operator selection of

automatic operation, the electronic pressure switch shall start the motor for one pump when the liquid

level in the wet well rises to the "lead pump start level". When the liquid is lowered to the "lead pump

stop level", the electronic pressure switch shall stop this pump. These actions shall constitute one

pumping cycle. Should the wet well level continue to rise, the electronic pressure switch shall start the

second and/or third pump (if required) when the liquid reaches the "lag pump start level", or “standby

pump start level” so that all pumps are operating. These levels shall be adjustable as described below.

1. The electronic pressure switch shall include integral components to perform all pressure sensing,

signal conditioning, EMI and RFI suppression, DC power supply and 120 volt outputs. Comparators

shall be solid state, and shall be integrated with other components to perform as described below.

Page 139: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-19

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

2. The electronic pressure switch shall be capable of operating on a supply voltage from 12-24VDC in

an ambient temperature range of -10 degrees C (14 degrees F) through 55 degrees C (131 degrees F).

Control range shall be 0 to 12.0 feet of water with an overall repeat accuracy of (plus/minus) 0.1 feet

of water. Memory shall be non-volatile.

3. The electronic pressure switch shall consist of the following integral components: pressure sensor,

display, electronic comparators and output relays.

a. The internal pressure sensor shall be a strain gauge transducer. The transducer shall convert the

input to a proportional electrical signal for distribution to the display and electronic comparators.

The transducer output shall be filtered to prevent control response to level pulsations or surges.

The transducer range shall be 0-15 PSI, temperature compensated from -40 degrees C (-40 degrees

F) through 85 degrees C (185 degrees F), with a repeat accuracy of (plus/minus) 0.25% full scale

about a fixed temperature. Transducer overpressure rating shall be 3 times full scale.

b. The electronic pressure switch shall incorporate a digital back lighted LCD panel display which,

upon operator selection, shall indicate liquid level in the wet well, and the preset start and stop

level for both lead and lag pump. The display shall include twenty (20), 0.19" high alpha-numeric

characters calibrated to read out directly in feet of water, accurate to within one-tenth foot (0.1

foot), with a full scale indication of not less than 12 feet. The display shall be easily convertible to

indicate English or metric units.

c. Level adjustments shall be electronic comparator set-points to control the levels at which the

pumps start and stop. Each of the level settings shall be easily adjustable with the use of

membrane type switches, and accessible to the operator without opening any cover panel on the

electronic pressure switch. Controls shall be provided to permit the operator to read the selected

levels on the display. Such adjustments shall not require hard wiring, the use of electronic test

equipment, artificial level simulation or introduction of pressure to the electronic pressure switch.

d. Each output relay in the electronic pressure switch shall be solid state. Each relay input shall be

optically isolated from its output and shall incorporate zero crossover switching to provide high

immunity to electrical noise. The "ON" state of each relay shall be indicated by illumination of a

light emitting diode. The output of each relay shall be individually fused providing overload and

short circuit protection. Each output relay shall have an inductive load rating equivalent to one

NEMA size 4 contactor. A pilot relay shall be incorporated for loads greater than a size 4

contactor.

4. The electronic pressure switch shall be equipped with an output board which shall include LED

status indicators and a connector with cable for connection to the main unit.

5. The electronic pressure switch shall be equipped with pump start delay(s) preset at a fixed delay time

of five (5) seconds.

6. Circuit design in which application of power to the lag pump motor starter is contingent upon

completion of the lead pump circuit shall not be acceptable.

7. The electronic pressure switch shall be equipped with a simulator system capable of performing

system cycle testing functions.

8. The electronic pressure switch shall have internal capability of providing automatic alternation,

manual selection of pump sequence operation, and alternation in the event of 1-199 hours excessive

run time.

9. The electronic pressure switch shall be equipped with a security access code to prevent accidental

set-up changes and provide liquid level set-point lock-out.

Page 140: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-20

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

10. The electronic pressure switch shall be equipped with one (1) 0-33 ft. W.C. input, one (1) scalable

analog input of either 0-5VDC, 0-10VDC, or 4-20mA, and one (1) 4-20mA scalable output. Output

is powered by 10-24VDC supply. Load resistance for 4-20mA output shall be 100-1000 ohms.

11. The electronic pressure switch shall include a DC power supply to convert 120VAC control power

to 12 or 24VDC EPS power. The power supply shall be 500mA (6W) minimum and be UL listed

Class II power limited power supply.

12. The electronic pressure switch shall be equipped with an electronic comparator and solid state output

relay to alert maintenance personnel to a high liquid level in the wet well. An indicator, visible on

the front of the control panel, shall indicate that a high wet well level exists. The alarm signal shall

be maintained until the wet well level has been lowered and the circuit has been manually reset.

High water alarm shall be furnished with a dry contact wired to terminal blocks.

13. EPS Analog Output circuit will be furnished with transient voltage surge suppression to protect

related equipment from induced voltage spike from lighting.

F. The audible alarm device while corrective actions are under way. After silencing the alarm device, manual

An alarm silence pushbutton and relay shall be provided to permit maintenance personnel to de-energize

reset of the alarm condition shall clear the alarm silence relay automatically. The pushbutton shall be oil

tight design with contacts rated NEMA A300 minimum.

G. Submersible Transducer System

1. The level control system shall be the submersible transducer type system, as manufactured by Blue

Ribbon Corporation (MDL# BC1000), or equal, rated 0-10 PSI, containing a sealed diaphragm housed

in a stainless steel unit, which extends into the wet well. The pigtail wiring shall terminate back to the

level controller. The pressure transducer shall provide a proportional signal for distribution to the

display and electronic comparators of the electronic pressure switch, and remainder of the level control

system. The transducer shall have output capability of 1-5VDC or 4-20mA. The transducer's

polyurethane jacketed shielded cable shall be of suitable length for proper installation into the wet well

without splicing. Note transducer shall be per Dalton Utilities standards.

2. A secondary float type switch shall be installed to provide a backup alarm if the level transmitter were

to fail. The float switch shall be terminated back to the terminal strip and to the alarm horn and light.

3. Alarm Light (External):

Station manufacturer will supply one 115 VAC NEMA 4X alarm light fixture with red globe,

conduit box, and mounting base. The design must prevent rain water from collecting in the gasketed

area of the fixture, between the base and globe.

4. Alarm Horn (External):

Station manufacturer will supply one 115 VAC weatherproof alarm horn with projector, conduit

box, and mounting base. The design must prevent rain water from collecting in any part of the horn.

2.11. Remote SCADA Monitoring and Instrumentation

A. RTU Enclosure

1. The foot pad for the RTU cabinet shall be formed and poured with hand vault, conduits and

mounting studs, according to drawings and specifications.

2. The enclosures shall be rated to NEMA 4X specifications, with 12-inch plinth, fabricated from 316L

Page 141: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-21

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

stainless steel. The door shall be hinged and sealed with a neoprene gasket and equipped with

captive closing hardware. Control components shall be mounted on removable steel panel, painted

white, and secured to enclosure with collar studs.

3. All penetrations into cabinet shall be made weatherproof using liquid-tight conduit fittings.

4. Conduits between the RTU enclosure and the electrical control panel shall be sized according to the

NEC.

B. Instrumentation

1. Each pump is to be supplied with a suction side and discharge side pressure gauge transmitter.

a. The suction side transmitter is to be installed inline with the glycerin-filled compound gauge

and terminate back to the control terminal strip located in the electrical control panel

enclosure. The pressure transmitter, as manufactured by Turck (MDL# PT-30HG-13-LI3-

H1131), or equal, shall be equipped with a 303 stainless steel housing and ¼- inch NPT

connection. The pressure range shall be 0 to -30 inches HG, with an accuracy of 0.5%

linearity.

b. The discharge side transmitter is to be installed inline with the glycerin-filled pressure gauge

and terminate back to the control terminal strip located in the electrical control panel

enclosure. The pressure transmitter, as manufactured by Turck (MDL# PT - 200PSIG -13-

LI3-H1131), or equal, shall be equipped with a 303 stainless steel housing and ¼- inch NPT

connection. The pressure range shall be 0 to 200 PSI, with an accuracy of 0.5% linearity.

2.12 Automatic Telephone Dialer

A. The dialer shall be a solid state component capable of dialing up to 16 phone numbers, each up to 24 digits

in length. Phone numbers and standard pulse dialing of Touch Tone DTMF dialing are user

programmable via the system's keyboard or touch tone phone.

B. Solid State Voice Message Recording and Playback

1. The unit shall have two different categories of speech message capability, all implemented with

permanent nonvolatile solid state circuitry with no mechanical tape mechanisms. The unit shall allow

for message recording from a remote telephone as well as from the front panel.

2. User Field Recorded Messages: The user may record and re-record his own voice messages for each

input channel and for the station ID.

3. There shall be no limit on the length of any particular message, within the overall available message

recording time; which shall be 40 seconds for 4 channel units, 80 seconds for 8 channel units, and 160

seconds for 16 or more channels.

4. The unit shall allow selective recording of both Normal and Alarm advisory messages for each input

channel.

5. The unit shall provide for automatic setting of the optimum speech memory usage rate for the total set

of messages recorded in order to achieve optimum recording sound quality.

6. Circuit board switches or jumper straps shall not be acceptable means of manipulating message length

or recording rates.

Page 142: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-22

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

7. Permanent Resident Non-Recorded Messages: Permanent built-in messages shall be included to

support user programming operations, to provide supplemental warning messages such as advising that

the alarms have been disabled, and to allow the unit to be fully functional even when the installer has

not recorded any messages of his own.

C. Local & Remote Programming Capabilities

1. The user may optionally elect to alter the following parameters from their standard normal default

values via keyboard entry or remotely from any touch tone phone.

2. Alarm Call Grouping: Upon alarm activation, the system shall selectively call the correct phone

numbers according to the current alarm(s).

3. Alarm Response Delay: .1 to 999.9 seconds.

4. Delay Between Alarm Call Outs: .1 to 99.9 minutes.

5. Alarm Reset Time: .1 to 99 hours or "NO RESET."

6. Incoming Ring Response (Answer) Delay: 1 to 20 rings.

7. Number of Message Repetitions: 1 to 20 repetitions.

8. Input Alarm Criteria: Each channel shall be independently configured for "Alarm On Open Circuit",

"Alarm On Closed Circuit", and "No Alarm."

9. Autocall Test: When enabled, the unit shall place a single round of test calls, both at the time this

function is enabled and also at regular subsequent intervals until this function is disabled at the

keyboard.

10. Run Time Meter: Selected inputs shall accumulate and report the number of hours that its input

contacts have been closed.

11. Remote System Microphone Activation.

12. Remote and Local Arming and Disarming of System.

13. Pulse Totalizer Function.

D. User entered programming and voice messages shall be kept intact even during power failures or when all

power is removed for up to ten years.

E. Acknowledgement of an alarm phone call is to be accomplished by pressing a touch tone "9" as the alarm

call is being received, and/or by returning a phone call to the unit after having received an alarm call.

F. The unit shall continuously monitor the presence of AC power and the status of four contact closure

inputs. The unit shall optionally be field upgradeable to incorporate a total of 8, 16, 24, or 32 dry contact

inputs. AC power failure, or violation of the alarm criteria at any input, shall cause the unit to go into

alarm status and begin dial outs. The unit shall, upon a single program entry, automatically accept all

input states as the normal non-alarm state; eliminating possible confusion about Normally Open versus

Normally Closed inputs. Further, as a diagnostic aid, the unit shall have the capability of directly

announcing the state of any given input as currently "Open Circuit" or "Closed Circuit", without disturbing

any message programming. Each input channel shall also be independently programmable, without the

need to manipulate circuit board switches or jumpers, as Normally Open or Normally Closed, or for No

Alarm (Status Only), or for Pulse Totalizing, or for Run Time Metering.

Page 143: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-23

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

G. Any dry contact input can be programmed to accumulate and report the number of hours their respective

input circuits have been closed. Any such channels will never cause an alarm, but on inquiry will recite

the channel's message according to the status of the input and then report the closed circuit time to the

tenth of an hour. The input will accumulate and report in tenths of hours up to a total accumulated running

time of 99,999.9 hours. The initial value of the Run Time Meter shall be programmable in order to agree

with existing electromechanical Run Time Meters. Up to a total of 8 Run Time Meters may be

programmed.

H. Any dry contact input can be programmed to accumulate the number of pulses (momentary contact

closures) occurring at the input.

I. Upon initiating an alarm phone call, the system is to "speak" only those channels that are currently in

"alarm status."

J. The unit shall provide a complete verbal report of all programmable functions and their programmed

values on command form from any remote touch tone phone.

K. The unit shall be capable of dialing any phone number on command and function as a speakerphone.

L. Inquiry phone calls can be made directly to the unit at any time from any telephone, locally or long

distance, for a complete status report of all variables being monitored; including power status.

M. Normal power shall be 105-135 VAC, 15 watts nominal. The product is to contain its own gel cell

rechargeable battery which is automatically kept charged when AC power is present. The system shall

operate on battery power for a minimum of 20 continuous hours in the event of AC power failure. A

shorter backup time shall not be acceptable. The built-in charger shall be precision voltage controlled, not

a "trickle charger", in order to minimize recharge time and maximize battery life available.

N. The dialer is to use a standard rotary pulse or touch tone "dial-up" phone line (direct leased line not to be

required) and is to be F.C.C. approved. Connection to the telephone is through a 4-pin modular jack (RJ-

11.)

O. All power, phone line, dry contact, and analog signal inputs shall be protected at the circuit board to IEEE

Standard 587, Category B (6,000 volts open circuit/3,000 amps closed circuit.) Gas tubes followed by

solid state protectors shall be integral to the circuit board for each such line. Protectors mounted external

to the main circuit board shall not be an acceptable substitute. The installer shall provide a good electrical

ground connection point near the unit to maximize the effectiveness of the surge protection.

P. The dialer shall be supplied and under warranty by the lift station manufacturer covered by a three (3) year

warranty covering parts and labor performed at the factory.

Q. The system shall include expansion connectors to accommodate field upgrades for additional dry contact

inputs, remote supervisory control outputs, analog inputs and communication with remote printers and

computers.

R. All keyboard and front panel switches shall be sealed to prevent contamination. Front panel LED's shall

indicate: Normal Operation, Program Mode, Phone Call in Progress, Status for each channel, AC Power

Present, AC Power Failure, and Discharging or Recharging Battery. On any inquiry telephone call or on

site status check, the voice shall provide specific warning if no dial out phone numbers are entered, or if

the unit is in the "alarm disable" mode, or if AC power is off or has been off since last reset. A built-in

microphone shall allow anyone at a remote phone to listen to local sounds and have a two-way

conversation with personnel at the dialer.

2.13 Bladder Type Sewage Surge Vessels

Page 144: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-24

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

A. The manufacture of the bladder sewage surge vessel shall be Charlatte America or approved equal.

B. The lift station shall have a Charlatta EUV-1500-7/10.5-V bladder sewage surge vessel installed on the

discharge piping leaving the station as shown on the drawings. The New Hope Lift station shall have a 396

gallon vessel installed as shown on the plans.

C. The surge vessel shall be connected to the discharge force main with 6” piping and include an isolation

valve at the force main and a 4” drain line with inline valve.

PART 3 - EXECUTION

3.1 Examination

A. Contractor shall off-load equipment at installation site using equipment of sufficient size and design to

prevent injury or damage. Station manufacturer shall provide written instruction for proper handling.

Immediately after off-loading, contractor shall inspect complete pump station and appurtenances for

shipping damage or missing parts. Any damage or discrepancy shall be noted in written claim with shipper

prior to accepting delivery. Validate all station serial numbers and parts lists with shipping documentation.

Notify the manufacturer’s representative of any unacceptable conditions noted with shipper.

3.2 Installation

A. Install, level, align, and lubricate pump station as indicated on project drawings. Installation must be in

accordance with written instructions supplied by the manufacturer at time of delivery.

B. Suction pipe connections must be vacuum tight. Fasteners at all pipe connections must be tight. Install

pipe with supports and thrust blocks to prevent strain and vibration on pump station piping. Install and

secure all service lines (level control, air release valve or pump drain lines) as required in wet well.

C. Check motor and control data plates for compatibility to site voltage. Install and test the station ground

prior to connecting line voltage to station control panel.

D. Prior to applying electrical power to any motors or control equipment, check all wiring for tight

connection. Verify that protective devices (fuses and circuit breakers) conform to project design

documents. Manually operate circuit breakers and switches to ensure operation without binding. Open all

circuit breakers and disconnects before connecting utility power. Verify line voltage, phase sequence and

ground before actual start-up.

E. After all anchor bolts, piping and control connections are installed, completely fill the grout dam in the

pump station base with non-shrink grout.

3.3. Field Quality Control

A. Operational Test

1. Prior to acceptance by owner, an operational test of all pumps, drives, and control systems shall be

conducted to determine if the installed equipment meets the purpose and intent of the specifications.

Tests shall demonstrate that all equipment is electrically, mechanically, structurally, and otherwise

acceptable; it is safe and in optimum working condition; and conforms to the specified operating

characteristics.

2. After construction debris and foreign material has been removed from the wet well, contractor shall

supply water volume adequate to operate station through several pumping cycles. Observe and record

operation of pumps, suction and discharge gauge readings, ampere draw, pump controls, and liquid

level controls. Check calibration of all instrumentation equipment, test manual control devices, and

automatic control systems.

Page 145: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333200A-25

8X12 Above Ground Lift Station

Last Revised: 8/10/2012

Print Date: 8/10/2012

B. Co-ordinate station start-up with manufacturer’s technical representative. The representative or factory

service technician will inspect the completed installation. The technician will calibrate and adjust

instrumentation, correct or supervise correction of defects or malfunctions, and instruct operating

personnel in proper operation and maintenance procedures.

C. Prior to acceptance, inspect interior and exterior of pump station for dirt, splashed material or damaged

paint. Clean or repair accordingly. Remove from the job site all tools, surplus materials, scrap and debris.

D. The pump station should be placed into service immediately. If operation is delayed, station is to be stored

and maintained per manufacturer’s written instructions.

END OF SECTION

Page 146: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

SANITARY UTILITY

SEWERAGE FORCE

MAINS

333400

Page 147: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

Print Date: 8/22/2019

SECTION 333400 – SANITARY UTILITY SEWERAGE FORCE MAINS

Scope:

The Contractor shall provide all labor, equipment and materials to install force mains using high density

polyethylene (HDPE) or ductile iron pipe (DIP) for the collection of sanitary sewage from lift stations in

accordance with these specifications.

Submittals:

A. The Contractor will submit complete product data from named vendor on all products

proposed for use in the project.

B. Results from recording of each fuse on HDPE pipe will be submitted to the Owner as part of

the installation record.

C. Contractor will submit a proposed method for pigging or cleaning lines for approval by the

Owner after installation.

D. Contractor shall provide proof of qualification for all labor involved in fusing of HDPE pipe.

Proof of qualification shall be written confirmation of training by a manufacturer involved in

the manufacture of HDPE pipe for more than two years. All individuals with such

qualifications must be submitted to the owner for evaluation and approval, only those

individuals approved by the owner will be allowed to perform fusing operations on the

project.

E. Contractor shall submit proposed pressure testing methodology for review by the Owner prior

to initiating any final pressure testing of pipe.

Products:

This section of the specification details the requirements for pressurized sanitary sewer force mains and

related accessories. Unless noted otherwise, force mains will be constructed of high density polyethylene

pipe (HDPE) or Class 350 Ductile Iron Pipe (DIP) meeting the requirements in this section.

A. High Density Polyethylene Pipe: The Contractor shall furnish High Density Polyethylene

Pipe and Fittings conforming to ANSI/AWWA Standard C 906-90 and ASTM D3350-02.

The pipe shall be PE 3408 with an SDR of 11 or less as directed by the owner and be rated for

a pressure of 160 psi or more. All HDPE force main piping shall be DIPS sizing unless

approved and /or called out differently on the contract drawings. The carbon black content

shall measure 2% to 3% by weight when tested according to ANSI/ASTM D 1603 or ASTM

D4211. The pipe shall be provided in ductile iron pipe sizes. The pipe shall be produced by

Rinker, J-M PE Corporation, or equal. Pipe shall be “prisma” coated with a green exterior

color or the pipe shall have a green stripe impregnated into the wall of the pipe to make it

easily identifiable when excavated. The manufacturer shall have an ISO 9001 listing covering

the HDPE manufacturing facility as well as the corporate office. The Owner at no additional

cost may require quality audits. All pipe will be provided in standard straight lengths. No

coiled pipe will be accepted for installation on the project. All pipe and fittings must be

manufactured in the United States of America.

(1) Quality and Inspection: All pipe shall be smooth on both the interior and exterior

surfaces; be free of noticeable imperfections such as cracks, blisters, or kinks in the

pipe. The Owner, if Owner so chooses, shall be able to inspect the pipe at the pipe

plant, trench, and other various storage sites. Based on these observations the Owner

will have the right to reject any and all piping not conforming to these stated

requirements, independent of laboratory tests. Field repair of any damaged piping

Page 148: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333400-2

Sanitary Utility Sewerage Force Mains

Print Date: 8/22/2019

shall not be permitted. The Owner reserves the right to require the removal of fused

connections for destructive testing to verify the integrity of fused joints, etc.

(2) Experience of Manufacturer: The pipe manufacturer shall provide evidence, if

requested by the Owner, of having provided quality pipe and joints that have shown

satisfactory results in service for a period of no less than two years. Evidence of

completion of projects of similar size and timing for HDPE pipe will also be

provided upon Owner request. All pipe within any given phase shall be from the

same manufacturer.

(3) Fittings: The fittings shall meet all of the requirements of the pipe to which they are

to be fused. They shall be homogeneous throughout and essentially uniform in color,

opacity, density and other properties. Fittings should also be free of such defects as

cuts, cracks, or holes. Fabricated fittings will not be allowed where molded or

machined fittings are available. All fittings will be manufactured in accordance with

AWWA C906 with a minimum pressure class equal to that of the pipe.

(4) Markings: Markings shall be legible during usual handling of the pipe and be

applied in a manner that will not damage the pipe. The following markings shall be

provided as shown below:

a. Nominal size and OD base

b. Standard material code designation

c. Dimension ratio

d. Pressure class

e. AWWA designation for this standard (AWWA C 906-90)

f. Manufacturers production code

g. Material test category of pipe

h. NSF 61 approved

B. Ductile Iron Pipe: Pipe shall be centrifugally cast and shall conform to ANSI Specification

A 21.51 (AWWA C 110) as amended to date, with mechanical or push-on joints and laying

lengths of at least 18 feet. Pipe sizes 4” through 12” shall be standard pressure Class 350, and

pipe sizes greater than 12” shall be pressure Class 250 unless otherwise indicated herein or on

the Drawings. All pipe and fittings must be manufactured in the United States of America.

(1) Fittings: Fittings shall be cast from gray or ductile iron and shall conform to ANSI

Specifications A 21.10 (AWWA C 110) as amended to date. All fittings shall have

standard mechanical or push-on joints. Fittings for size 4-inch through 12-inch shall

be Class 250 for Gray Iron and Class 350 for Ductile Iron. Fittings for size 14-inch

through 48-inch shall be Class 150 for Gray Iron and Class 250 for Ductile Iron.

Either Gray Iron or Ductile Iron fittings will be permissible unless otherwise

specified or shown on the Drawings.

(2) Lining and Coating: Pipe and fittings shall be cement-lined (standard thickness)

inside and bituminous coated outside, in accordance with the applicable provisions

of ANSI Specification A 21.4 (AWWA C 104) and, ANSI A 21.51 (AWWA C 151),

as amended to date. The inside cement lining shall be treated with a bitiminous seal

coat.

(3) Protective Lining for Ductile Iron pipe and fittings: Pipe and fittings as indicated on

the plans shall be lined with Protecto 401 ceramic epoxy or approved equal. The

epoxy shall be applied at an application facility without any asphalt, cement lining,

or any other lining on the interior surface. The lining shall be applied by a certified

firm with a successful history of applying linings to the interior of ductile iron pipe

and fittings. Protecto 401 lined pipe and fittings must be handled only from the

outside of the pipe and fittings. No forks, chains, straps, hooks, ect. shall be placed

inside the pipe and fittings for lifting, positioning, or laying. The pipe shall not be

Page 149: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333400-3

Sanitary Utility Sewerage Force Mains

Print Date: 8/22/2019

dropped or unloaded during loading. Care should be taken not to let the pipe strike

sharp objects while swinging or being off loaded. Ductile iron pipe should never be

placed on grade by use of hydraulic pressure from the excavator bucket or banging

with heavy hammers.

(4) Weights and Marking: Weights of pipe and fittings shall conform strictly to the

requirements of ANSI Specifications. The class designations for the various classes

of pipe and fittings shall be cast onto fittings in raised numerals, and cast or stamped

on the outside of each joint of pipe and each fitting after the exterior coating has

hardened.

(5) Certification: The manufacturer of iron pipe and fittings shall furnish the Owner

with a certified report stating that inspection and specified tests have been made and

that the results thereof comply with the applicable ANSI Specifications for each.

(6) Quality and Inspection: Latitudes in workmanship and finish allowed by ASTM

notwithstanding, all pipe shall have smooth exterior and interior surfaces; be first

quality, be free from cracks, blisters, and other imperfections, and be true to

theoretical shapes and forms throughout each length. Pipe shall be subject to

inspection by the Owner at the pipe plant, trench, and other points of delivery for the

purpose of culling and rejecting pipe, independent of laboratory tests, which does not

conform to the requirements of this Section. Pipe which does not conform will be so

marked by the Owner, and shall not be used in the work. On-the-job repairing of

rejected pipe will not be permitted.

(7) Experience of Manufacturer: The pipe manufacturer shall submit evidence, if

requested by the Owner, of having consistently produced pipe and joints of the

quality specified herein, and which have exhibited satisfactory performance results

in service over a period of not fewer than two years. The pipe manufacturer and the

pipe manufacturing process shall be subject to approval by the Owner.

C. Locating Wire & Detector Tape: The Contractor will supply all locating wire and detector

tape. Locating wire shall be 8 gage, coated wire. Detection tape shall be composed of a solid

aluminum foil encased in a protective plastic jacket. Tapes shall be color coded in accordance

with AWWA color codes with the following legends: Sewer Systems, Safety Precaution

Green, “Caution Sewer Line Buried Below”. 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 surface and 3-inches when buried greater than 10-inches. Tape shall be

Lineguard Type II Detectable, Allen Systems Detectatape, or equal. Locating wire and

Detector Tape are required for the entire length of all HDPE force mains. For DIP force

mains no locating wire is required however detector tape is still required for the entire length

of the force main.

D. Couplings for HDPE

(1) Electrofusion Couplings: For HDPE force mains electrofusion couplings and

saddles will not be used on this Project without written approval of Owner.

(2) Aqua Grip Couplings: As manufactured are acceptable for use at locations that are

approved by the owner.

E. Flange Assemblies: For HDPE force mains flange assemblies shall consist of a metal back-

up flange or ring and a polyethylene flange adapter. The back-up flange shall be slipped over

the pipe profile flange adapter and then be fused into the plain end pipe.

F. Mechanical Joint: All mechanical joints must be restrained. For HDPE force mains

mechanical joints are to be made with stiffeners which are inserted into the HDPE pipe.

Stiffener manufacturer’s directions shall be followed when installing stiffeners and

mechanical joints. Stiffeners shall be Romac Industries 501-H & RC501-H or equal. The

mechanical joints shall then be restrained using mechanical joint adapters manufactured by

Performance Pipe, or equal. For DIP force mains mechanical joints are to be made with

retainer glands such as EBAA Iron’s MEGALUG or US Pipe’s Field LOK gasket kits. In

Page 150: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333400-4

Sanitary Utility Sewerage Force Mains

Print Date: 8/22/2019

addition for DIP force mains, additional joints on both sides of fittings shall be restrained

according to the chart included in the drawings.

G. Vacuum Breaker / Air Relief Valve: A combination air relief and vacuum breaker valve

shall be installed at high points and grade changes within the force main piping as specified

on the plans. The valve shall be as manufactured by Cla-Val, Model Number 36WW22 or

Val-matic model number 802A. The valve shall be mounted in the vertical position on the top

of the pipeline with an isolation valve installed below each valve to allow for maintenance of

the valve. The valve shall be installed in a vault or manhole which has adequate drainage and

venting.

H. Plug Valves: Plug valves shall be used on sewage, and shall be furnished complete with

operators and accessories shown on the Drawings or specified or both. Valves shall be of the

eccentric, non-lubricated resilient seat type, designed for sewage at 125 psi working pressure

and shall have mechanical joint ends. The valve body shall be semi-steel conforming to

ASTM A 126, Class B. Seats shall have a welded-in or cast overlay of not less than 90% pure

nickel on all surfaces which will contact the rubber seating area. Upper and lower plug stem

bushings shall be of stainless steel and permanently lubricated. Valves shall be manufactured

by DeZurik, Clow or equal. Extension stems shall extend from the valves to the connections

with the operators. Operators for buried valves shall have extension stems, 2-inch square

operating nuts and valve boxes. Extension stems shall be furnished for all buried valves to

bring the 2-inch square AWWA operating nut within six inches of the top of the valve box.

Operating nuts shall have an arrow cast on the top indicating the direction for opening the

valve. Valve boxes shall be two piece, with covers. Covers shall be cast with the word

“SEWER” on the top of the cover. The bottom part of the valve box may be 6-inch cast iron

pipe. The top part shall be of the sliding type sized to fit over the 6-inch pipe and be 36-

inches in length. Valve boxes and covers shall be constructed of cast iron. The 6-inch pipe

shall extend not less than 18-inches into the sliding top. All valve boxes shall be bushed and

furnished with extension stem.

I. Manhole Protection: Wetwells and manholes where force mains are connected must be

protected using a manhole liner equal to Spectrashield Liner Systems.

J. Manhole Frame and Covers: Manhole frames and covers shall be “Heavy Duty” and

constructed in accordance with ASTM A 48 Class 30. The frame weight shall be 190 pounds

and the cover weight shall be 130 pounds. The frame pattern shall be V-1480-10 and the

cover pattern shall be V-1480-1 as manufactured by Vulcan Foundry Corp, or equal. The

covers for the manholes shall be cast with the word “SEWER” on the face.

Implementation:

A. Unloading: Equipment and facilities for unloading, hauling, distributing and storing

materials shall be furnished by the Contractor and shall at all times be available for use in

unloading materials. Delays in unloading railroad cars, unloading trucks, or hauling from

freight terminal that incur demurrage, truck waiting charges or terminal charges shall be at the

expense of the Contractor.

B. Handling: Pipe, fittings and other material shall be carefully handled so as to prevent

breaking and/or damage. Pipe may be unloaded individually by hand but shall not be

unloaded by rolling or dropping off of trucks or cars. Preferred unloading is in units using

mechanical equipment, such as forklifts, cherry pickers or front end loaders with forks. If

forklift equipment is not available units may be unloaded with use of spreader bar on top and

nylon straps looped under the unit.

C. Distributing: Materials shall be distributed and placed so as to least interfere with traffic.

No street or roadway may be closed without first obtaining permission from the proper

Page 151: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333400-5

Sanitary Utility Sewerage Force Mains

Print Date: 8/22/2019

authorities. The Contractor shall furnish and maintain proper warning signs and obstruction

lights for protection of traffic along highways, streets, and roadways upon which material is

disturbed. No distributed material shall be placed in drainage ditches.

D. Storage: All pipe, fittings and other materials which cannot be distributed along the route of

the work shall be stored for subsequent use when needed. The Contractor shall make his own

arrangements for the use of storage areas; except that, with permission, he may make

reasonable use of the Owner’s storage yards.

E. Joining Methods for HDPE Pipe: The pipe and fittings shall be joined by butt or saddle

fusion, mechanical joint adapters, or by flange connections in accordance with manufacturer’s

recommendations. All joints shall be fused, not including connections to existing utilities,

unless otherwise shown on Drawings or requested by the Owner.

(1). Fusion: The pipe shall be joined by heat fusion of the ends. Prior to fusion

the pipe shall be clean and the ends shall be cut square. Fusion system

operators shall be trained in the use of the equipment by the pipe supplier or

manufacturer of the fusing machine and be experienced in the operation of

the equipment. All fuses shall be recorded, the recording of the information

must be provided to the Owner, and the recorded information must meet the

standard requirements of the pipe manufacturer. All fusions failing to meet

these requirements shall be removed and refused.

(2). Flange: A flange assembly consists of a metal back-up flange or ring and a

polyethylene flange adapter. The back-up flange is slipped over the pipe

profile and the stub-end, or flange adapter, is then fused into the plain end

pipe.

(3). Payment for HDPE pipe shall be made from the start of the pipeline to the

termination point along the top of the pipe.

(4). Connection to Ductile Iron Pipe or Valves: Connections to ductile iron pipe

and valves shall be by mechanical joints or flanges. All connections to

ductile iron pipe or valves must be restrained.

a. Restrained Mechanical Joints: Restrained mechanical joints shall

be made using mechanical joint adapters and shall incorporate a

factory installed stiffener manufactured by Rinker, J-M PE

Corporation Pipe, or equal.

b. Flange: Flange connections shall be as described above in E (2).

c. Aqua Grip connections as described in D (2).

F. Installation of Locating Wire and Detector Tape: The Contractor shall be required to

install locator wire along the entire section of HDPE pipeline and along all HDPE service

connections. The locator wire shall be installed simultaneously with the polyethylene piping.

Detector tape shall be installed by the Contractor once backfill has been placed and

compacted to at least 12 inches above the top of the pipe and not more than 18 inches above

the top of the pipe for all HDPE and DIP force mains. Wire shall be properly spliced at each

end connection and each service connection. Care should be taken to adequately wrap and

protect wire at all splice locations. No bare wire shall be accepted. There will be no

additional pay item for this work; it should be included in the Unit Price for installing HDPE

pipelines and DIP pipelines.

G. Backfill and Bedding of HDPE: Bedding for this material shall be as called for by ASTM D

2774 - 94. The trench width will vary depending on depth and the type of soil present. The

bed width should allow for adequate compaction around the pipe. The excavated material, if

it is free of rock and well broken up by the digging machine, may provide a suitable bedding

Page 152: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333400-6

Sanitary Utility Sewerage Force Mains

Print Date: 8/22/2019

material. Maximum particle size of Class I or Class II materials used for bedding, haunching,

or initial backfill should be kept to ½” for smaller pipe (<8”) and a maximum size of 1”

aggregate for pipe diameters greater than 8”. The trench bottom should be relatively smooth

and free of rock. Objects that may cause point loading on the pipe should be removed and the

trench bottom padded using 4-6 inches of tamped bedding. If an unstable soil condition

exists, the trench bottom shall be undercut and filled to proper trench depth with a selected

material. Contractor will install pipe in accordance with ASTM D 2774 Standard Practice for

Underground Installation of Thermoplastic Pipe, AWWA C906-90 (as amended), and the

manufacturer’s recommendations. Pipe shall not be installed in water or wet mucky soils, on

rock or stony soil. When these conditions exist, Contractor shall remove the objectionable

material to a depth of 6” below the pipes final grade and install crushed stone or other

approved bedding materials. No extra payment will be made for bedding, the cost therefore to

be included in the prices bid for sewers.

(1). Depth of Bedding: Trench shall be undercut to allow for a minimum of six inches

(6”) of bedding material. After joint assembly, Bedding material shall be placed

under and up to the spring line of the pipe for the entire length of pipe and

compacted. Compaction to the spring line of the pipe shall be of the same material

used in the bedding. Selected backfill shall then be carried to a point twelve inches

(12”) above the top of pipe, using hand tools for tamping. The remaining backfill

shall be as specified in “Selected Backfill” and “General Backfill” paragraphs of

these specifications. Pipe shall have at least thirty-six inches (36”) of cover before

wheel loading and at least forty eight inches (48”) of cover before using heavy duty

tamping equipment such as a hydrohammer.

(2). Trench Width: The maximum clear trench width at the top of the pipe shall not

exceed a width equal to the nominal pipe diameter plus eighteen inches (18”). If this

width is exceeded or the pipe is installed in a compacted embankment, pipe

embedment shall be compacted to the trench walls.

H. Cold (Field) Bending for HDPE: Contractor shall not bend the pipe to fit a trench more than

that allowed by the pipe manufacturer.

I. Installation of HDPE by Pulling In: Contractor will submit to Owner maximum proposed

pull in length for the pressure class and diameter pipe proposed to be pulled into an open

trench. Pull in lengths will not exceed the maximum lengths recommended by the

manufacturer for the class and diameter pipe. Final tie-ins should be made one day after

pulling in to allow the pipe to recover from the stress of the pulling.

J. Installation of DIP Pipe: Contractor shall install ductile iron pipe in accordance with

manufacturer’s instructions and AWWA C600-99 as amended.

(1) Pipe, fittings, valves and hydrants shall be lowered into the trench in a careful

manner using slings and ropes as necessary to avoid damage to the force main or the

protective coatings of the piping. Pipe shall in no cases be dropped into the trench.

(2) All lumps, blisters, and excess coatings shall be removed from the socket and the

plain ends of each pipe, and the outside of the plain end and the inside of the bell

shall be wiped clean and dry to ensure the removal of all dirt, sand, grit and other

foreign materials prior to laying the pipe. No pipe containing dirt, debris or other

foreign materials shall be laid.

(3) As each pipe length is laid, the Contractor shall assemble the joint and bring the pipe

to proper grade and alignment. Pipe shall be secured in place with the proper

backfill.

Page 153: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333400-7

Sanitary Utility Sewerage Force Mains

Print Date: 8/22/2019

(4) Contractor shall not deflect any joint more than the maximum deflection

recommended by the manufacturer. Contractor shall maintain a transit on site to

check that deflections allowances are not exceeded.

(5) Joints shall be push-on, mechanical or flange and shall be assembled in accordance

with manufacturer’s instructions.

(6) Cutting of pipe: Cut ductile iron pipe using an abrasive wheel saw. Remove all

burrs and smooth 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, valves, and accessories in the correct locations.

(7) Quality and Inspection: All pipes shall be smooth on both the interior and exterior

surfaces; be free of noticeable imperfections such as cracks, blisters, or kinks in the

pipe. The Owner, if he so chooses, shall be able to inspect the pipe at the trench and

other various storage sites. Based on these observations the Owner will have the

right to reject any and all piping not conforming to these stated requirements,

independent of laboratory tests. Field repair of any damaged piping shall not be

permitted.

K. Bedding of Ductile Iron Pipe: All pipes shall be laid on foundations prepared in accordance

with the following specifications. Bedding for all pipe shall be in accordance with ASTM D

2321 and AWWA C151/A21.51, as amended to date, the manufacturer’s recommendations

and these Specifications. Only Class III, IV, and V bedding are allowed for ductile iron pipe

as shown in the drawings and specified unless otherwise approved by the owner.

(1) Depth of Bedding: Trench shall be undercut to allow for a minimum of six inches

(6”) of bedding material. After joint assembly, Bedding material shall be placed

under and up to the spring line of the pipe for the entire length of pipe and

compacted. Compaction to the spring line of the pipe shall be of the same material

used in the bedding. Selected backfill shall then be carried to a point twelve inches

(12”) above the top of pipe, using hand tools for tamping. The remaining backfill

shall be as specified in “Selected Backfill” and “General Backfill” paragraphs of

these specifications. Pipe shall have at least thirty-six inches (36”) of cover before

wheel loading and at least forty eight inches (48”) of cover before using heavy duty

tamping equipment such as a hydrohammer.

(2) Trench Width: The maximum clear trench width at the top of the pipe shall not

exceed a width equal to the nominal pipe diameter plus eighteen inches (18”). If this

width is exceeded or the pipe is installed in a compacted embankment, pipe

embedment shall be compacted to the trench walls.

(3) Trench Depths: Maximum depth of backfill over ductile iron pipe shall be in

accordance with manufacturer’s recommendations and in any case shall not exceed

30 feet when Class I bedding and compaction to 95% of maximum dry density is

achieved.

L. Installation by Horizontal Boring or Directional Drilling: This work shall be done in

accordance with Section 330523.16. Contractor shall install pipe under creeks and County

Roads using horizontal boring or directional drilling when directed by Owner. Casing pipe

will be installed for all creek and road crossings. The pipeline shall then be installed directly

into the casing without centering spacers. At casing exit or entry points, pipe should be

wrapped with an elastomeric sheet material.

M. Protection of Pipe Openings: During installation, the Contractor will ensure that pipe ends

that have not been fused will be protected against dirt, debris, animals, and other foreign

Page 154: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

333400-8

Sanitary Utility Sewerage Force Mains

Print Date: 8/22/2019

materials. Plastic caps held in place with duct tape or other methods as approved by the

Owner may be used.

N. Blocking and Restraining: Contractor shall fully restrain the pipe through the use of fully

restrained joints by means of butt fusion, M-J adapters, or flange adapters. Do not use thrust

blocks with HDPE pipe installations. Thrust blocks will be used with DIP force mains.

O. Cleaning: Before acceptance of any line, the line must be clean. If the Contractor fails to

close the pipe or debris is found to be in the line, the Contractor shall clean the line by pigging

or other suitable means at the Contractor’s expense. The Contractor shall be prepared to pig

all lines installed within this project in order to remove the HDPE pipe shavings, etc. The

successful bidder must propose a method of pigging the lines for approval by Dalton Utilities

before proceeding with any pigging operations. This request must be submitted in writing and

shall be approved in writing by the Owner prior to line purging.

P. Testing: Testing of HDPE and ductile iron pipe installations will include destructive testing

as well as final pressure testing to ensure no leaks are present in the line.

(1) At the direction of the Owner, Contractor will perform destructive strap testing on

selected fuses to determine if the fuses meet with manufacturer’s requirements. Pipe

used in this testing will not be installed in the Project.

(2) The testing of the HDPE pipe will be performed in accordance with AWWA C906-

90 (as amended) and the manufacturer’s recommendations. Contractor will submit a

test protocol to the Owner for approval prior to implementing any testing.

(3) Ductile iron force mains shall be hydrostatically tested at 200 psi for a period of 24

hours with zero leakage allowed prior to the introduction of sewer into the force

main.

(4) HDPE force mains shall be hydrostatically tested at 2 times the shut off head of the

lift station for 24 hours with zero leakage allowed prior to the induction of sewer into

the force main

END OF SECTION

Page 155: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

SITE

D A

L T

O N

U

T I

L I

T I

E S

1

GSWCC CERTIFICATION NO. 71059

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L W

AT

ER

AN

D S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

CO

VE

R S

HE

ET

VICINITY MAPNOT TO SCALE

CONTRACT DOCUMENTSFOR

THE WATER, LIGHT AND SINKING FUND COMMISSIONERS

OF

THE CITY OF DALTON, GEORGIA

HAMMOND CREEK MIDDLE SCHOOL SEWEREXPANSION PROJECT

COMMISSIONERS:

JOE YARBROUGH- CHAIRMAN

CATHY HOLMES - VICE-CHAIRMAN

TOMMY BOGGS

BRYAN HAIR

HAL LONG

CHIEF EXECUTIVE OFFICER:

TOM A. BUNDROS

COVER SHEET

3-4

1

SHEET NUMBER

DRAWING LISTTITLE

CONTRACTOR MUST CALLGEORGIA811

PRIOR TO ANY EXCAVATION ACTIVITIES

PLANS5-6 PROFILES7 LIFT STATION PLAN8 LIFT STATION DETAILS9 FORCE MAIN DETAILS

10 SEWER MANHOLE DETAILS

SHEET INDEX2

AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/13/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
1 OF 10
AutoCAD SHX Text
ADDENDUM
Page 156: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

D A

L T

O N

U

T I

L I

T I

E S

2

GSWCC CERTIFICATION NO. 71059

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

SH

EE

T IN

DE

X

SHEET 3

SHEET 4

N. BY-PASS

N. BY-PASS

CROSS PLAINS TRAILPLEASANT GROVE DR.

HAMMOND CREEKMIDDLE SCHOOL

N

Feet

300

150

0

AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/13/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
2 OF 10
AutoCAD SHX Text
ADDENDUM
Page 157: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

0

+

0

0

1

+

0

0

2

+

0

0

3+

00

4

+

0

0

5

+

0

0

5

+

9

6

0

+

0

0

1

+

0

0

2

+

0

0

3

+

0

0

4

+

0

0

5

+

0

0

6

+

0

0

7

+

0

0

1

D A

L T

O N

U

T I

L I

T I

E S

3

GSWCC CERTIFICATION NO. 71059

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

PL

AN

SH

EE

T

NEW 6" HDPE SDR9 FORCE SEWERMAIN

NEW 8" D.I. SEWER SERVICE

P

le

a

sa

n

t G

ro

ve

D

r.

P

le

a

sa

n

t G

ro

ve

D

r.

25' BUFFER

25' BUFFER

H

am

m

ond C

reek

M

iddle

S

chool

PROP. LIFT STATIONDRIVEWAY

CONSTRUCTION EASEMENT FORBANK SLOPE

N

SSMH #1DRIM: 715.3I.E. IN: 709.36

SSMH #1CRIM: 724.3I.E. IN: 715.80

SSMH #1BRIM: 729.4I.E. IN: 716.29

SSMH #1ARIM: 729.8I.E. IN: 717.31

SSMH #1RIM: 731.50I.E. IN: 717.90

PROP. 8" D.I. SEWER SERVICEBY OTHERS

PROP. WET WELLTOP: 715I.E. IN: 709BOTTOM: 700DEPTH: 15

LEGEND

NEW SEWER FORCE MAIN

PROP. WATER MAIN OR SERVICE

EXIST. GAS MAIN OR SERVICE

SEWER MAIN OR SERVICE TO BE TAPPED INTO

NEW SEWER MANHOLE

SS

UG ELECTRIC

SURFACE WATER

NEW SEWER GRAVITY SERVICE

OPEN-CUTDIRECTIONAL DRILL

RIGHT OF WAY VARIES

RIGHT OF WAY VARIES

SHEET 4

7

1

9

7

1

8

717

7

1

6

7

1

5

7

1

4

7

1

3

7

1

2

Feet

160

80

0

AutoCAD SHX Text
722
AutoCAD SHX Text
721
AutoCAD SHX Text
720
AutoCAD SHX Text
735
AutoCAD SHX Text
745
AutoCAD SHX Text
740
AutoCAD SHX Text
740
AutoCAD SHX Text
722
AutoCAD SHX Text
720
AutoCAD SHX Text
722
AutoCAD SHX Text
721
AutoCAD SHX Text
723
AutoCAD SHX Text
724
AutoCAD SHX Text
725
AutoCAD SHX Text
715
AutoCAD SHX Text
715
AutoCAD SHX Text
720
AutoCAD SHX Text
726
AutoCAD SHX Text
720
AutoCAD SHX Text
705
AutoCAD SHX Text
710
AutoCAD SHX Text
715
AutoCAD SHX Text
720
AutoCAD SHX Text
725
AutoCAD SHX Text
730
AutoCAD SHX Text
735
AutoCAD SHX Text
740
AutoCAD SHX Text
727
AutoCAD SHX Text
728
AutoCAD SHX Text
729
AutoCAD SHX Text
730
AutoCAD SHX Text
731
AutoCAD SHX Text
732
AutoCAD SHX Text
733
AutoCAD SHX Text
734
AutoCAD SHX Text
735
AutoCAD SHX Text
736
AutoCAD SHX Text
737
AutoCAD SHX Text
738
AutoCAD SHX Text
708
AutoCAD SHX Text
706
AutoCAD SHX Text
710
AutoCAD SHX Text
712
AutoCAD SHX Text
714
AutoCAD SHX Text
716
AutoCAD SHX Text
718
AutoCAD SHX Text
718
AutoCAD SHX Text
716
AutoCAD SHX Text
716
AutoCAD SHX Text
TREELINE
AutoCAD SHX Text
717.3
AutoCAD SHX Text
716.9
AutoCAD SHX Text
717.3
AutoCAD SHX Text
717.8
AutoCAD SHX Text
706.5
AutoCAD SHX Text
705.9
AutoCAD SHX Text
719.1
AutoCAD SHX Text
719.2
AutoCAD SHX Text
718.7
AutoCAD SHX Text
SOUTH BOUND LANES
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/13/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR / AJM
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
3 OF 10
AutoCAD SHX Text
ADDENDUM
Page 158: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

1

1

0

+

0

0

1

1

+

0

0

1

2

+

0

0

1

3

+

0

0

1

4

+

0

0

4

+

0

0

5

+

0

0

6

+

0

0

7

+

0

0

8

+

0

0

9

+

0

0

1

D A

L T

O N

U

T I

L I

T I

E S

4

GSWCC CERTIFICATION NO. 71059

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

PL

AN

SH

EE

T

EXIST. UG ELECTRIC

CONNECT FORCE MAIN TOEXIST. MH J34H3

N

Feet

160

80

0

NEW 6" HDPE SDR9 SEWERFORCE MAIN

LEGEND

NEW SEWER FORCE MAIN

PROP. WATER MAIN OR SERVICE

EXIST. GAS MAIN OR SERVICE

SEWER MAIN OR SERVICE TO BE TAPPED INTO

NEW SEWER MANHOLE

SS

UG ELECTRIC

SURFACE WATER

NEW SEWER GRAVITY SERVICE

OPEN-CUTDIRECTIONAL DRILL

RIGHT OF WAY VARIES

RIGHT OF WAY VARIES

EXIST. 24" C.I. WATER MAIN

F

i

r

e

D

e

p

t

.

B

u

i

l

d

i

n

g

#

5

EXIST. 12" D.I. WATER MAIN

EXIST. 8" D.I. SEWER GRAVITY MAIN

EXIST. 4" HDPE 2406 GAS MAIN

C

r

o

s

s

P

la

in

s

T

r

a

il

N

o

r

th

B

y

-

P

a

s

s

N

o

r

t

h

B

y

-

P

a

s

s

P

l

e

a

s

a

n

t

G

r

o

v

e

D

r

.

P

l

e

a

s

a

n

t

G

r

o

v

e

D

r

.

MH J34H2

SHEET 3

≈ 300' NEW 12" STEEL PIPE CASING

AIR RELEASE VALVE

ENTRY BORE PIT (SEE PROFILEFOR DETAILS)

EXIT BORE PIT (SEE PROFILEFOR DETAILS)

TRAFFIC SIGNAL POST

SIGNAL BOX

OPEN-CUT GROUND & INSTALLAIR RELEASE VALVE

AutoCAD SHX Text
735
AutoCAD SHX Text
730
AutoCAD SHX Text
725
AutoCAD SHX Text
720
AutoCAD SHX Text
715
AutoCAD SHX Text
710
AutoCAD SHX Text
715
AutoCAD SHX Text
720
AutoCAD SHX Text
725
AutoCAD SHX Text
730
AutoCAD SHX Text
735
AutoCAD SHX Text
740
AutoCAD SHX Text
745
AutoCAD SHX Text
750
AutoCAD SHX Text
755
AutoCAD SHX Text
740
AutoCAD SHX Text
739
AutoCAD SHX Text
729
AutoCAD SHX Text
730
AutoCAD SHX Text
731
AutoCAD SHX Text
732
AutoCAD SHX Text
733
AutoCAD SHX Text
734
AutoCAD SHX Text
735
AutoCAD SHX Text
736
AutoCAD SHX Text
737
AutoCAD SHX Text
738
AutoCAD SHX Text
740
AutoCAD SHX Text
735
AutoCAD SHX Text
740
AutoCAD SHX Text
745
AutoCAD SHX Text
750
AutoCAD SHX Text
755
AutoCAD SHX Text
760
AutoCAD SHX Text
765
AutoCAD SHX Text
770
AutoCAD SHX Text
775
AutoCAD SHX Text
780
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/13/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
4 OF 10
AutoCAD SHX Text
ADDENDUM
Page 159: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

D A

L T

O N

U

T I

L I

T I

E S

5

GSWCC CERTIFICATION NO. 71059

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

SE

WE

R P

RO

FIL

E S

HE

ET

PROFILE - STA. 0+00 TO STA. 5+96HORIZONTAL SCALE: 1" = 50'

VERTICAL SCALE: 1" = 15'MAINTAIN ONE FOOT (1') MINIMUM SEPARATIONUNDER EXISTING UTILITIES AND NEW FORCE MAIN.

VERTICAL UTILITY SEPARATION

725

710

740

755

770

785

800

680

695NEW 8" D.I. GRAVITY

SEWER SERVICE

GROUND LINE

0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00

725

710

740

755

770

785

800

680

695

GR

AV

ITY

SE

RV

ICE

EN

TE

RS

WE

T-W

EL

L S

TA

. 5+

96

.

SSMH #1DRIM: 715.3I.E. IN: 709.36

SSMH #1CRIM: 724.3I.E. IN: 715.80

SSMH #1BRIM: 729.4I.E. IN: 716.29

SSMH #1ARIM: 729.8I.E. IN: 717.31

SSMH #1RIM: 731.50I.E. IN: 717.90 PROP. WET WELL

TOP: 715I.E. IN: 709BOTTOM: 700DEPTH: 15

PLEASANT GROVE DR.

PROFILE - NEW GRAVITY SERVICE

OPEN-CUTGROUND

OPEN-CUTGROUND

PR

OJE

CT

BE

GIN

S S

TA

.0

+0

0

PROP. 8" SEWERMAIN

ROW VARIES

DIRECTIONAL - DRILL

AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/13/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
5 OF 10
AutoCAD SHX Text
ADDENDUM
Page 160: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

D A

L T

O N

U

T I

L I

T I

E S

6

GSWCC CERTIFICATION NO. 71059

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

SE

WE

R P

RO

FIL

E S

HE

ET

6+005+00

NEW 6" HDPE SDR9 SEWERFORCE MAIN

GROUND LINE

4+003+002+00

725

710

740

755

770

785

800

680

695

725

710

740

755

770

785

800

680

695

1+000+00

PROFILE - NEW FORCE MAIN

PROFILE - STA. 5+00 TO STA. 21+71HORIZONTAL SCALE: 1" = 50'

VERTICAL SCALE: 1" = 15'MAINTAIN ONE FOOT (1') MINIMUM SEPARATIONUNDER EXISTING UTILITIES AND NEW FORCE MAIN.

VERTICAL UTILITY SEPARATION

14+0013+00 15+00

NEW 6" HDPE SDR9 SEWERFORCE MAIN

GROUND LINE

12+0011+00

AIR RELEASE VALVE AT 773'

10+00

725

710

740

755

770

785

800

680

695

725

710

740

755

770

785

800

680

695

9+008+007+00

NORTH BY-PASSS US HWY 76.

CONNECT FORCE MAIN TOEXIST. MH J34H3

8x8x6 EXITBORE PIT

12" STEELPIPE CASING

DIRECTIONALDRILL

DIRECTIONALDRILL

AIR RELEASE VALVE AT 741'

DIRECTIONALDRILL

FO

RC

E M

AIN

EX

ITS

WE

T-W

EL

L S

TA

. 0+

00

ST

RE

AM

CR

OS

SIN

G

EXIST. WATER MAIN

PR

OJE

CT

EN

DS

ST

A. 1

4+

15

SURFACE WATERELEV. 702.5

168' ROW

7+00

8x8x6 ENTRY BORE PIT

12" STEEL CASING

CROSSPLAINS TRAIL

4" GAS MAIN

AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/13/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR / AJM
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
6 OF 10
AutoCAD SHX Text
ADDENDUM
Page 161: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

XX

XX

XX

XX

XX

XX

XX

XX

XX

XX

XX

XX

XX

X

XXXXXXXXXX

XXXXXXXXXXXX

XX

XX

XX

XX

XX

X

XX

XX

XX

XX

X

X X X XX X X X X X X

X X X X X XX X X X X

XX

11'

1'

2'

STANDARD 3'

MANHOLE

FRAME & COVER

6' WET WELL

8' FIBERGLASS ENCLOSURE

1'

30'

40'

14' C

ON

CR

ET

E S

LA

B

2'

12' W

ID

E G

RA

VE

L A

CC

ES

S R

OA

D

19' CONCRETE SLAB

30'

12' F

IB

ER

GLA

SS

E

NC

LO

SU

RE

6'

1'

10'

1'

1'

9'

3'

9'

8.4'

6'

9'

1'

5'

2'

2'

4'

12' W

ID

E G

RA

VE

L A

CC

ES

S R

OA

D

X

X

XX

X

X

D A

L T

O N

U

T I

L I

T I

E S

7

GSWCC CERTIFICATION NO. 71059

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

LIF

T S

TA

TIO

N D

ET

AIL

S

N

AutoCAD SHX Text
WET WELL
AutoCAD SHX Text
WET WELL
AutoCAD SHX Text
LIFT STATION
AutoCAD SHX Text
8' HIGH CHAIN LINK FENCE
AutoCAD SHX Text
6" HDPE SDR9 FORCE MAIN FLOW
AutoCAD SHX Text
90° BEND
AutoCAD SHX Text
6" MJ PLUG VALVE
AutoCAD SHX Text
INVERT ELEV. =711.5
AutoCAD SHX Text
10" SUCTION LINE, 12" MIN. HOLE DIA. (2 REQUIRED)
AutoCAD SHX Text
8" DIA. HOLE FOR SERVICE LINES
AutoCAD SHX Text
TREES AND SHRUBS TO BE INSTALLED UNDER LANDSCAPE ALLOWANCE
AutoCAD SHX Text
8'x12' FIBERGLASS ENCLOSURE
AutoCAD SHX Text
FOUNDATION BOLTS, 4 REQUIRED
AutoCAD SHX Text
12' GATE
AutoCAD SHX Text
FUTURE 10" SUCTION LINE, 12" MIN. HOLE DIA.
AutoCAD SHX Text
SLOPE CONCRETE, SEE MOUNTING DETAIL
AutoCAD SHX Text
WET WELL
AutoCAD SHX Text
WET WELL
AutoCAD SHX Text
8" D.I. GRAVITY SEWER SERVICE
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/02/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
7 OF 10
AutoCAD SHX Text
ADDENDUM
Page 162: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

4'

3.5'

3'

M/BT/S

LEVER

LB

REAR VIEW OF LIFT STATION

C/B

EMERGENCYPLUG/MOUNTING

BOX (E/P)

METERBASE

MAINCIRCUIT

BREAKERTRANSFER

SWITCH

INSTALLATION VIEWSCALE: NTS

FRONT VIEWSCALE: 3/4" = 1'-0"

LIFT STATION METER BASE DETAILNO SCALE

NOTE:ALL ELEVATIONS ARESUBJECT TO CHANGEBASED ON FIELDCONDITIONS.

6 111213

4

1

10

9

2

3

8

D A

L T

O N

U

T I

L I

T I

E S

8

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

LIF

T S

TA

TIO

N D

ET

AIL

S

GSWCC CERTIFICATION NO. 71059

NOTES:

1. ALL PIPE FITTINGS MUST BE FULL BODIED AND MEETAWWA C110 STANDARDS (NO COMPACT FITTINGS ALLOWED).2. SIX INCHES (6") OF CRUSHER RUN, COMPACTED WITHVIBRATOR SMOOTH DRUM ROLLER TO FINISH.

LIFT STATION PLAN

2'0' 1' 3' 4'

AutoCAD SHX Text
INSIDE FACE OF MANHOLE
AutoCAD SHX Text
36" ACCESS MANHOLE
AutoCAD SHX Text
6" SDR9 CLASS 350 FORCEMAIN
AutoCAD SHX Text
8" CLASS 350 D.I.P. SUCTION LINES
AutoCAD SHX Text
CLASS 350 D.I.P. INCREASING 90° BEND 6"x8"
AutoCAD SHX Text
#4 BARS @ 12" EACH WAY, TOP FACE
AutoCAD SHX Text
#6 BARS @ 12" EACH WAY, BOTTOM FACE
AutoCAD SHX Text
#4 STANDEES @ 4' ON CENTER (9 TOTAL AS A MINIMUM)
AutoCAD SHX Text
IF APPLICABLE AS PER POWER PROVIDER
AutoCAD SHX Text
ENCLOSURE ROOF COMPLETELY REMOVABLE FOR MAJOR SERVICE REQUIREMENTS
AutoCAD SHX Text
LIFTING EYES FOR REMOVAL OF ENCLOSURE ROOF ONLY.
AutoCAD SHX Text
NOTES: 1. CONTRACTOR TO INSTALL ALL DEVICES ON A SELF- SUPPORTING STAND CONSTRUCTED OF GALVANIZED UNI-STRUT OR ANGLE IRON AS APPROVED BY OWNER. 2. CONTRACTOR TO PROVIDE AND INSTALL CONDUIT AND WIRE FROM ELECTRIC PROVIDER POINT OF SERVICE TO MAIN C/B.
AutoCAD SHX Text
PROJECT: INSTALL METER BASE (M/B), MAIN CIRCUIT BREAKER (C/B), EMERGENCY PLUG/MOUNTING BOX (E/P) AND TRANSFER SWITCH (T/S). POWER UP LIFT STATION IN THE EVENT OF THE LOSS OF COMMERCIAL POWER. ALL WIRE TO BE COPPER, INSTALLED IN CONDUIT (PVC CAN BE USED). M/B, E/P AND T/S TO BE INSTALLED. T/S LEVER POSITION (UP) FOR COMMERCIAL POWER OR (DOWN) FOR GENERATOR PLUG HOOK-UP. WIRE FROM T/S TO BE TERMINATED AT LIFT STATION MAIN TERMINAL STRIP, ALONG WITH WIRE FROM E/P TO T/S, M/B TO T/S AND INCOMING WIRE TO M/B. EMERGENCY PLUG: MODEL: APPLETON ADJ1034 (100 amp POWERLITE) RECEPTACLE OR ADJA20034 (200 amp) RECEPTACLE. MOUNTING BOX: 1 - 1/2" ALUMERURPETTE METER BOX WIRING: ALL WIRING TO BE COPPER/FULL SIZE NEUTRAL. TRANSFER SWITCH: FOR 480 VOLTS 200 amp USE SQUARE D PART NUMBER 82344RB FOR 240 VOLTS 200 amp USE SQUARE D PART NUMBER DTU324NRB MAIN CIRCUIT BREAKER AND ENCLOSURE: FOR 480 VOLTS 200 amp USE SQUARE D PART NUMBER KAL36200 & SQUARE D ENCLOSURE PART NUMBER LA400R. FOR 480 VOLTS 100 amp USE SQUARE D PART NUMBER KAL36100 & SQUARE D ENCLOSURE PART NUMBER LA400R. FOR 208 OR 240 VOLTS 200 amp USE SQUARE D PART NUMBER QBL32200 & SQUARE D ENCLOSURE PART NUMBER Q22200NRB. FOR 208 OR 240 VOLTS 100 amp USE SQUARE D PART NUMBER QBL32100 & SQUARE D ENCLOSURE PART NUMBER Q22200NRB. NOTES: 1. LIFT STATION LOCATION TO BE PROVIDED BY OWNER. 2. TIE IN CONTROL VOLTAGE WITH A BREAKER (120 VOLTS) LOCATED INSIDE PANEL IN LIFT STATION. MATERIALS: T/S, E/P, WIRE, CONDUIT, M/B (LOCAL POWER PROVIDER).
AutoCAD SHX Text
INCOMING CONDUIT & WIRE TO METER BASE
AutoCAD SHX Text
EXISTING LB INTO LIFT STATION
AutoCAD SHX Text
MAIN POWER TO LIFT STATION
AutoCAD SHX Text
COMMERCIAL POWER (UP) GENERATOR PLUG HOOK-UP (DOWN)
AutoCAD SHX Text
UNDERGROUND FEED
AutoCAD SHX Text
DISCHARGE
AutoCAD SHX Text
SUCTION
AutoCAD SHX Text
FIBERGLASS STATION ENCLOSURE
AutoCAD SHX Text
G-R TO HERE FOR 6" DISCHARGE
AutoCAD SHX Text
G-R TO HERE FOR 8" DISCHARGE
AutoCAD SHX Text
G-R TO HERE FOR 6" SUCTION
AutoCAD SHX Text
ELEV. 715
AutoCAD SHX Text
ELEV. 709
AutoCAD SHX Text
ELEV. 707
AutoCAD SHX Text
ELEV. 702
AutoCAD SHX Text
ELEV. 699.6
AutoCAD SHX Text
PUMP OFF LEVEL
AutoCAD SHX Text
PUMP ON LEVEL
AutoCAD SHX Text
HIGH LEVEL ALARM
AutoCAD SHX Text
NOTE: ALL INTERIOR PIPING MUST BE FLANGED CLASS 350 D.I.P.
AutoCAD SHX Text
NOTE: ALL CONCRETE MUST BE 4000 PSI AND ALL REBAR MUST BE GRADE 60.
AutoCAD SHX Text
NOTE: DRAWING SHOWS MOUNTING LOCATIONS FOR METER BASE, MAIN CIRCUIT BREAKER, EMERGENCY PLUG & TRANSFER SWITCH, INCLUDING CONDUIT RUNS.
AutoCAD SHX Text
ELEV. 700
AutoCAD SHX Text
GROUTED INVERT
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
ITEM
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
MATERIAL & SIZE
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
4
AutoCAD SHX Text
5
AutoCAD SHX Text
6
AutoCAD SHX Text
7
AutoCAD SHX Text
8
AutoCAD SHX Text
9
AutoCAD SHX Text
10
AutoCAD SHX Text
CAST IRON
AutoCAD SHX Text
DISCHARGE PLUG VALVE
AutoCAD SHX Text
CAST IRON
AutoCAD SHX Text
AIR RELEASE VALVE
AutoCAD SHX Text
BELT GUARD ASSY
AutoCAD SHX Text
STEEL
AutoCAD SHX Text
CAST IRON
AutoCAD SHX Text
PUMP
AutoCAD SHX Text
MOTOR
AutoCAD SHX Text
CAST IRON
AutoCAD SHX Text
MOTOR STAND ASSEMBLY
AutoCAD SHX Text
STEEL
AutoCAD SHX Text
STATION BASE ASSEMBLY
AutoCAD SHX Text
FRP/CONCRETE
AutoCAD SHX Text
STATION ENCLOSURE ASS'Y
AutoCAD SHX Text
FRP
AutoCAD SHX Text
EXHAUST FAN
AutoCAD SHX Text
STEEL
AutoCAD SHX Text
11
AutoCAD SHX Text
12
AutoCAD SHX Text
STEEL
AutoCAD SHX Text
13
AutoCAD SHX Text
FLUORESCENT LIGHT FIXTURE
AutoCAD SHX Text
FRP
AutoCAD SHX Text
MOTOR CONTROL PANEL
AutoCAD SHX Text
INTAKE VENT ASSEMBLY
AutoCAD SHX Text
*
AutoCAD SHX Text
ALUMINUM
AutoCAD SHX Text
6" 3-WAY
AutoCAD SHX Text
1 1/4 "
AutoCAD SHX Text
8'-0" X 12'-4"
AutoCAD SHX Text
550 CFM
AutoCAD SHX Text
80 WATT
AutoCAD SHX Text
JMR
AutoCAD SHX Text
BM
AutoCAD SHX Text
BM
AutoCAD SHX Text
3-17-09
AutoCAD SHX Text
8 X 12 ABOVE GROUND
AutoCAD SHX Text
SEWAGE LIFT STATION ASSEMBLY
AutoCAD SHX Text
VS4A-B
AutoCAD SHX Text
FIBERGLASS
AutoCAD SHX Text
45123-035
AutoCAD SHX Text
MANSFIELD, OHIO ST. THOMAS, ONTARIO
AutoCAD SHX Text
D
AutoCAD SHX Text
GORMAN-RUPP
AutoCAD SHX Text
R
AutoCAD SHX Text
CHK.
AutoCAD SHX Text
NAME
AutoCAD SHX Text
APP.
AutoCAD SHX Text
DATE
AutoCAD SHX Text
SERIAL NO.
AutoCAD SHX Text
THE GORMAN-RUPP CO.
AutoCAD SHX Text
DRN.
AutoCAD SHX Text
14
AutoCAD SHX Text
SECONDARY CHECK VALVE
AutoCAD SHX Text
CAST IRON
AutoCAD SHX Text
6"
AutoCAD SHX Text
PRIMARY CHECK VALVE
AutoCAD SHX Text
4" X 6"
AutoCAD SHX Text
* NOT SHOWN. LOCATED IN 3'-0" X 6'-6" ENTRY DOOR ASSEMBLY.
AutoCAD SHX Text
ELEV. 714.5
AutoCAD SHX Text
ELEV. 714.5
AutoCAD SHX Text
ELEV. 714.5
AutoCAD SHX Text
ELEV. 715
AutoCAD SHX Text
ELEV. 724.5
AutoCAD SHX Text
ELEV. 725
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/13/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
8 OF 10
AutoCAD SHX Text
ADDENDUM
Page 163: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

HORIZONTAL BENDS/VERTICAL UP FITTING DETAIL

VERTICAL DOWN BEND DETAIL

TEE DETAIL

REQUIRED LENGTH OF RESTRAINED PIPE AT FITTINGS AND VALVES

RESTRAINED FORCE MAIN PIPE DETAILS

SEWER PIPE BEDDING

DI PIPE

D A

L T

O N

U

T I

L I

T I

E S

9

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

FO

RC

E M

AIN

DE

TA

ILS

GSWCC CERTIFICATION NO. 71059

ENDELEVATION

CARRIER PIPES

WASTEWATER COMBINATION AIR RELEASEVALVE & MANHOLE

PROPOSED BULKHEAD TO PROTECT ROADBED AND PERSONNEL

NORTH BY-PASS

NORTH BY-PASS @ STA. 15+05SECTION CC

AutoCAD SHX Text
FITTING
AutoCAD SHX Text
HORIZONTAL BENDS/VERTICAL UP 90%%D
AutoCAD SHX Text
16" PIPE
AutoCAD SHX Text
73
AutoCAD SHX Text
30
AutoCAD SHX Text
15
AutoCAD SHX Text
7
AutoCAD SHX Text
"L" - Length of Restrained Pipe (Ft)
AutoCAD SHX Text
HORIZONTAL BENDS/VERTICAL UP 45%%D
AutoCAD SHX Text
HORIZONTAL BENDS/VERTICAL UP 22 1/2%%D
AutoCAD SHX Text
HORIZONTAL BENDS/VERTICAL UP 11 1/4%%D
AutoCAD SHX Text
67
AutoCAD SHX Text
26
AutoCAD SHX Text
11
AutoCAD SHX Text
VERTICAL DOWN BENDS (UPPER) 45%%D
AutoCAD SHX Text
VERTICAL DOWN BENDS (UPPER) 22 1/2%%D
AutoCAD SHX Text
VERTICAL DOWN BENDS (UPPER) 11 1/4%%D
AutoCAD SHX Text
42
AutoCAD SHX Text
TEES 16x16
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
20
AutoCAD SHX Text
10
AutoCAD SHX Text
3
AutoCAD SHX Text
VERTICAL DOWN BENDS (LOWER) 45%%D
AutoCAD SHX Text
VERTICAL DOWN BENDS (LOWER) 22 1/2%%D
AutoCAD SHX Text
VERTICAL DOWN BENDS (LOWER) 11 1/4%%D
AutoCAD SHX Text
%%UTYPE 3%%U
AutoCAD SHX Text
%%UTYPE 4%%U
AutoCAD SHX Text
%%UTYPE 5%%U
AutoCAD SHX Text
SELECT BACKFILL COMPACTED TO TOP OF PIPE
AutoCAD SHX Text
BACKFILL LIGHTLY CONSOLIDATED TO TOP OF PIPE
AutoCAD SHX Text
SAND, GRAVEL OR CRUSHED STONE
AutoCAD SHX Text
COMPACTED GRANULAR OR SELECT MATERIAL TO TOP OF PIPE
AutoCAD SHX Text
COMPACTED GRANULAR MATERIAL
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/13/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
9 OF 10
AutoCAD SHX Text
ADDENDUM
AutoCAD SHX Text
STEEL SPIDERS
AutoCAD SHX Text
SLIP JOINT D.I.P. CARRIER MAIN FOR ALL EXCEPT RECLAIMED MAIN
AutoCAD SHX Text
STEEL ENCASEMENT PIPE
AutoCAD SHX Text
SLOPE TO DRAIN
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
DRAINAGE GRAVEL (10 CU. FT. STONE)
AutoCAD SHX Text
NOTES: : 1. STEEL "SPIDERS" SHALL BE USED FOR SUPPORT OF THE CARRIER PIPE WITHIN THE CASING PIPE. 2. A MINIMUM SPACING OF 2 SPIDERS PER JOINT OF CARRIER PIPE SHALL BE REQUIRED. 3. THE SPIDERS SHALL BE SPACED EVENLY ALONG THE CARRIER PIPE SUCH THAT EACH SPIDER SUPPORTS THE SAME UNIT WEIGHT OF THE CARRIER MAIN. 4. FOR CASING SIZE SEE STANDARD SPECIFICATION SECTION 05000. 5. RECLAIMED LINE SHALL BE PVC WITH RESTRAINED JOINT PIPE.
AutoCAD SHX Text
CARRIER PIPE
AutoCAD SHX Text
ENCLOSE ENDS WITH 8" BRICK MASONRY (SEAL WITH NON-SHRINK GROUT AS REQUIRED)
AutoCAD SHX Text
2" GALVANIZED VENT AT HIGH END OF CASING. VENT TO HAVE INSECT SCREEN WELDED TO END.
AutoCAD SHX Text
3/4" WEEPHOLE AT LOW POINT OF CASING
AutoCAD SHX Text
GRADE
AutoCAD SHX Text
STEEL ENCASEMENT PIPE
AutoCAD SHX Text
CONTINUOUS WELD BOTH SIDES (TYP.)
AutoCAD SHX Text
6"x 3/8" STEEL PLATE
AutoCAD SHX Text
CARRIER PIPE
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
STEEL SPIDERS
AutoCAD SHX Text
VENT TO BE USED FOR ALL STREAM CROSSINGS, NOT REQUIRED FOR TYPICAL ROADWAY BORES.
AutoCAD SHX Text
1"
AutoCAD SHX Text
3.0'
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
L
AutoCAD SHX Text
C
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
6"
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
TOP 1' MINIMUM ABOVE GRADE
AutoCAD SHX Text
FRAME & COVER CAST IN CONCRETE
AutoCAD SHX Text
4'-0" DIA. PRECAST CONC. MANHOLE SECTION
AutoCAD SHX Text
AIR VALVE A.R.I. D-025 SERIES
AutoCAD SHX Text
2" NYLON BALL VALVE FIPT X FIPT
AutoCAD SHX Text
4"x4" HDPE TEE W/FLANGED ADAPTOR AND 4" PLUG TAPPED 2"
AutoCAD SHX Text
MANHOLE STEPS AT 1'-4" O.C.
AutoCAD SHX Text
FORCE MAIN
AutoCAD SHX Text
CRUSHED STONE
AutoCAD SHX Text
STAINLESS STEEL PIPE, TYP
AutoCAD SHX Text
6"
AutoCAD SHX Text
PAVEMENT EDGE
AutoCAD SHX Text
3/4" PLYWOOD
AutoCAD SHX Text
PROPOSED 8' WIDE X 8' LONG X 6' DEEP BORE ENTRY PIT
AutoCAD SHX Text
FORCE MAIN
AutoCAD SHX Text
MECHANICAL SHORING JACKS
AutoCAD SHX Text
3/4" PLYWOOD
AutoCAD SHX Text
4'
AutoCAD SHX Text
5'
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
PIPE CASING
Page 164: PROPOSAL CONTRACT AND SPECIFICATIONS...August 2019 REQUEST FOR PROPOSALS CONTRACT, PLANS AND SPECIFICATIONS FOR CONSTRUCTING SEWER COLLECTION EXPANSIONS FOR THE BOARD OF WATER, LIGHT

STANDARD MANHOLE FOR SEWERS STANDARD PRECAST MANHOLE TYPICAL FORCE MAIN TIE-IN TO EXISTING SANITARY MANHOLE

D A

L T

O N

U

T I

L I

T I

E S

10

HA

MM

ON

D C

RE

EK

MID

DL

E S

CH

OO

L S

EW

ER

EX

PA

NS

ION

PR

OJE

CT

PL

EA

SA

NT

GR

OV

E D

R.

SE

WE

R M

AN

HO

LE

DE

TA

ILS

GSWCC CERTIFICATION NO. 71059

SEWER MANHOLE DETAILS

AutoCAD SHX Text
NOTE: FLEXIBLE BUTYL RUBBER SEALANT EQUAL TO CONCEAL TYPE CS-302 SHALL BE USED TO: SEAL CASTING TO MANHOLE,TO SEAL ADJUSTING RINGS TOGETHER AND TO RISERS, AND TO SEAL MANHOLE RISER JOINT. THE SEALANT MUST BE APPLIED TO THE OUTSIDE AND INSIDE HORIZONTAL PORTION OF EACH MANHOLE JOINT.
AutoCAD SHX Text
A DIMENSION
AutoCAD SHX Text
SEWER SIZE
AutoCAD SHX Text
24"
AutoCAD SHX Text
8" & 10"
AutoCAD SHX Text
30"
AutoCAD SHX Text
12" & 15"
AutoCAD SHX Text
38"
AutoCAD SHX Text
18"
AutoCAD SHX Text
B DIMENSION
AutoCAD SHX Text
SEWER SIZE
AutoCAD SHX Text
PIPE ID + 2"
AutoCAD SHX Text
8",10"&12"
AutoCAD SHX Text
1/2 PIPE ID + 2"
AutoCAD SHX Text
15" & LARGER
AutoCAD SHX Text
MANHOLE FRAME & LID, SEE CCWRD STANDARD DWGS. S1.6, S1.7 OR S1.8
AutoCAD SHX Text
GRADE RINGS (2 MAX.) (12" MAXIMUM HEIGHT)
AutoCAD SHX Text
4-3/4" EXP. ANCHORSON 34" B.C. @ 90°
AutoCAD SHX Text
MANHOLE STEPS 16" O.C.
AutoCAD SHX Text
O-RING GASKET ASTM C-443
AutoCAD SHX Text
BOTTOM CHANNEL FILL 2000 PSI CONCRETE
AutoCAD SHX Text
KOR-N-SEAL 1 ASSEMBLY OR EQUAL
AutoCAD SHX Text
6" AGGREGATE BASE #57 STONE
AutoCAD SHX Text
UNDISTURBED EARTH
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
PLASTIC BUTYL SEALANT, TYP.
AutoCAD SHX Text
MANHOLE STEPS AT 14" TO 16"
AutoCAD SHX Text
INVERT TO BE POURED IN A MONOLITHIC POUR USING CLASS "A" CONCRETE
AutoCAD SHX Text
TUB BOTTOM MANHOLE
AutoCAD SHX Text
CRUSHED STONE
AutoCAD SHX Text
PAVEMENT
AutoCAD SHX Text
CAST IRON FRAME AND COVER
AutoCAD SHX Text
FINISHED GRADE UNLESS OTHERWISE STATED ON PLANS
AutoCAD SHX Text
PRECAST CONCRETE RINGS
AutoCAD SHX Text
PRECAST BASE SHALL BE ASTM C-478
AutoCAD SHX Text
UNDISTURBED EARTH
AutoCAD SHX Text
NOTES: 1. CORE-DRILL EXISTING MANHOLE WALL FOR NEW FM INSERTION. FILL ANNULAR SPACE AROUND PIPE WITH NON-SHRINK GROUT. FINISHED NEW PIPE ENTRANCE TO BE WATERTIGHT. 2. PIPE ENTERING MANHOLE WALL SHALL BE SCH80 PVC (UP TO 3") OR C900 DR18 PVC (4" OR GREATER).
AutoCAD SHX Text
N.T.S.
AutoCAD SHX Text
EXISTING OUTLET
AutoCAD SHX Text
MASTIC JOINT
AutoCAD SHX Text
EXISTING SANITARY SEWER MANHOLE
AutoCAD SHX Text
NEW PVC FORCE MAIN
AutoCAD SHX Text
NEW GASKET
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
08/13/2019
AutoCAD SHX Text
E N G I N E E R I N G S E R V I C E S
AutoCAD SHX Text
D A L T O N, G A 3 0 7 2 1
AutoCAD SHX Text
1200 V D PARROTT JR PKWY
AutoCAD SHX Text
(706) 278-1313
AutoCAD SHX Text
DESIGNED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DRAWN:
AutoCAD SHX Text
OR
AutoCAD SHX Text
APPROVED:
AutoCAD SHX Text
CDM
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
SHEET NO.
AutoCAD SHX Text
10 OF 10
AutoCAD SHX Text
ADDENDUM