HomeMy WebLinkAbout1.0 General & Construction Specs for SubdivisionJEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
201 CENTENNIAL, SURE 3060
P.O. BOX 1458
CILFNWOOD SPRINGS, COLORADO 81602-1458
PHONE: (303) 945-2550 FAX (303) 945-1410
CONTRACT DOCUMENTS
AND
GENERAL AND CONSTRUCTION SPECIFICATIONS
FOR THE
LAZY DIAMOND A SUBDIVISION
21 January 1992
Prepared by
Jerome Gamba and Associates, Inc.
Consulting Engineers and Land Surveyors
Jerome F. Gamba, P.E. & L.S. 5933
LAZY DIAMOND A SUBDIVISION
INDEX TO DOCUMENTS
Invitation to bid 1 page
Instructions To Bidders Instructions 1 through Instructions 8
Bid Form Bid page 1, Bid Schedule 1-A to 1-D through Bid page 6
Agreement pages 1 through 9
Notice of Award 1 page
Notice to proceed 1 page
General Conditions Table of Contents pages i, ii, and iii
General Conditions pages 1 through 58
CONSTRUCTION SPECIFICATIONS
Special Conditions Special 1 through Special 9
Water Pipeline Construction W-1 through W-8
Disinfection of Water Line DWL-1
AWWA STANDARDS C651-86 Index and 12 pages
Hydrostatic testing HT -1 and HT -2
Service Connections W SERVICE 1 through W SERVICE 3
Portland Cement Concrete PCC -1 through PCC -4
Chlorinator System CHL -1 and CHL -2
Excavation E-1 through E-4
Earthfill F-1 through F-5
Corrugated Metal Pipe Conduits CMP -1 and CMP -2
Record Drawings RD -1 & RD -2
Restoration of Grounds RG -1
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS Sc LAND SURVEYORS
INVITATION TO BID
You are invited to submit a bid for the work of the LAZY DIAMOND A
SUBDIVISION as outlined herein.
Sealed proposals will be received and opened publicly by Jerome
Gamba and Associates, Inc., Consulting Engineers at their offices
at 800 Colorado Avenue, Glenwood Springs, Colorado at 2:00 P.M. on
Monday the 10th day of February, 1992, for the furnishing of all
labor, materials and equipment necessary for the complete
construction of the work called for in the plans and specifications
for the LAZY DIAMOND A SUBDIVISION.
Final award of the bid is contingent upon final approval of the
subdivision plat by Garfield County. It is anticipated that this
approval will occur within a period of 90 days after the bid
opening. The successful bidder will enter into a contract with the
OWNER, and developer of the Lazy Diamond A Subdivision, Mr. Larry
Axthelm for the work specified in these documents.
Bid bonds and performance, payment and warranty bonds are not being
required for this work. The contractor will be required to submit
specified certificates of insurance before a notice to proceed is
issued for the work.
The work consists of the construction of the subdivision
improvements for the Lazy Diamond A Subdivision including the
following:
a) A domestic water system comprising 3,300 lineal feet of 6 -inch
ductile iron pipe main transmission system, 2,500 lineal feet of
3 -inch spring water pipeline, pump station discharge piping,
service connection piping, a pump and chlorination station, and a
site and foundation for a 70,000 gallon water tank. (Tank to be
constructed by others).
b) The grading of approximately 1,400 lineal feet of subdivision
roads and the stabilization of the driving surfaces with gravel.
c) The excavation and placement of earthwork for the construction
of an augmentation pond to contain approximately 5 acre feet of
water. This work includes the construction of the pond outlet
works.
A pre-bid conference and site visit can be arranged by calling the
Engineers at 303-945-2550.
The OWNER reserves the right to reject any or all proposals or
accept what is in his best judgment, the best bid. The proposal
must be placed in an envelope, securely sealed therein and labeled:
LAZY DIAMOND A SUBDIVISION, FOR BID OPENING ON MONDAY, 10 FEBRUARY
1992 2:00 P.M. Bids may be submitted by mail with the bid envelope
placed in another envelope and addressed to Jerome Gamba and
Associates, Inc., P. 0. Box 1458 Glenwood Springs, Colorado, 81602.
Federal Express, etc., should be sent to the street address of 800
Colorado Ave., Glenwood Springs, Colorado 81601.
JEROME GAMBA Sc ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
LAZY DIAMOND A SUBDIVISION
ADDENDUM NUMBER 2
DATE: 3 February 1992
Item 1.
INVITATION TO BID shall be changed to read that the bid opening
will be at 2:00 P.M. on Friday the 14th day of February 1992 --
Item 2.
Construction Specifications -Special Conditions ---
Section 8)d), This section shall be replaced with the following
paragraphs:
A pressure sensing level transmitter shall be installed at the
water storage tank at the location shown on Sheet 6 of the plans.
This transmitter shall be a TOBAR MODEL 75 PG1 which shall
accurately detect the water level in the storage tank and shall
transmit this information to a RED LION DIGITAL INDICATOR located
at the pump station. The system shall be designed for a tank
level range from 0 to 25 feet and for installation at a point 6
feet below the level of the bottom of the tank. The digital
indicator shall have adjustable START and STOP points for the lead
DUMP and an adjustable LOW LEVEL ALARM point to cause the alarm
light to light. This system shall be provided with 24 volt
electrical service at the pump station. The equipment supplier
for the above noted instruments is Utility Control & Equipment
Corp., 6300 Joyce Drive, Golden, Colorado 80403-7699, 425-1990.
The pump controls shall cause the alarm light to light in the
event that the lead pump fails to start.
The level transmitter shall be attached to and sense the pressure
in the tank drain pipeline on the tank side of the drain valve,
and shall be installed at the same elevation as the tank drain
pipeline. An isolation valve shall be installed in the piping to
the transmitter from the tank drain pipeline. The transmitter and
piping therefore shall be housed in a 48 inch I.D. precast
concrete manhole vault structure with a cone top and a manhole
ring and cover. The bottom of the manhole shall be open and the
manhole shall placed on a 6 inch layer of Class 6 gravel. The top
of the manhole shall be 6 inches above the finished grade at the
tank site.
JEROME GAMBA & ASSOCIATES, INC.
CONSUUING ENGINEERS & LAND SURVEYORS
LAZY DIAMOND A SUBDIVISION
ADDENDUM NUMBER 1
DATE: 28 January 1992
Construction Specifications -Special Conditions ---
Section 8)a), The following sentence shall be added to the second
paragraph: "A red alarm light, mounted on the pump control
building, adjacent to the door, shall be lighted when a signal is
received from the storage tank that a predetermined low level has
been reached. The alarm light shall be contained in a water tight
fixture with a red lens."
Section 8)c), first sentence, shall be changed to read: "The tank
to pump signal wire system shall be and 18-4, shielded wire
designed for direct bury, underground service. Specifications of
the manufacture shall be submitted to the engineer for approval
prior to purchase."
Section 10) References to illustrations of details of POINT A
shall be deleted, and the following paragraph shall be added:
"The exact nature of the Greenwald and Axthelm pipelines as they
enter the property on the east side of Fourmile road is unknown.
It is believed that the Axthelm pipeline is 1.5 inch iron pipe and
the Greenwald pipeline is 3 inch iron pipe. The contractor and
the engineer will jointly determine the materials and methods to
be used to make the temporary and permanent connections at POINT
A after the above noted pipes have been exposed. The contractor
will be paid for the work of these connections at the hourly rate
bid for the work of addended Bid item number 9, plus the actual
cost of materials plus 10% of the actual cost of the materials."
BID SCHEDULE, PAGE 1-B ITEM 9, shall be changed to read:
"construct connections to spring pipelines at POINT A to include
equipment and labor only. Contractor to receive payment for
materials (valves and fittings) at cost plus 10%"
UNIT = hour, AMOUNT = 10 hr.
BID SCHEDULE, PAGE 1-C ITEM 14, shall be changed to read:
"construct 18-4, shielded, tank to pump station signal wire."
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
INSTRUCTIONS TO BIDDERS (2)
ENGINEER
Jerome Gamba & Associates, Inc.
201 Centennial Suite 306D
P.O. Box 1458
Glenwood Springs, CO 81602
OWNER
Larry Axthelm
4264 County Road 117
Glenwood Springs,
CO 81601
PART 1. DEFINED TERMS.
1.01 Terms used in these Instructions to Bidders which are
defined in the General Conditions have the meanings
assigned to them in the General Conditions. The term
"Successful Bidder" means the lowest, qualified,
responsible Bidder to whom Owner (on the basis of Owner's
evaluation as hereinafter provided) makes an award.
PART 2. COPIES OF CONTRACT DOCUMENTS.
2.01 Complete copies of the Drawings and Project Specifica-
tions for use in preparing bids may be obtained from the
Engineer, mailing address: Jerome Gamba & Associates,
Inc., P.O. Box 1458, Glenwood Springs, CO 81602, for the
deposit sum listed in the Invitation to Bid. All
deposits for bidding documents are non-refundable.
2.02 Complete sets of Bidding Documents shall be used in
preparing Bids; neither Owner nor Engineer assume any
responsibility for errors or misinterpretations resulting
from the use of incomplete sets of Bidding Documents.
Complete sets of Bidding Documents shall be submitted
with the bid.
2.03 Owner and Engineer in making copies of Bidding Documents
available on the above terms do so only for the purpose
of obtaining Bids on the work and do not confer a license
or grant for any other use.
PART 3. QUALIFICATIONS OF BIDDERS.
3.01 Each Bidder must be prepared to submit written evidence
of his qualifications to perform the Work as set forth in
Part 17 of this Instructions to Bidders. Bidders may be
required to submit evidence that they have a practical
knowledge of the particular Work bid upon, and that they
have the financial resources to complete the proposed
Work.
3.02 Each Bid must contain evidence of Bidder's qualification
to do business in the State of Colorado.
Instructions 1
PART 4. EXAMINATION OF CONTRACT DOCUMENTS AT SITE.
4.01 Before submitting a Bid, each Bidder is advised to (a)
examine the contract Documents thoroughly; (b) visit the
site to familiarize himself with local conditions that
may in any manner affect cost, progress or performance of
the work; (c) familiarize himself with Federal, State,
and local laws, ordinances, rules, and regulations that
may in any manner affect cost, progress, or performance
of the work; (d) study and carefully correlate Bidder's
observations with the Contract Documents; and (e) attend
the pre-bid conference and site visitation described in
Part 6 herein.
4.02 On sufficient advance request Owner will provide each
Bidder access to the site to conduct such investigations
and tests as each Bidder deems necessary for• submission
of his Bid.
4.03 The lands upon which the work is to be performed,
rights-of-way for access thereto and other lands
designated for use by Contractor in performing the work
are identified in the Supplementary Conditions or the
Drawings.
4.04 Access to the site may be arranged through the Owner by
contacting Jerome Gamba & Associates, Inc., Telephone
303-945-2550. Site access will be limited to normal
working hours and to pre -arranged times.
4.06 The submission of a Bid will constitute an incontro-
vertible representation by the Bidder that he has
complied with every requirement of this Article 4 and
that the Contract Documents are sufficient in scope and
detail to indicate and convey understanding of all terms
and conditions for performance of the work.
PART 5. INTERPRETATIONS.
5.01 All questions about the meaning or intent of the Contract
Documents are to be submitted to Engineer• in writing.
Replies will be issued only by Addenda. Questions
received less then five (5) days prior to the date of
opening of Bids will not be answered. Only answers to
questions answered by formal written Addenda will be
binding. Oral and other interpretations or
clarifications will be without legal effect. Addenda
will be mailed or delivered to all parties recorded by
Engineer as having received the Bidding Documents. No
Addenda will be issued later than four (4) days prior to
the date for receipt of Bids except an Addendum, if
necessary, postponing the date for receipt of Bids or
withdrawing the request for Bids.
5.02 All Addenda to the Contract Documents must be properly
acknowledged in the space provided on the Bid Form.
Instructions 2
PART 6. PRE-BID CONFERENCE.
6.01 A pre-bid conference will be held at the time and place
indicated in the Invitation to Bid. The representatives
of Owner and Engineer will be present to answer
questions. Any questions which, in the opinion of the
Engineer, cannot be answered by direct reference to the
Bidding Documents will be answered by formal written
Addenda as outlined above under Interpretations.
The pre-bid conference will include a tour of the site of
the work, conducted by representatives of Owner and
Engineer. All interested parties are invited to attend.
All contractors who wish to bid as general contractors
are encouraged to be present at the pre-bid conference.
PART 7. BASIS OF BIDS.
7.01 The Bidder shall submit bids for all alternates, if any,
listed on the Bid Form.
PART 8. BID SECURITY.
8.01 Bid Security shall be made payable to Owner, in an amount
of ten percent (10%) of the Bidder's maximum Bid Price,
including alternates, if any, and in the form of a
Cashier's Check or a Bid Bond on form attached issued by
a surety meeting the requirements of the General
Conditions.
8.02 The Bid Security of the three lowest Bidders will be
retained until such Bidder has executed the Agreement and
furnished the required Contract Security, whereupon they
will be returned; if the Successful Bidder fails to
execute and deliver the Agreement and furnish the
required Contract Security within ten (10) days of the
Notice of Award, Owner may annul the Notice of Award and
the Bid Security of that Bidder will be forfeited. The
Bid Security of any Bidder whom Owner believes to have a
reasonable chance of receiving the award may be retained
by Owner until the earlier of the seventh day after the
"effective date of Agreement" (which term is defined in
the General Conditions) or the thirty-first day after the
Bid opening. Bid Security of other Bidders will be
returned within seven (7) days of the Contract award.
PART 9. CONTRACT TIME.
9.01 The number of days within which, or the date by which the
work is to be completed (the Contract Time) is set forth
in the Bid Form and will be included in the Agreement.
PART 10. LIQUIDATED DAMAGES.
10.01 Provisions for liquidated damages, are set forth in the
Agreement.
Instructions 3
PART II. SUBSTITUTE MATERIAL AND EQUIPMENT.
11.01 The Contract for materials and equipment, if awarded,
will be on the basis of material and equipment described
in the Drawings or specified in the Specifications
without consideration of possible substitute or
"or -equal" items. Whenever it is indicated in the
Drawings or specified in the Specifications that a
substitute or "or -equal" item of material or equipment
may be furnished or used by Contractor and is acceptable
to Engineer, application for such acceptance will not be
considered by Engineer until after the "effective date of
the Agreement". The procedure for submittal of any such
application by Contractor and consideration by Engineer
is set forth in the General Conditions which are
supplemented in the Supplemental Conditions.
PART 12. SUBCONTRACTORS.
12.01 The }$id Form requires the identity of certain Subcon-
tractors and other persons and organizations to be
submitted as part of the Bid. The apparent Successful
Bidder, and any other Bidder so requested, will within
seven (7) days after the date of the Bid opening submit
to Owner an experience statement with pertinent
information as to similar projects and other evidence of
qualification for each such Subcontractor, person and
organization if requested by Owner. If Owner or Engineer
after due investigation has reasonable objection to any
proposed Subcontractor, other person or organization,
either may (before giving the Notice of Award) request
the apparent Successful Bidder to submit an acceptable
substitute without an increase in Bid Price. If the
apparent Successful Bidder declines to make any
substitution, the contract shall not be awarded to such
Bidder, but his declining to make any such substitution
will not constitute grounds for sacrificing his Bid
Security. Any Subcontractor, other person or
organization so listed and to whom Owner or Engineer does
not make written objection prior to the giving of the
Notice of Award will be deemed acceptable to Owner and
Engineer.
PART 13. BID FORM.
13.01 One copy of the Bid Form is included herewith; additional
copies may be obtained from Engineer.
13.02 Bid Forms must be completed in ink or by typewriter. The
Bid Price of each item on the form must be stated ir,
words and numerals; in case of a conflict, words will
take precedence.
Instructions 4
13.03 Bids by corporations must be executed in the corporate
name by the president or a vice-president (or other
corporate officer accompanied by evidence of authority to
sign) and the corporate seal must be affixed and attested
by the secretary or an assistant secretary. The
corporate address and state of incorporation shall be
shown below the signature.
13.04 Bids by partnerships must be executed ir, the partnership
name and signed by a partner, whose title must appear
under the signature and the official address of the
partnership must be shown below the signature.
13.05 Bids by joint ventures shall be signed by each partici-
pant in the joint venture or• by an authorized agent of
each participant.
13.06 The names of all persons signing must also be legibly
printed or typed below the signature. A bid by a person
who affixes to his signature the word "president",
"secretaryTM, "agent" or other designation without
disclosing his principal may be held to be the Bid of the
individual signing. Evidence of the authority of the
person signing shall be furnished.
13.07 The full name of each person or company interested in the
Bid shall be listed in the Bid Form.
13.08 The Bid shall contain an acknowledgement of receipt of
all Addenda the numbers of which shall be inserted on the
Bid Form.
13. 09 No alterations in Bids, or in the printed forms therefor,
by erasures, interpolations, or otherwise will be
acceptable unless each such alteration is signed or
initialed by the Bidder; if initialed, Owner• may require
the Bidder to identify any alteration so initialed. No
alteration in any Bid, or in the form on which it is
submitted, shall be made after the Bid has been
submitted.
13. 10 The address to which communications regarding the Bid are
to be directed must be shown.
PART 14. SUBCONTRACTOR LISTING.
14.01 Each Bidder shall list on the form provided, the name and
the address of each subcontractor who will perform work
or labor, or render service to the Bidder in or about the
work, or a licensed subcontractor who, under subcontract
to the Bidder, specially fabricates and installs a
portion of the work, in an amount in excess of
$10,000.00, and the portion of the work which will be
performed by the subcontractor.
Instructions
5
PART 15. EQUIPMENT SUPPLIER LISTING.
15.01 Each Uidder shall list on the form provided the name of
the manufacturers or suppliers of the items of equipment
and -.stems which he proposes to furnish. Upon the award
of a ,.:ontract, the named equipment shall be furnished.
Subsi.itutione will be permitted only if named equipment
does not meet the specifications or the manufacturer is
unable to meet delivery requirements of the construction
schedule.
15.02 Preliminary acceptance of equipment listed by menu-
factuier's name shall not in any way constitute a waiver
of the specifications covering such equipment; final
acceptance will be based on full conformity with the
specifications covering the equipment.
15.03 Failure to furnish all information requested may be cause
for ,ejection of the Bids.
PART 16. SUBMISSION OF BIDS.
16.01 Bide shall be submitted et the time and place indicated
in the Invitation to Bid and shall be included in an
opaque, sealed envelope addressed to Owner and identified
on the outside with the Bidder's name and address and
with the wordr "Bid for: " Lazy Diamond A Subdivision.
16.02 Each Bid shall be accompanied by the Bid Security and
other required documents.
16.03 If the Bid is sent by mail, the sealed envelope shall be
enclosed in a separate mailing envelope with the notation
"BID ENCLOSED" on the face thereof.
16.04 Bids shall be deposited in the designated location prior
to the time and date for receipt of Bids indicated in the
Invitation to Bid, or the modified time and date
indicated by addendum. Bids received after the time and
date for receipt of Bids will be returned unopened.
Bidder shall assume full responsibility for timely
delivery at the location designated for receipt of Bids.
16.05 Oral, telephone, or telegraph Bide are invalid and will
not receive consideration. No Bidder may submit more
than one Bid. Multiple Bids under different names will
not be accepted from one firm or association.
Instructions 6
PART 17. POST BID/PRE AWARD SUBMITTALS.
17.01 To be considered further in evaluation, the three low
bidders must submit the following information on the day
following the Bid opening by 10:00 a.m.:
A. List of a minimum of three recent similar projects
the Contractor has performed.
B. List of Project Managers and Superintendents to be
used on this project for the General Contractor and
all major Subcontractors.
C. Names and telephone numbers of a minimum of three
references on similar work for the General
Contractor and all major Subcontractors.
17.02 Hand deliver the above information to Engineer.
17.03 The above information must be available at the time and
place indicated to be considered in further evaluation,
and therefore, all Bidders are recommended to compile
this data prior to the Bid letting to avoid defaulting.
PART 18. MODIFICATION AND WITHDRAWAL OF BIDS.
18.01 Bids submitted early may be modified or withdrawn by
notice to the party receiving Bids at the place and prior
to the time designated for receipt of Bids. Such notice
shall be in writing over the signature of the Bidder or
be by telegram; if by telegram, written confirmation over
the signature of the Bidder must have been mailed and
postmarked on or before the date and time set for receipt
of Bids; the notice shall be so worded as not to reveal
the amount of original or modified Bid Price. Bids may
also be modified or withdrawn in person by the Bidder or
an authorized representative provided he car, prove his
identity and authority. Withdrawn Bids may be
resubmitted up to the time designated for the receipt of
Bids provided that they are then fully in conformance
with these Instructions to Bidders.
PART 19. OPENING OF BIDS.
19.01 Bids will be opened publicly and reed aloud.
PART 20 BIDS TO REMAIN OPEN.
20.01 All Bids shall remain open for sixty (60) days after the
date of the Bid opening, but Owner may, in his sole
discretion, release any Bid and return the Bid Security
prior to that date.
Instructions 7
PART 21. AWARD OF CONTRACT.
21.01 Owner reserves the right to reject any and all Bids, to
waive any and all informalities and to negotiate contract
terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive or conditional
Bids. Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be
resolved in favor of the correct sum.
21.02 In evaluating Bids, owner shall consider the qualifica-
tions of the Bidders, whether or not the Bids comply with
the prescribed requirements and alternates (if any are
accepted) in the order in which they are listed on the
Bid Form but Owner may accept them in any order or
combination.
21.03 Owner may consider the qualifications and experience of
Subcontractors and other persons and organizations
(including those who are to furnish the principal items
of material or equipment) proposed for those portions of
the work as to which the identity of Subcontractors and
other persons and organizations must be submitted as
provided in the Bid Form. Operating costs, maintenance
considerations, performance data and guarantees of
materials and equipment may also be considered by Owner.
21.04 Owner may conduct such investigations as he deems
necessary to assist in the evaluation of any Bid and to
establish the responsibility, qualifications and
financial ability of the Bidders, proposed Subcontractors
and other persons and organizations to do the work in
accordance with the Contract Documents to Owner's
satisfaction within the prescribed time.
21.05 Owner reserves the right to reject the Bid of any Bidder
who does not pass any such evaluation to Owner's
satisfaction within the prescribed time.
21.06 If the Contract is to be awarded, Owner will give the
Successful Bidder a Notice of Award within sixty (60)
days after the day of the Bid opening.
construc\instru-e.bid
Instructions 8
CHANGE ORDER
ORDER NUMBER: ONE
DATE: /D A- e4 - 1y
AGREEMENT DATE:
PROJECT NAME: LAZY DIAMOND A SUBDIVISION
OWNER: LARRY AXTHELM
CONTRACTOR: M & M CONSTRUCTION CO., INC.
The following changes are hereby made to the CONTRACT DOCUMENTS:
The following work as added to the contract:
1. Gas Line --dig and backfill a 20" deep ditch, not to include any
imported bedding or mechanical compaction of ditch --2,200 1.f. @
$2.25/1.f. = $4,950.
2. Electric line --dig and backfill a 48" deep ditch; install
conduit furnished by utility compant; gravel the county road
crossing. Does not include imported bedding nor mechanical
compaction. 4,200 1.f. @ $3.60= $$15,120.
3. Electric vaults --dig and set electric vaults; vaults to be
furnished by utility company. 3 each @ $250 = $750.
4. Electric conduit road crossings --furnish and install 50 l.f. of
4" conduit across road for future utility crossings. 8 each @
$350 = $2,800.
Note: The design of the utility systems may change slightly which
might result in quantity differences. Actual quantities will be
measured and paid for at the unit prices noted herein.
Original contract price: $216,335.50
Current contract price after adjustment from previous
change orders: $216,335.50
The contract price will be increased
due to this change order in the amount of: $ 23,620.00
The new contract price including this change order
will be: $239,955.50
PAGE ONE
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
CHANGE ORDER # ONE LAZY DIAMOND A SUBDIVISION PAGE 2
The contract time will be (increased) (decreased) by none
calendar days by this change order.
The date for completion of all work will be
Recommended by: Jerome Gamba, Engineer
Approved by: Larry Axthelm, Owner
Accepted by: M & M Construction, Inc.
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
TO: OWNER:
LARRY AXTHELM
4264 COUNTY ROAD 117
GLENWOOD SPRINGS, CO
BID FORM (3)
PROJECT:
LAZY DIAMOND A SUBDIVISION
BID SUBMITTED BY:
M -" G (2
Contractor Name
72-01 1-1w7 PZ -
Address yr( -PK 14-C, 0 of
C-047 57-0../r/
3- 2-2-
5/e",S/e",,a 7.f C /l7
7/73
Telephone #I
`1 7/73
Fax #
on
THE UNDERSIGNED BIDDER, having familiarized himself with the
work required by the Contract Documents, the site where the work is
to be performed, local labor conditions and all laws, regulations
and other factors affecting performance of the work, and having
satisfied himself of the expense and difficulties attending
performance of the work,
HEREBY PROPOSES and agrees, if this Bid is accepted, to enter
into Agreement in the form attached to perform all work, including
the assumption of all obligations, duties and responsibilities
necessary to the successful completion of the Agreement and the
furnishing of tools, equipment, supplies, transportation,
facilities, labor, superintendence and services required to perform
the work; and insurance and submittals; and at Owners option, the
furnishing of all materials and equipment required to be
incorporated in and form a permanent part of the work; all as
indicated or specified in the Contract Documents to be performed or
furnished by Contractor in accordance with the bid prices on the
following bid schedule.
Note: Following bid schedule pages shall be numbered 1-A, 1-B, 1-C
as necessary.
Bid Page 1
LAZY DIAMOND A SUBDIVISION
BID SCHEDULE
PAGE 1-A
NO.1 ITEM DESCRIPTION 1 UNIT I UNIT PRICEI AMOUNTITOTAL PRICE
- I ( construct 6 -inch 6" sr l 1 1 I
,P-4. 5,.4')
1
ductile iron pipe 01 lineal 1-0.1A- 3,30047 ---..)including bends bces< foot nor i.,‘, ././ 1.f. 5 0 / 6 0
and fittings.. 4-1 5 2._2mo in Porn' brddiiL
2 construct 3 -inch
Class 160 PVC pipe lineal
for spring water foot
collection and 3
overflow including
bends, fittings &
connections to wetwell
,v o l n Po iP r! a' 13. J Ii , G,
3 construct 2 -inch lineal
Schedule 40 PVC pipe foot
for Axthelm outlot
and Greenwald supply
including bends,
fittings, valve &
connection to 6" wipe.
lv 0 I ri ever,'d 0-4.
670
2,500
1.f.
oo
q s00
9
7r
650
1.f.
6 337
4 construct 3 -inch
Schedule 40 PVC pipe lineal
from chlorine contact foot
chamber to 6 -inch
water main,
!W ✓leddi'1'
5 construct 6 -inch
gate valves, complete each
with valve boxes.
(not including fire
hydrant isolation
valves).
IJ 90
345
1.f.
D
3�0.
5 each
e7�
6 construct fire.
hydrant complete each
with Tee, valve
and pipe.
4 each
So
7 construct service 3 c—
connections to each
lots 1, 2, 3, & 4 (3' J us
to curb boxes on )/,
north side of road D.,r:ia i4,.. sod6Ic.s
/I td.'r.1 nor 1.7 cf.
4 each
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS do LAND SURVEYORS
LAZY
NO.1 ITEM DESCRIPTION I
---I I
8 construct 1-1/2 inch
Schedule 40 PVC
service pipe from
curb box on lot 1
to existing house
service of Axthelm
house.
DIAMOND A SUBDIVISION
BID SCHEDULE
PAGE 1-B
UNIT 1 UNIT PRICEI AMOUNTITOTAL PRICE
1 I I
lineal
feet
300
1.f.
9 construct temporary
and permanent
connections to spring
pipelines at POINT A,
�triitp uli
:mar / 2 5-
1-InNi(
lump
sum
1 25-0
10 construct connection lump
to Greenwald pipeline sum
at POINT B, including
all valves, fittings,
and vault.
lump_
Oe, sum
/2o0
11 construct pump station -
chlorinator building
structure, complete
with foundation
and 60 -inch d .ameter
precast wetwell.
sump �
sum 6�/ 00
lump
sum
6 00
12 construct mechanical,
electrical and lump o' lump
operational controls sum / q 000 sum / 9, 000
in pump station -
chlorinator building
including all piping in
station and connection to
chlorine contact chamber,
valves, fittings, pumps, fan,
heaters, chlorinator, meter,
bottle scales, diaphragm
tank, electrical and
control panels and all
elements for complete
operation and control
of pumps and chlorinator
00
ov
JEROME GAMBA & ASSOCIATES, INC.
CONSU111NG ENGINEERS & LAND SURVEYORS •
LAZY DIAMOND A SUBDIVISION
BID SCHEDULE
NO.1 ITEM DESCRIPTION
13 construct 16 -inch
ductile iron pipe
chlorine contact
chamber, complete
with end closures
and thrust blocks
PAGE 1-C
UNIT 1 UNIT PRICEI
1
lineal
foot
39
0U
AMOUNTITOTAL PRICE
I I
80
1.f.
3 / L °=
14 construct 18/
tank to pump sta. lineal
signal wire foot
3 -
O
1300
1.f.
15 construct tank level
transducer complete lump
with pipe, fittings sum
and vault.
eY
3/ C5
lump_
sum
00
16 construct tank site cubic
earthwork for tank yards
base and access
road COMMON EXCAVATION
645
c.y.
C 772 -
17 construct tank site cubic
earthwork for tank yards
base and access
road ROCK EXCAVATION
v
25-
100
c.y.
So
a
2- 5
18 construct tank
foundation
comprising 34.2 Tons
Class 6 aggregate
and 5.8 Tons Type I
sand.
tons
32- 40.0
00
ezt a tons
USL
1 Ld°O
19 construct earthwork
for augmentation
pond.
cubic
yards
3
r
4,480
c.y.
l6 3 5 -2 -
20 construct outlet
works complete for
augmentation pond
including pipe,
valves, fittings,
parshall flume &
concrete work.
lump
sum
lump
sum
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
7"4
No_jITEM DESCRIPTION 1 UNIT 1 UNIT PRICE' AMOUNTITOTAL PRICE
1 1
LAZY DIAMOND A SUBDIVISION
BID SCHEDULE
PAGE 1-D
21 construct subdlivision
road subsurfa a square
grading. yards
11,150 7 1 7 7
s.y.
so
22 construct Cla
sub -base gray
roads
1 tons
l on
(57`1c-
Lir
57yc-
2,540
tons
'122) L 3
23 construct Cla
base course g
on roads
s 6
avel
tons
ys^
2,450
tons L fl, 70 Z
—
24 construct 30 -inch lineal
C.M.P. culvert foot
drainage pipe.
moo
40 0=
1.f. 72-0
25 construct 24 -inch lineal
C.M.P. culvert foot
drainage pipet
80
1.f.
ov
/ 2 y 0 —
26 construct 18- nch lineal
C.M.P. culvert foot
drainage pipet
/300
80 oti
1.f. / 090
TOTAL AMOUNT OF $ID
words j-wo itaadrr si,rr�t�
Note s
9.
l 1.-e ei 1
Fy
o„ 7 ray
040
numbers 2 1 6, 3 3 S • sb
7.4,0(e)4, oj,r4{ tiwzav-•d 40-1„11.7
dollars
d�cr 0— 6Oer Ton l F 3 f?o 0
Oa Se
cP9
can d� a Se di
ij cal- 4 V✓ carer -
or
We f; 1
1.-Pn Lo bor
OP-er o 7=-tt
a S G(aJ1
7- ru Lk- O 7 Th -4
G0'"1 yoa'cr c9 ✓7 u
d
ah 0574-Ii9- apptuY?
e-er- all 1 -r -e t <-4.7
JEROME GAMBA & ASSOCIATES, INC.
CANOEING ENGINEERS do LAND SURVEYORS
The undersigned Bidder agrees to enter into Agreement within
ten (10) days after acceptance of this Bid, and further agrees to
complete all work covered by the Bid, in accordance with specified
requirements and in accordance with the following schedule (bidder
to enter number of calendar days after award of contract for all of
the following):
1. Substantial completion (Ready
dy for
he i 0.r c, T-2 days
s
Punchlist):
2. Punchlist completed: ?'c b e V) e y or/ uT-e 1 days
Liquidated Damagee. Owner and Contractor recognize that time
is of the essence of this Agreement and that Owner leted suffer
r
financial loss if the work not sextensionslther�eaf allowed in
the time specified above, plus eny
accordance with the General Conditions. They also recognize the
delays, expense and difficulties involved in proving, the Owner or
a legal or
arbitration proceeding, the actual loss suffered by
the work is not substantially complete on time. Accordingly,
instead of requiring any such proof, Owner and Contractor agree
that as liquidated damages for delay (but not as a penalty)
Contractor shall pay Owner in accordance with the following:
Late Substa'tial Completion $ per calendar day
j
1.-o b -e h e y o 1- / e 7.--e of
Late Punch: ,at Completion 9 per calendar day
Receipt of opies of the following addenda is hereby acknow-
ledged.
Addendum No. Bidder's Signature
Date Acknowledged
ff Ll/ /rn :1-61/1"--- 21/ 3 / 9 z
2_ /7- iyy, -.7...,,6,14___
Bid Page 2
Enclosed herewith is the required Bid Security, in the form of
Cashier's Check/Bid Bond (strike one), in the amount of
hn-e. Dollars ( S 0 -- )
D
which the undersigned Bidder agrees is to be forfeited to and
become the property of owner, ae liquidated damages, should this
Bid be accepted and a contract be awarded to him and he fails to
enter into Agreement in the form prescribed and to furnish the
required Bonds within ten (10) days, but otherwise the Bid Security
will be returned upon hie signing Agreement and delivering the
Performance, Payment and Warranty Bond.
In submitting this Bid it is understood that the right is
reserved by Owner to reject any and all bide, and it is understood
that this Bid may not be withdrawn during a period of sixty (60)
days after the scheduled time for the receipt of bide.
The undersigned Bidder hereby certifies (a) that this Bid is
genuine and is not made in the interest of, or in the behalf of,
any undisclosed person, firm, or corporation, and is not submitted
in conformity with any agreement or rules of any group,
association, organization, or corporation; (b) that he has not
directly or indirectly induced or solicited any other Bidder to put
in a false or sham Bid; (c) that he has not solicited or induced
any person, firm, or corporation to refrain from bidding; and (d)
that he has not sought by collusion to obtain for himself any
advantage over any other Bidder or over the Owner.
The full names and addresses of parties interested in thie Bid
ae principals are as follows:
Bid Page a
SIGNATURE OF BIDDER
Date:
If an Individual: (Signature)
print or type name:
doing business as:
If a Partnership:
,-mob
y, /972—
by:(Signature)
General Partner
print or type name:
If a Corporation:
NJ 1,eIIu Cl +- /1 Con 5T— rNi To
Corporation)
( SEAL )
Attest:
Title:
Goloro do
by:(Signature)
print or type name: a W. i'% c/ -e 1/
Title:
(-4 S oGf n
Bid Page 4
If Bidder is a joint venturer, all venturers or ,eir
authorized agents must sign below.
Name of Joint Venturer
If Joint Venture is
An Individual:(Signature)
print or type name:
A Partnership:
doing business as:
by:(Signature)
print or type name:
A Corporation:
(SEAL )
Attest:
(a
General Partner
Corporation)
by:(Si9nature)
rint or type na e:
le:
Title:
Bid Page 5
MA?ERIAL AND EQUIPMENT SUPPLIER LISTING
The follow ng information is submitted for each major supplier
of material and :each manufacturer and supplier of equipment for
manufacturers and supplies of major items of material, equipment
and systems to r be used in the work if the Bidder is awarded the
contract.
Specification
Section No.
The Surety
and Warranty B.�
Material or Manufacturer and
Equipment Description Supplier
2')r rot
Ele7r'11 (1/
who wil
d will
1 be the surety on
be
_Ca rn u c Jco /mc/'"'
67 Esr / TyP/
pco e�� a t'i p a "d/o),_
Oran 1 19'9 el -
-
the Performance, Payment
Signature
Bid Page 6
The folio ,ng information is
that will be used in the work
Agreement. Additional numbered
page as required. Each page
LISTING" and signed. All work t
shall be liete
SUBCONTRACTOR LISTING
Amount of
Subcontract of Subcontractor
submitted for each subcontractor
if the Bidder ie awarded the
pages shall be attached to this
shall be headed "SUBCONTRACTOR
be subcontracted over $
0
Name and Address
conetruc\bid-
3 a ri (4,fie7
r.4
e /-e( T7' ii
m. frm
Portion of
Work
fi
Signature
Bid Page 7
AGREEMENT
THIS AGREEMENT is made this /0 day of , 19' Zr
by and between the , LAZY DIAMOND A SUBDIVISION, LARRY AXTHELM ,
located in the County of , State of Co orad°,
hereinafter referred to as "Owner", and Y1 av G
a£ /9014-4-7 �n ► of C-, l -L! -i c.-3
Gp , hereinaftet referred to es "Contractor".
In consideration of the mutual covenants, agreements,
conditions and undertakings hereinafter specified, Owner and
Contractor agree es' follows:
Section 1. SOOpe of Work. Contractor shall perform all work
in accordance withVie plans and specifications as set forth in the
Contract Documents, as specified in Section 2 hereo, for
(4)
LAZY DIAMOND A SUBDIVISION
including furnishing all supervision, labor, equipment and
materials therefor,, hereinafter referred to es "Project".
Section 2. Cbztract Documents. The Contract Documents, which
comprise the ente agreement and contract between Owner and
Contractor, consist of:
(a) Thi=i Agreement and any Addendum thereto;
(b) Ins uctions to Bidders;
L
(c) Bid Worm;
(d) Pet ormance, Payment and Warranty Bond;
(e) Notice to Proceed;
(f) Dra ings;
i
(g) Sp* ifications;
( s) , C s` ? �� to Specifications, if
( h ) Adil,ndum No
applicable;
(i) Gensral Conditions;
(j) Supplementary Conditions; and
(k) An{y! modifications, change orders or other such
revisions properly authorized after the execution
of?this Agreement.
The Drawings, Specifications and General and Supplementary
Conditions have been prepared by JEROME GAMBA & ASSOCIATES, INC.,
(hereinafter "Engineer"), who is to act as Owner's representative,
assume all duties and responsibilities and have the rights and
authority assigned to Engineer in the Contract Documents in
connection with completion of the work in accordance with the
Contract Documents.
Section 3. Agreement Price. Owner shall pay Contractor for
the performance of work and completion of the Project the total
price o.f ,/u r J{ic nEc4 %,� r�LI.�%Accrt: "t.� << !i<�..c�ct.�t L�c1 c' �' r �`�. Dollars
($ /�-,.�35, ) in accordance with the/ Oid Form submitted by
Contractor. The Agreement Price shall be subject to adjustment for
changes in the Drawings and Specifications or for extensions of
time to complete performance, if approved by Owner and Contractor
as hereinafter provided, and for changes in quantities, if bid on
a unit -price basis in the Bid Form, which shall be verified by the
Engineer.
Section 4. Progress Payments. Owner will make progress
payments monthly on account of the Agreement Price in accordance
with applications for partial payment prepared by the Contractor
for work performed to date and approved by the Engineer and Owner.
Contractor shall submit all applications for partial payment and
Owner shall make partial payments in accordance with the Contract
Documents. Progress payments shall not constitute final acceptance
of work.
Section 5. Retainage. An amount equal to ten percent (10%)
of all progress payments shall be retained by Owner until work
equal to fifty percent (50X) of the Agreement Price has been
completed. Thereafter Owner shall pay all remaining progress
payments without retaining additional funds, if, in the opinion of
the Engineer and Owner, satisfactory progress is being made on the
Project. The withheld percentage of the Agreement Price shall be
retained until the Project is completed satisfactorily and finally
accepted by Owner in accordance with the provisions of the Contract
Documents.
Section 6. Final Payment. Owner shall make final payment,
including release of retainage, to Contractor in accordance with
the Contract Documents.
Section 7. Commencement and Completion of Performance.
Contractor shall commence performance on the Project within ten
(10) days after receipt of written Notice to Proceed, and will
diligently prosecute all work through completion. Unless an
extension of time is granted by Owner as herein provided,
Contractor shall complete the Project within a maximum period of
("\Q > days after commencement of performance. Owner
and Contractor recognize that time is of the essence in this
Agreement and the Owner will suffer financial loss if the work is
2
not completed within the times specified. If Contractordoes not
complete performance within said maximum period(s), Owner shall be
compensated by Contractor, at the rate of
Dollars (S TOQ ) per day beyond said maximum period(s) for
completion, for ordinary and general damages (liquidated damages)
and inconvenience (exclusive of any special damages) to Owner.
Said sum shall not be considered a penalty but shall be deemed a
reasonable ►neasure of general damages which will be suffered by
Owner as a consequence of such delays, such damages being difficult
to ascertain by precise measurement. The special damages to Owner
for which Contractor also is liable shall be those not related to
time of completion.
No extension of time to complete performance shall be granted
under normal circumstances. Extensions of time to complete
performance may be authorized for any actual period of delay, on an
occurrence basis, for: (a) adverse weather or climatic conditions
not reasonably anticipated; (b) major labor disputes; (c) acts of
God; (d) detrimental acts of owner; (e) acts of another contractor
in the performance of related work under a separate contract with
Owner; (f) delays resulting from the intervention of governmental
agencies in the performance of work on the Project, if not caused
by Contractor; or (g) other circumstances, acceptable to Owner,
beyond Contractor's reasonable control. Weather delays which could
or should have been anticipated or failures in delivery of
equipment or materials shall not constitute cause for an extension
of time to complete performance or adjustments to the Agreement
Price resulting therefrom. Requests for extension of time to
complete performance shall be submitted in writing in accordance
with the Contract Documents.
Section B. Default. At any time Owner may notify Contractor,
in writing, of grounds for default upon the occurrence of any event
specified in the Contract Documents as grounds for Owner's
termination of the Agreement. If Contractor shall not remedy or
otherwise correct the grounds for default within seven (7) days, or
such additional period of time specified by Owner, after receipt of
such notice, Owner may thereafter terminate this Agreement and
direct Contractor to discontinue any further performance or, the
Project, and Contractor shall then immediately stop all work on the
Project and forfeit all rights hereunder. Owner, in its
discretion, may request the surety of Contractor to complete the
Project, or may request that surety contract with others to perform
such work at the expense of Contractor and its surety. In the
event that surety should fail to commence completion of the Project
or contract with others to perform such work within thirty (30)
days of Owner's request, Owner may contract with others to perform
such work at the expense of Contractor and its surety. Any
increase in costs over and above the Agreement Price and any
special damages incurred by Owner as a consequence of such default,
including reasonable attorney's fees, shall be paid and satisfied
in full by Contractor and its surety.
Section 9. Termination. At any time Owner may, without cause
and without prejudice to any other right or remedy hereunder, elect
to abandon the Project and to terminate this Agreement. In such
event, Owner shall notify Contractor, in writing, ter, (10) days in
advance of the Project termination date. Owner shall pay
Contractor for the performance of all work, including retainage, to
the Project termination date and for such additional amounts as, in
the judgement of the Engineer, are reasonable to compensate
Contractor for the termination of this Agreement. Final payment to
Contractor shall be made in accordance with Section 5, supra.
Section 10. Indemnification. Contractor shall indemnify,
defend and hold Owner, and its agents, employees, engineers and
attorneys, harmless from and against all claims, damages,
judgments, losses and expenses of every nature, including
reasonable attorneys' fees, arising at any time out of any act or
omission of Contractor, and its employees, subcontractors and their
employees, and all other persons directly or indirectly involved in
or performing work for the Contractor on the Project.
Section 11. Taxes, Licenses, Permits and Regulations. In all
operations connected with the Project, Contractor shall pay all
fees, chargee and taxes imposed by law, and shall obtain all
licenses and permits necessary for completion of the Project,
paying all fees therefor unless otherwise specified by the
Engineer. Engineer and Owner shall assist Contractor to determine
which licenses and permits are not required for completion of the
Project. Contractor shall not be reimbursed for fees paid by
Contractor for licenses and permits not required. If fees for
licenses and permits not required are included in the Bid Price,
the Agreement Price shall be reduced by the amount of any such fees
for licensee and permits not required. Owner is exempt from
Colorado State Sales and Use Taxes on materials to be permanently
incorporated in the work. Accordingly, taxes from which Owner is
exempt shall not be included in the Agreement Price. Owner shall,
upon request, furnish Contractor with a copy of its Certificate of
Tax Exemption.
Contractor and subcontractors shall apply to the Colorado
Department of Revenue, Sales Tax Division, for an exemption
certificate and purchase the materials tax free. Pursuant to
Subsection 39-26-114(1)(a)(XIX), C.R.S., Contractor and subcon-
tractors shall be liable for exempt taxes paid due to failure to
apply for exemption certificates or for failure to use said
certificates.
Contractor shall comply with all laws, ordinances, codes,
rules and regulations of all governmental authorities, whether
local, state or federal, relating to the performance of work on the
Project and, particularly, in complying with those laws concerning
the environment, workmen's compensation, safety and health, state
labor and materials, and equal employment opportunity. Contractor
4
specifically indemnifies Owner from and against any liability
resulting from failure of Contractor to effect full compliance
hereunder.
Section 12. Insurance. Contractor shall, during the term of
this Agreement, maintain all the insurance coverage required in the
Contract Documents.
Section 13. Performance, Payment and Warranty Bond.
Contractor shall provide to Owner, prior to commencement of
performance, the Performance, Payment and Warranty Bond provided
for in the Bid Documents, in the full amount of the Agreement Price,
including provisions for any adjustment thereof in accordance with
the terms of this Agreement. Contractor shall obtain such Bond on
Owner's behalf, separate and apart from any similar bond or
warranty agreements entered into independently between Owner and
any manufacturer or supplier.
Section 14. Warranties and Guarantees. Contractor hereby
represents, warrants and guarantees to Owner all workmanship,
equipment and materials on or made a part of the Project and its
structures for a period of one (1) year from and after the date of
final acceptance in accordance with the Contract Documents.
Section 15. Subcontractors. All contracts between Contractor
and subcontractors shall conform explicitly to all applicable
provisions of the Contract Documents. In all events, Contractor
shall be responsible and held liable for any bonding, insurance,
warranties, indemnities, progress payments and completion of
performance of or to such subcontractors. Upon receipt of progress
and final payments from Owner, Contractor shall disburse the same
immediately to subcontractors without any requirement of Owner to
supervise the same. Owner may, but shall not be obligated to,
require Contractor to furnish lien waivers for the work performed
or materials furnished by subcontractors or materialmen prior to
payment of progress payments or final payment. No contractual
relationship shall exist between Owner and any subcontractor
because of the subletting of any part of the Project work.
Section 16. Change Order. Contractor shall secure the
consent of the Inspector before a material change or alteration in
Contract Documents ie requested by Contractor, whether or not the
Agreement Price is affected thereby. Such consent is denominated
"Change Order" and shall be in accordance with the Contract
Documents.
Section 17. Work Rules.
(a) Unless otherwise required by the Contract Documents
or applicable lay in the assignment of work, setting of wage rates
and the settling of jurisdictional disputes regarding the
performance of the work, Contractor shall be bound by the decision
of Owner.
(b) C
other contracto
supplying mater
carefully fit
Contractor shall
with the perform'
(c)
keeping with the
any time for h
operations.
(d)
the immediate
Contractor or
Owner, is not
guilty of impro*
other trades.
(e) N
Contractor as b(0.
relationship bel
hereof.
rector shall fully cooperate with Owner and such
or subcontractors as may be performing work or
Is in connection with the Project and shall
s work in with that of all such persons.
of commit or permit any act which will interfere
ce of Project by any such persons.
ntractor shall perform all work hereunder in
les and regulations that Owner may promulgate at
safe, orderly and efficient conduct of all
er shall have the right to require of Contractor
moval from the Project of any employee of
his subcontractors who, in the sole opinion of
lified to perform the work assigned to him, is
conduct, or is not working in harmony with the
hing contained in this Contract shall constitute
g an employee of Owner, nor shall any employment
en Owner and Contractor be created by the terms
(f) C tractor is responsible for the safety of any of
its materials, .•sols, possessions, and rented items stored on the
job site, and f` protection of the Project and shall hold Owner
and authorizedpresentative harmless from any damages or loss
incurred theret.
(g) p ntractor shall promptly pay in full for any and
all damages cats d to the Project site by Contractor or by any
subcontractor or other person or entity of any nature furnishing
materials, equiO nt, machinery, supplies, labor, skilled services
or instruments r whose actions the Contractor is responsible
hereunder.
(h) No material, equipment, tools, supplies, or
instruments othe than those belonging to or leased by Contractor
will be remove • rom the Project site by Contractor without the
prior written a. royal of Owner.
Section 18
assign any in
Documents to an
of Owner. Th
binding upon th
Section 1
amended, from
Assignment. Contractor shall not, at any time,
est in this Agreement or the other Contract
Terson or entity without the prior written consent
erms of this Agreement shall inure to and be
successors and assigns of the parties hereto.
Amendment. The Contract Documents may be
me to time, by agreement between the parties
6
hereto. No amendment,
Documents shall be bin
is in writing and app
of each party hereto.
modification or alteration of the Contract
ding upon the parties hereto unless the same
oved by the duly authorized representatives
Section 20. Se‘ bility. If any term, section or other
era
provision of the Contract Documents shall, for any reason, be held
to be invalid or unenforceable, the invalidity or unenforceability
of such term, section or other provision shall not affect any of
the remaining provisions of the Contract Documents.
Section 21. Waiver. No waiver by either party of any right,
term or condition of the Contract Documents shall be deemed or
constuterm
r
shallr aedwaiver waiver anyof any other breach hereof right,bedeemed to condition, nor
as a constitutea
waiver of any subsequent breach, whether of the same or of a
different provision of the Contract Documents.
Section 22. Remedies. None of the remedies provided to
either party under the Contract Documents shall be required to be
exhausted or exercised as a prerequisite to resort to any further
relief to which such party may then be entitled. Every obligation
assumed by, or imposed upon, either party hereto shall be
enforceable by any appropriate action, petition or proceeding at
law or in equity. In addition to any other remedies provided by
law, the Contract Documents shall be specifically enforceable by
either party. The Contract Documents shall be construed in
accordance with the laws of the State of Colorado, and particularly
those relating to governmental contracts.
Section 23. Counterparts. This Agreement may be executed in
h
all
multipl
whichparts, each of shall constitute cone hand the constitute
original,
document.
Section 24. Entirety. This Agreement, together with the
other Contract Documents, constitutes the entire agreement between
the parties concerning the subject matter herein, and all prior
negotiations, representations, contracts, understandings or
agreements pertaining to such matters are merged into, and
superseded by, the Contract Documents.
Section 25. Conflicting Provisions. In the event any
provision of this Agreement conflicts with any provision of any
other Contract Document, then the provisions of this Agreement
shall govern and control such conflicting provisions.
Section 26. Miscellaneous. Unlese otherwise expressly
provided, any reference herein to days shall mean calendar days.
All times stated in the Contract Documents are of the essence.
IN WITNESS WHEREOF, the parties have executed this Agreement
on the day and year first above written.
7
ATTEST:
Secretary
(SEAL)
STATE OF COLORADO
COUNTY OF
The f • rego, n
day of
President
OWNER
BY: %.
Address: Li 264 ,2-R 1/-7
6
Phone:
CONTRACTOR
e al -147v .(;747:-e:/t-eee
By:
Title: (y��
Phone: 3/):"1-- `� 5�'� " - ' '7/d/7:5
Address:
s9.
Agreement was acknow- dged before me this rR7
19 - by d - L as
O)
Witness my
My Commission ex
1
and official seal.
cdti-ee t-
-Notary Public
es: /- ',t9 ,
STATE OF COLORADO
COUNTY OF
The f regoin
day of 'J�7i
) 88.
)%greement was acknowledged before fpf this
, 199 a-, by L-iRI-2-?y S. Ac 4g..1 as
Witness my
My Commission exp
conetruc\contra-e
of
and official seal.
Notary Publ c
7—,5—,y
TO:
(b)
NOTICE OF AWARD
C-4‘.-er iy.4-•,, Colorado
/OAfivit i �. l Date
The
The Owner,
l
if
Documents title
aving duly considered the Bid Form submitted on
19 for the work covered by the Contract
nd numbered '-7 / Z Z
Specifications
and it appearin
Form is fair, e
offer in your B
In accorda
are required to
Warranty Bond
days from and
In additi
three Certific
requirements fo
The Bid Se
upon execution
Performance, P
Insurance withi
should fail to
Warranty Bond w
be retained by
for the delay a
construc\award.
in the u -P h'4
_ t
amount of7-ri,,e A-Pt•V
trio
($ 2%i4 ,335. Sze ),
that the Price and of er information in your Bid
'table and to the best interest of the Owner, the
Form is hereby accepted.
e with the terms of the Contract Documents, you
ecute the Agreement and Performance, Payment and
three counterparts within ten (10) consecutive
luding the date of this Notice of Award.
you are requested to furnish at the said time
s of Insurance evidencing compliance with the
insurance as stated in the Contract Documents.
ity submitted with your Proposal will be returned
f the Agreement, furnishing of the required
ment and Warranty Bond and Certificates of
the time limit specified. In the event that you
ecute the Agreement and Performance, Payment and
hin the time limit specified, said Security will
Owner as liquidated damages and not as a penalty
extra work caused thereby.
By: 4_775 4, qati,
Title:
TO: Pir14 4
11)
NOTICE TO PROCEED (10)
5
�i-�i6G6a�J,S�%�►1�, C010rad0
/J
A -A2 v 1 `--
Date
You are hery authorized to proceed on this date, or within
ten (10) consecu i e calen fter, with the work covered
by the Contract !�'cuments titled and numbered .1;741/ 2-2-
dar days herea
for the sum of 7
(S 2-1'2 21-3
You are to
Specifications No.
construc\proc-e.
).
ify the Engineer 48 hours before starting work.
(Name of District)
t
By:
Title:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Part
Number
(6)
GENERAL CONDITIONS
TABLE OF CONTENTS
Title -Page
1 DEFINITIONS 1
2 PRELIM. ARY MATTERS 4
2.01 DE VERY OF BONDS 4
2.02 CO ES OF DOCUMENTS 4
2.03 CO ENCEMENT OF CONTRACT TINE; uu'I' ICL TO
P CEED 4
2.04 STA TING THE PROJECT 4
2.05 BEFORE STARTING CONSTRUCTION 4
2.06 PRECONSTRUCTION CONFERENCE 5
3 CONTRACT DOCUMENTS: INTENT AND REUSE 5
3.01 INTENT 5
3.02 REUVE OF DOCUMENTS 6
4
6
4.01 AVA LABILITY OF LANDS 6
4.02 PITY ICAL CONDITIONS - INVEST1GA'PIOIIS AND
RE ORIS 7
4.03 UN RESEEN PHYSICAL CONDITIONS 7
4.04 RE RENCE POINTS 7
5 INSURAN E 7
5.01 PE ORMANCE AND OTHER BONDS 7
5.02 CON RACTOR'S LIABILITY INSURANCE 8
5.03 CON RACTUAL LIABILITY INSURANCE 9
5.04 OWNER'S L'IABILITY INSURANCE 9
5.05 PROPERTY INSURANCE 10
5.06 PARTIAL UTILIZATION -PROPERTY INSURANCE 10
ACCPPTANCE OF INSURANCE 10
CONTRACT'OR'S RESPONSIBILITIES 10
SUPtRVISION AND SUPERINTENDENCE 10
11
EQUVALENT MATERIALS AND EQUIPMENT 12
CONCERNING SUBCONTRACTORS 13
PATENT FEES AND ROYALTIES 14
PERMITS 15
15
15
15
AVAILABILITY OF LANDS; PHYSICAL CONDITIONS;
REFERENCE POINTS
5.07
6
6.01
6.02
6.03
6.04
6.05
6.06
6.07
6.08
6.09
6.10 REC
6.11 SAF
6.12 EME
6.13 SHO
6.14 IND
7 WORK BY
7.01 OWN
LABOR, MATERIALS, AND EQUIPMENT
LAWS AND REGULATIONS
TAXES
USE! OF PREMISES
RD DOCUMENTS
TY AND PROTECTION
GENCIES
DRAWINGS ANI) SAMPLE
MNI FICA'T'TON
OTHERS
R'S RIGHT TO PERFORM
i
16
16
17
17
18
19
19
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Part
Number
7.02 CON
8 OWNER'
8.01 OWN
8.02 OWN11.03 CON11.04 ADJ12 CHANGE12.01 coN13 WARRANCORRECWORK .13.01 WA13.02 AC13.03 TE13.04 UN13.05 OWN13.06 COONEI13.0713.08 AC13.09 OWN14 PAYMEN14.01 SCH14.02 APP14.03 CON14.04 REV14.05 SUB14.06 PAR14.07 FIN14.08 FIN14.09 FIN,
8.03 OWN
9.01 OWN
9.02 VlS
9.03 CLA
9.04 REJ
9.05 PRO
9.06 DEC
9.07 Ll
10 CHANG
10.01 oWN
11 CHANG
11.01 AG
11.02 COS
GENERAL CONDITIONS
TABLE OF CONTENTS (Continued)
Title Page
CTOR '1'O COORDINATE 19
RESPONSIBILITIES 20
TO COMMUNICATE THROUGH ENGINEER 20
'S OBLIGAT:CONS 20
'S RIGHTS 20
R'S STATUS DURING CONSTRUCTION 21
'S REPRESENTA'T'IVE 21
S TO SITE 21
FICATIONS AND INTERPRETATIONS 21
TING DEFECTIVE WORK 21
CT REPRESENTATION 22
IONS ON DISAGREEMENTS 22
ATIONS ON .INSPECTOR'S RESPONSIBILITIES 23
IN THE WORK 23
MAY ORDER CHANGES 23
F AGREEMENT PRICE 25
MENT PRICE CIHANGED ONLY BY CHANGE ORDER 25
OF 'TILE WORK 26
ACTOR'S FEE 29
30
30
ORDER 30
TMENT OF UNIT PRICE
OF THE CONTRACT TIME
t2ACT TIME CHANGED ONLY BY CIiANGE
it AND GUARANTEE; TESTS AND INSPECTIONS;
ON, REMOVAL OR ACCEPTANCE OF DEFECTIVE
31
NTY AND GUARANTEE 31
S TO WORK 31
AND INSPECTIONS 31
ERING WORK 32
MAY STOP THE WORK 33
CTTON OR REMOVAL OF DEFECTIVE WORK 33
YEAR CORRECTION PERIOD 33
TANCE OF DEFECTIVE WORK 34
MAY CORRECT DEFECTIVE WORK 34
TO CONTRACTOR AND COMPLETION 35
MULES
35
CATION FOR PROGRESS PAYMENT 35
•
ACTOR'S WARRANTY OF TITLE 35
W OF APPLICATIONS FOR PROGRESS PAYMENT 36
ANTIAL COMPLETION 37
AL UTILIZATION 37
INSPECTION 38
APPLICATION FOR PAYMENT 38
PAYMENT AND ACCEP'T'ANCE 38
11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Part
Number
14.10
14.11
15
15.01
15.02
15.03
15.04
16
16.01
16.02
16.03
16.04
17
17.01
17.02
17.03
17.04
17.05
18
18.01
18.02
18.03
18.04
19
20
21
22
22.01
22.02
22.03
22.04
23
23.01
23.02
23.04
GENERAL CONDITIONS
TABLE OF CONTENTS (Continued)
CO
WAS
SUSPEN
OW
OW
Co
OW
MISCEL!
GI
CO
CO'
GE
DOCUME
CO
PE
CO
OW
PR
ADDRES
OW
EN
CO
CH
LIQUID'
EXISTI
STREAM'
IIANDLI
DI
DI
AW
DI
DUTIES
AUTHOR'
DE
RE
LI
construc\gencon-e.
Title
ZACTOR' S CONTINUING OBLIGATION
ER OF CLAIMS
ION OF WORK AND TERMINATION
R MAY SUSPEND WORK
MAY TERMINATE
AC'T'OR MAY STOP
R MAY TERMINA'T'E
NEOUS
Page
WORK OR 'T'ERMINA'TE
FOR CONVENIENCE
IG NOTICE
p TA'TiON OF TIME
RECTION PERIOD
AL
NT'ERPARTS OF 'I'IIE AGREEMENT
ORMANCE AND OTHER BONDS
RACTOR'S LIABILITY INSURANCE
R'S LIABILI'T'Y INSURANCE
ERTY INSURANCE
S
R
NEER
RAC'T'OR
GE OF ADDRESS
ED DAMAGES
INSTALLATIONS
NED SPECIFICA'T'IONS
OF DISPUTES
UTES
UTE LIMITATIONS
DS
UTES OUTSIDE THE LIMITATIONS
RESPONSIBILITIES, AND LIMI'T'ATIONS OF TIIE 56
Y OF RESIDENT' PROJECT REPRESENTATIVE 56
RIPTION 56
DENT PROJECT REPRESENTATIVE 59
TATIONS OF AUTHORITY
39
40
40
40
40
42
42
47
47
47
47
47
48
48
48
49
50
50
53
53
53
53
53
53
54
54
55
55
55
55
56
OC
111
GENERAL CONDITIONS
PART 1 - DEFINZ.7 ONS
Wherever used it these General. Conditions or in the other Contract
Documents, the f4pllowing terms have the meanings indicated which
are applicable o both the singular and plural thereof:
Addenda - kitten or graphic instruments issued prior to the
opening of ids which clarify, correct or change the bidding
documents the Contract Documents.
Agreement ''he written agreement between Owner and Contractor
covering Work Work to be performed.
Agreement
under the
Applicati
Engineer
progress
supportinc
Documents.
ice - The moneys payable by Owner to Contractor
ntract Documents as stated in the Agreement.
for Partial Payment - The form accepted by
ch is to be used by Contractor in requesting
final payment and which is to include such
documentation as is required by the Contract
Bid Form I he offer or proposal. of the Bidder submitted on
the P rescr.�,�ed form setting forth the prices for the Work to
be performed.
Change Ori
authorizirg
or an adjt
issued after
- A written order to Contractor signed by Owner
an addition, deletion, or revision in the Work,
tment in the Agreement Price or the Contract Time
the effective date of the Agreement.
Contract buments - The Agreement, Addenda, Instructions to
Bidders, Form (including documentation accompanying the
Bid Form d any post -Bid documentation submitted prior to
the Notic4 f Award), the Performance, Payment and Warranty
Bond, the General Conditions, the Supplementary Conditions,
the Specie ations, the Drawings as the same are more specifi-
cally ider tlfied in the Agreement, Notice to Proceed, together
with all lodifications issued after the execution of the
Agreement.0
Contract 'dime - The number of days stated in the Agreement
for the Ccletion of the Work.
Contractor - The person, firm, or corporation with whom Owner
has enter into this Agreement to perform field construction.
Day - A
midnight to
lendar day of twenty-four Hours measured from
the next midnight.
1
Defective -
refers to W
or does no
meet the r
referred to
prior to En
Drawings -
the work
approved b
Documents.
Effective D
Agreement o
is indicate
signed and
and deliver
Engineer M
adjective which when modifying the word work
that is unsatisfactory, faulty or deficient,
onform to the Contract Documents or does not
irements of any inspection, test or approval
n the Contract Documents,or has been damaged
eer's recommendation for final payment.
drawings which show the character and scope of
e performed and which have been prepared or
3ngineer and are referred to in the Contract
of the Agreement - the date indicated in the
lhich it becomes effective, but if no such date
it means the date on which the Agreement is
Livered by the last of the two parties to sign
Field Order
minor chan
10.O1.B but
Price or th
Modificatio
Documents s
a Field Ord
effective d
Notice of A
successful
apparent s
enumerated
sign and de
Notice to
Contractor
the Contra
Contractor
Contract do
Owner - The
into the ag
Project -
provided un
part as ind
Project Re
Engineer wh
er - Jerome Gamba & Associates, Inc.
A written order issued by Engineer which orders
in the Work in accordance with paragraph
ich does not involve a change in the Agreement
ontract Time.
(a) A written amendment of the Contract
d by both parties, (b) a Change Order, or (c)
A modification may only be issued after the
of the Agreement.
d - the written notice by Owner to the apparent
dder stating that upon compliance by the
essful Bidder with the conditions precedent
erein, within the time specified, Owner will
er the Agreement.
ceed - A written notice given by the Owner to
th a copy to Engineer) fixing the date on which
Time will commence to run and on which the
11 start to perform his obligation under the
ents.
rson or entity with whom Contractor has entered
ment and for whom the work is to be provided.
T total construction of which the Work to be
r the Contract documents may be the whole, or
ated elsewhere in the contract documents.
isentative - The authorized representative of
s assigned to the site or any part. thereof.
2
Section -
Shop Dra
schedules
Contracto
supplier o
and all
performan•
informati•
or distri
material •
Specifica•
consisti.n•
equipment,
applied t
applicabl:
Subcontra
direct co
tractor f
Substanti
where, i
definitiv=
sufficien�
Documents,
for which
'cti.on(s) of these General Conditions.
gs - All drawings, diagrams, illustrations,
id other data which are specifically prepared by
a Subcontractor, manufacturer, fabricator,
distributor to illustrate some portion of the Work
Illustrations, brochures, standard schedules,
charts, instructions, diagrams and other
prepared by a manufacturer, fabricator, supplier
ttor and submitted by Contractor to _illustrate
equipment for some portion of the Work.
ns - Those portions of the Contract Documents
f written technical descriptions of materials,
construction systems, standards and workmanship as
the Work and certain administrative details
thereto.
or - An individual, firm, or corporation having a
ract with Contractor or with any other Subcon-
the performance of a part of the Work at the site.
Completion - The Work has progressed to the point
the opinion of Engineer as evidenced by his
certificate of Substantial Completion, it is
y complete, in accordance with the Contract
so that the Work can be utilized for the purposes
*t was intended and it is ready for punch listing.
Work - T e entire completed construction or the various
separately identifiable parts thereof required to be furnished
under the Contract Documents. Work is the result of
performing services, furnishing labor and furnishing and
incorporating materials and equipment into the construction,
all as reqti.red by the Contract Documents.
PART 2 - PRELIM
2.01 DELINE
A. When
Owner,
Perf9_r
NARY MATTERS
tY OF BONDS
ontractor delivers the executed Agreements to
Contractor shall also deliver to Owner the
ance, Payment and Warranty Bond.
2.02 COPILS OF DOCUMENTS
A. Owner shall furnish to Contractor the number of the
Contfact Documents set forth in Section 17.
3
2.03 COMMENCEMENT OF CONTRACT TIME; NOTICE TO PROCEED
A. The Contract Time shall continence to run on the day
indicated in the Notice to Proceed.
2.04 STARTING 'I'IIE PROJECT
A. Contractor shall start to perform the Work on the date
when the Contract Time commences to run, but no Work
shall be done at the site prior to the date on which the
Contract Time commences to run.
2.05 BEFORE STARTING CONSTRUCTION
A. Before undertaking each part of the Work, Contractor
shall carefully study and compare the Contract Documents
and check and verify pertinent figures shown thereon and
all applicable field measurements.
Contractor shall promptly report in writing to Engineer
any conflict, error or discrepancy which Contractor may
discover; however, Contractor shall not be .liable to
Owner or Engineer for failure to report any conflict,
error or discrepancy in the Drawings or Specifications,
unless Contractor had actual knowledge thereof or should
reasonably have known thereof.
B. Before any Work at the site is started, Contractor shall
deliver to Owner, with a copy to Engineer, certificates
(and other evidence of insurance requested by Owner)
which Contractor is required to purchase and maintain in
accordance with paragraphs 5.02.A, 5.03.A, 5.04.A, and
5.06.A and Owner shall deliver to Contractor certifi-
cates (and other evidence of insurance requested by
Contractor) which Owner is required to purchase and
maintain in accordance with paragraphs 5.04.A, 5.05.A,
and 5.06.A.
2.06 PRECONSTRUCTION CONFERENCE
A. Within 20 days after the effective date of the Agree-
ment, but before Contractor starts the Work at the site,
a conference will be held for review and acceptance of
the schedules referred to in Section 6.13, to establish
procedures for handling Shop Drawings and other
submittals and for processing Applications for Partial
Payment, and to establish a working understanding among
the parties as to the Work.
4
PART 3 - CONTRACT DOCUMENTS: INTENT AND REUSE
3.01 INTENT
A. The Contract Documents emprise the entire Agreement
between Owner and Contractor concerning the Work. They
may be altered only by a Modification.
B. The Contract Documents are complementary; what is called
for by one is as binding as if called for by all. If,
during the performance of tl►e Work, Contractor finds a
conflict, error: or discrepancy in the Contract Documents,
he shall report it to Engineer in writing at once and
before proceeding with the Work affected thereby;
however, Contractor shall not be liable to Owner or
Engineer for failure to report any conflict, error or
discrepancy in tl►e Specifications or Drawings unless
Contractor had actual knowledge thereof or should
reasonably have known thereof.
C. It is the intent of the Specifications and Drawings to
describe a complete project (or part thereof) to be
constructed in accordance with the Contract Documents.
Any Work that may reasonably be inferred from the
Specifications or Drawings as being required to produce
the intended result shall be supplied whether or not it
is specifically called for. When words which have a
well-known technical or trade meaning are used to
describe Work, materials or equipment, such words shall
be interpreted in accordance with such meaning.
Reference to standard specifications, manuals or codes
of any technical society, organization or association,
or to the code of any governmental authority, whether
such reference be specific or by implication, shall mean
the latest standard specification, manual or code in
effect at the time of opening of Bids (or, on the
effective date of the Agreement if there were no Bids),
except as may be otherwise specifically stated. However,
no provision of any referenced standard specification
manual or code (whether or not specifically incorporated
by reference in the Contract Documents) shall change the
dutites and responsibilities of Owner, Contractor or
Engineer, or any of their agents or employees from those
set forth in the Contract Documents. Clarifications and
interpretations of the Contract Documents shall be issued
by Engineer as provided for in paragraph 9.03.A.
D. The Contract Documents will be governed by the laws of
the tate of Colorado.
E. The Project Manual consists of Invitation
t
n to Agreement,
cCm
Instruction to Bidders, Bid Forms, BidGeneraln
Perfance Payment and Warranty Bond,
Cond ',;ions, Supplementary Conditions, and Specifica-
tion
3.02 REUS2 OF DOCUMENTS
A. Neit'er Contractor nor any Subcontractor, manufacturer,
fabrjcator, supplier_ or distributor shall Have or acquire
any title to or ownership rights in anyofc��ees Drawings,o
Specifications or' other bearinynts the(yLseal of Engineer;
ny
thereof) prepared byons of
and they shall not reus�oaeGt°f them witl out Iwr. teen cot senttof
Project or any other project
Owne and Engineer. and specific written verification or
adoption by Engineer.
PART 4 - AVALLABILIT'Y OF LANDS; PHYSICAL CONDI'T'IONS;
REFERENCE POINTS
4.01
AVALLAULLI'1'Y OF LANDS
A. Own r shall furnish, as indicated in the Contract
Doc meats, the lands upon which the Work is
snd sucho
be
per ormed, rights-of-way for access thereto,
other lands which are designated for the use of the
Con Tactor. Easements for permanent structures or
ned
and anent changeser, unlesssting facilities will be otherwise providedbinithe
and ;paid for by Own
Contract Documents. S f furnishing thesesr landse or easements
del,iy in owner
ent ties him to an extension of the Contract
tin ime,
Con, ractor may make a claim therefore as provided
12 . ^I Contractor shall provide for all
aired additifor onal
land
s
anc�laccess thereto that may be required
of materials and
or
construction facilities or storage
equipment.
4.02 PHYSICAL CONDI'T'IONS - INVESTIGA`T'IONS AND REPORTS
A Refrence is made to the Supplementary Conditions for
ations
ide tification of those
pr hysical nc°Hdlg ° s at the
and
to of subsurface and latentphysical
or performance
si or otherwise affecting cost, progressin
of the Work which have been relied upon by
Eons neeruin
pr aration of the Drawings and Sp -
re its are not guaranteed as to accuracy or completeness
an are not part of the -Contract Documents.
G
4.03 UNFOR
A. Contr
writi
in an
indic
Engin
Owner
neces
neces
copie
that
that
mater
meats
pated
incor
4.04 REFER
EN PHYSICAL CONDITIONS
or shall promptly notify Owner and Engineer in
of any latent physical conditions at the site or
isting structure differing materially from those
d or referred to in the Contract Documents.
will promptly review those conditions and advise
n writing if further investigation or tests are
y. Promptly thereafter, Owner shall obtain the
y additional investigations and tests and furnish
to Engineer and Contractor. If Engineer finds
e results of such investigations or test indicate
ere are latent physical conditions which differ
Ily from those intended in the Contract Docu-
and which could not reasonably have been antici-
y Contractor, a Change Order shall be issued
rating the necessary revisions.
CE POINTS
A. Owneri=Tall provide engineering surveys for construction
to esblish reference point which in his judgment are
neces - ry to enable Contractor to proceed with the Work.
Contr tor shall be responsible for laying out the Work,
shall•rotect and preserve the established reference
point and shall make no changes or relocations without
the p1 or written approval of Owner. Contractor shall
reporto Engineer wherever any reference point is lost
or de�sroyed or required relocation because of necessary
chang in grades or locations, and shall be responsible
for r1lacement or relocation of such reference points
by pr i-ssional.l.y qualified personnel.
PART 5 - INSUI CE
5.01 PERFO
A. Contr
Warra
Agree
and
Contr
least
payme
or re
shall
the S
forms
execu
list
Accep
ANCE AND OTHER BONDS
tor shall furnish a Performance, Payment and
y Bond, in an amount at least equal to the
nt Price as security for the faithful performance
ment of all Contractor's obligations under the
t Documents. This bond shall remain in effect at
ntil one (1) year after the date when final
tibecomes due, except as otherwise provided by law
lation or by the Contract Documents. Contractor
lso furnish such other Bonds as are required by
ilementary Conditions. All Bonds shall be on the
Orescribed by the Contract Documents and be
d by such Sureties. as are named in the current
"Companies Holding Certificates of Authority as
ble Sureties on Federal Bonds and as Acceptable
7
1 -
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5.02
Reims
(amen
Treas
be ac
act.
ring Companies" as published in Circular 570
ed) by the Audit Staff Bureau of Accounts, U.S.
ry Department. All Bonds signed by an agent must
ompanied by a certified copy of the authority to
B. If tle Surety on any Bond furnished by Contractor is
decla ed a bankrupt or becomes insolvent, or its right
to do.business is terminated in any state where any part
of tie Project is located or it ceases to meet the
requi ements of paragraph 5.01.A, Contractor shall,
withi five (5) days thereafter, substitute another Bond
and S rely, both of which must be acceptable to Owner.
CONT CTOR'S LIABILITY INSURANCE
A. Contractor shall purchase and maintain such comprehen-
sive general liability and other insurance as will
provide protection from claims set forth below which may
arise out of or result from Contractor's performance of
the Work and Contractor's other obligations under the
Contract Documents, whether such performance is by
Contractor, by any Subcontractor, by anyone directly or
indirectly employed by any of them, or by anyone for
whose, acts any of them may be liable:
1.
)_aims under workers' or workmen's compensation,
'isability benefits and other similar employee
Penefit acts;
2. Claims for damages because of bodily injury,
Occupational sickness or disease, or death of
Contractor's employees;
3. Claims for damages because
Sickness or disease, or death
than Contractor's employees;
4. Claims for damages insured by personal injury
liability coverage which are sustained (i) by any
person as a result of an offense directly or
indirectly related to the employment of such person
%y Contractor, or (i1) by any person for any other
reason;
of bodily injury,
of any person other
5. Claims for damages, other
because of injury to or
property, including loss
from; and
1 s
p
than to the Work itself,
destruction of tangible
of use resulting there-
6. Claims for damages because of bodily injury or death
of any person or property damage arising out of the
ownership, maintenance or use of any motor vehicle.
B. The i surance required by this article 5.02 shall include
the ssecif.ic coverages and be written for not less than
the "mits of liability and coverages provided in the
Cont :ct Documents, or required by law, whichever is
grea r. The comprehensive general liability insurance
shall include completed operations insurance. All such
insu ince shall contain a provision that the coverage
affo '.ed will not be cancelled, materially changed or
rene 1 refused until at least thirty days' prior written
noti«- has been given to Owner and Engineer. All such
insu rice shall remain in effect until final payment and
at .11 times thereafter when Contractor may be
Corr=';ting, removing or replacing defective Work in
acco.ilance with paragraph 13.07.A. In addition,
Cont ctor shall maintain succompleted
finaloperations
payment
insu = nce for at least two (2) years
and i. rnish Owner w.itli evidence of continuation of such
insu Once at final payment and one (1) year
5.03 CONT
CTUAL LIABILITY INSURANCE
A. The <'omprehensive general liability insurance required
by .''title 5.02 shall include contractual liability
insurance applicable to Contractor's obligations under
para • raplis 6.14.A and 6.14.B.
5.04 OWNE
A. Owne
purc
Docu
' S LIABILITY INSURANCE
's liability insurance on the Work shall be
ased and maintained as provided in the Contract
ents.
5.05 PROP R'1'Y INSURANCE
A. Prop rty insurance on the Work shall be purchased and
main ained as provided in the Contract Documents.
5.06 PAR'1' AL UTILIZATION - PROPERTY INSURANCE
A. If 0[ner finds it necessary to occupy or use a portion
or portions of the Work prior to Substantial Completion
of 1 the Work, such use or occupancy may be accom-
plised in accordance with paragraph 14.06.A; provided
that no such use or occupancy shall commence before the
insu ers providing the property insurance shall consent
by =Indorsement on the policy or policies, but the
property insurance shall not be cancelled or lapse on
9
5.07
accou
t of any such partial use or occupancy.
ACCEPTANCE OF INSURANCE
A. If O er has any objection to the coverage afforded by
or o her provisions of the insurance required to be
purch_sed and maintained by Contractor the basis of its
not mplying with the Contract Documents, Owner will
notif Contractor in writing thereof within ten days of
the to of delivery of such certificates to Owner in
accor ance with paragraph 2.05.B. If Contractor has any
objec ion to the coverage afforded by or other provisions
of t4 policies of insurance required to be purchased and
maintained by Owner in accordance with paragraphs 5.04.A,
5.05.A, and 5.06.A on the basis of their not complying
he Contract Documents, Contractor will notify Owner
iting thereof within ten days of the date of
ry of such certificates to Contractor. Owner and
ctor will each provide to the other such additional
ation in respect of insurance provided by him as
her may reasonably request. Failure by Owner or
ctor to give any such notice of objection within
me provided shall constitute acceptance of such
nce purchased by the other as complying with the
ct Documents.
with
in w
deliv
Contr
info
the
Cont
the
insu
Cont
PART 6 - CONT
CTOR'S RESPONSIBILITIES
6.01 SUPE ISION AND SUPERINTENDENCE
A. Cont
peter
and
nece
Cont
resp
and p
be so
desi
tech
is i
Cont
Work
ctor shall supervise and direct the Work com-
:1y and efficiently, devoting such attention thereto
pplying such skills and expertise as may be
ary to perform the Work in accordance with the
ct Documents. Contractor shall be solely
sible for the means, methods, techniques, sequences
ocedures of construction, but Contractor shall not
ely responsible for the negligence of others in the
or selection of a specific means, method,
que, sequence or procedure of construction which
icated in and required by the Contract Documents.
ctor shall be responsible to see that the finished
omplies accurately with the Contract Documents.
B. Cont ;actor shall keep on the Work at all times during
its progress a competent resident superintendent, who
shall not be replaced without written notice to Owner
and engineer except under extraordinary circumstances.
The =uperintendent wi11 be Contractor's representative
at tl - site and shall leave authority to act on behalf of
Cont ctor. All communications given the superintendent
shal be as binding as if given to Contractor.
10
6.02 LABO MATERIALS, AND EQUIPMENT
A. Cont ctor shall provide competent, suitable qualified
pers nel to survey and lay out the Work and perform
cons uction as required by the Contract Documents.
Cont ctor shall at all times maintain good discipline
and der at the site. Except in connection with the
safe or protection of persons or the Work or property
at th site or adjacent thereto, and except as otherwise
indi ted in the Supplementary Conditions, all Work at
the s to shall be performed during regular working hours,
and ontractor will not permit overtime work or the
perfo mance of Work on Saturday, Sunday or any legal
holi .y without Owner's written consent given after prior
writ . -n notice to Engineer.
B. Cont -ctor shall furnish all materials, equipment, labor,
tran-;.ortation, construction equipment and machinery,
tool-', appliances, fuel, power, light, heat, telephone,
wate and sanitary facilities and all other facilities
and ncidentals necessary for the execution, testing,
init. 1 operation and completion of the Work.
C. All .terials and equipment shall be of good quality and
new, except as otherwise provided in the Contract
Docu nts. If required by Engineer, Contractor shall
furn'._h satisfactory evidence (including report of
requ ed tests) as to the kind and quality of materials
and uipment.
D. All .ter_ials and equipment shall be applied, installed,
conn ted, erected, used, cleaned and conditioned in
accotnance with the instructions of the applicable
manucturer, fabricator, supplier or distributor, except
as o•' erwise provided in the Contract Documents.
6.03 EQUI.
LEI4'I' MATERIALS AND EQUIPMENT
A. When-er materials or equipment are specified or
desc•'bed in the Drawings or Specifications by using the
name •f a proprietary item or the name of a particular
manui=cturer, fabricator, supplier or distributor, the
nami :a of the item is intended to establish the type,
func•'on and quality required. Unless the name is
foll•'ed by words indicating that a substitution is
perm''. ted, materials or equipment of other manufacturers,
fabr' ators, suppliers, or distributors may be accepted
by E gineer if sufficient information is submitted by
Cont. ctor to allow Engineer to determine that the
mate • al. or equipment proposed is equivalent to that
name.,. The procedure for review by Engineer will be as
11.
I
set f
suppl
rth in paragraphs 6.03.11.1 and 6.03.A.2 below as
mented in the other Contract Documents.
1. equests for review of substitute items of material
nd equipment will not be accepted by Engineer from
nyone other than Contractor. If Contractor wishes
O furnish or use a substitute item of material or
quipment Contractor shall make written application
o Engineer for acceptance thereof, certifying that
he proposed substitute will perform adequately the
unctions called for by the general design, be
i.mi.lar and of equal substance to that specified and
'e suited to the same use and capable of performing
he same function as that specified. The applica-
ion shall state whether or not acceptance of the
ubstitute for use in the Work will require a change
n the Drawings or Specifications to adapt the
Design to the substitute and whether or not
ncorporation or use of the substitute in connec-
ion with the Work is subject to payment of any
License fee or royalty. All variations of the
.roposed substitute from that specified shall be
dentified .i.n the application and available main-
enance, repair and replacement service will be
ndicated. The application shall also contain an
itemized estimate of all costs that will result
i.rectly or indirectly from acceptance of such
ubstitute, including costs of redesign and claims
.f other contractors affected by the resulting
liange, all of which shall be considered by
ngineer in evaluating the proposed substitute.
engineer will be the sole judge of acceptability,
nd no substitute will be ordered or installed
ithout Engineer's prior written acceptance. Owner
ay require Contractor to furnish at Contractor's
xpense a special performance guarantee or other
urety with respect to any substitute.
2. 1ngineer will record time required by Engineer and
ngineer's consultants in evaluating substitutions
roposed by Contractor and in making changes in the
Drawings or Specifications occasioned thereby.
Whether or not Engineer accepts a proposed substit-
te, Contractor shall reimburse Owner for the
harges of Engineer and Engineer's consultants for
valuating any proposed substitute.
6.04 CONC NING SUBCON'T'RACTORS
A. Cont ctor shallnot employ any Subcontractor or other
pers.'`1 or. organization (including those who are to
Turn t_h the principal items of materials or equipment),
12
wheth-r initially or as a substitute, against whom Owner
or ngineer may have reasonable objection. A
Subc• tractor or other person or organization identified
in w ting to Owner and Engineer by Contractor prior to
the btice of Award and not objected to in writing by
Owne or. Engineer prior to the Notice of Award will be
deem acceptable to Owner and Engineer. Acceptance of
any S bcontractor, other person or organization by Owner
or El ineer shall not constitute a waiver of any right
of 0 er or Engineer to reject defective Work. If Owner
or E gineer after due investigation has reasonable
obje..ion to any Subcontractor, other person or
orga zation proposed by Contractor after the Notice of
Awar Contractor shall submit an acceptable substitute
and • e Agreement Price shall be increased or decreased
by tip difference in cost occasioned by such substitu-
tion and an appropriate Change Order shall be issued.
Contractor shall not be required to employ any
Subs -tractor, other person or organization against whom
Contactor has reasonable objection.
B. Cont ctor shall be fully responsible for all acts and
and
omis ions of hls Subcontractors and of persons
orgai;izations directly or indirectly employed by them
and <'f persons and organizations for whose acts any of
them may be liable to the same extent that Contractor is
respnsible for the acts and omissions of persons
dire!;tly employed by Contractor. Nothing in the Contras
t
Docuents shall create any contractual relationship
betw_ en Owner or Engineer and any Subcontractor or other
pers In or organization having a direct contact with
Contactor, nor shall it create any obligation on the
part Of Owner or Engineer to pay or to see to the payment
of a moneys due any Subcontractor or other person or
orga 'ization, except as may otherwise be required by law.
Owne or Engineer may furnish to any Subcontractor or
othe person or organization, to the extent practicable,
evid=nce of amounts paid to Contractor on account of
spec fic Work done.
C. The ivisions and sections ofthe
e s pshall Specificationsnot and the
control
iden ifications of any g
Cont actor in dividing the Work among Subcontractors or
deli eating the Work to be performed by any specific
trad .
D. All
be
Cont
the
of
Engi
ork performed for Contractor by a Subcontractor will
ursuant to an appropriate agreement between
actor and the subcontractor cable terms and conditions
ecifically binds
ubcontractor to the_�3pp
e Contract Documents for the benefit of Owner and
eer and contains waiver provisions as required by
13
the
Subc
rece
poli
ontract Documents. Contractor shall pay each
tractor a just share of any insurance moneys
ed by Contractor on account of losses under
'es .issued pursuant to the Contract Documents.
6.05 PATE �' FEES AND ROYALTIES
A. Cont actor shall pay all license fees and royalties and
assn a all costs incident to the use in the performance
of t e Work or the incorporation in the Work of any
inveition, design, process, product or device which is
the ubject of patent rights or copyrights held by
oche s. If a particular .invention, design, process,
prod ct or device is specified in the Contract Documents
for se in the performance of the Work and if to the
actu.r1 knowledge of Owner or Engineer its use is subject
to p tent rights or copyrights calling for the payment
of a y license fee or royalty to others, the existence
of ch rights shall be disclosed by Owner in the
Cont act Documents. Contractor shall indemnify and hold
harm ess Owner and Engineer and anyone directly or
indi,ectly employed by either of them from and against
all -.aims, damages, losses and expenses (including
atto`,ney's fees and court and arbitration costs) arising
out if any infringement of patent rights or copyrights
inci ent to the use in the performance of the Work or
resui ting from the incorporation in the Work of any
inve+tion, design, process, product or device not
spec fled in the Contract Documents, and shall defend all
suchiclaims in connection with any alleged infringement
of s ch rights.
6.06 PERM
TS
A. Unle:s otherwise provided in the Contract Documents,
Contactor shall obtain and pay for all construction
perm is and licenses (except building permit fee). Owner
shal assist Contractor, when necessary, in obtaining
such permits and licenses. Contractor shall pay all
gove nmental charges and inspection fees necessary for
the rosecution of the Work, which are applicable at the
time of opening of Bids. Contractor shall pay all
char`, es of utility service companies for connections to
the Work, and Owner shall pay all charges of such
comp nies for capital costs related thereto.
B. In o
subm
Depa
buil
fee,
will
der to assist in expediting the Project, Owner will
t Drawings and Specifications to the County Building
tment for the purposes of attempting to obtain the
ing permit. Owner shall pay for the building permit
and, if successful in obtaining the building permit,
assign the building permit to the successful bidder
14
prior
unsuc
of
there
6.07 LAWS
to the start of construction. If Owner is
essful in obtaining the building permit by the time
ecution of the Agreement, Contractor shall
fter be responsible for building permit processing.
ND REGULATIONS
A. Contrctor shall give all notices and comply with all
laws, ordinances, rules and regulations applicable to
the •irk. If Contractor observes that the Specifica-
tions or Drawings are at variance therewith, Contractor
shall give Engineer prompt written notice thereof, and
any 1-cessary changes shall be adjusted by an appro-
priat Modification. If Contractor perforins any Work
knowi g or having reason to know that it is contrary to
such aws, ordinances, rules and regulations, and without
such notice to Engineer, Contractor shall bear all costs
arisi g therefrom; However, it shall not be Contractor-
's p,imar.y responsibility to make certain that the
Speci ications and Drawings are in accordance with such
laws, ordinances, rules and regulations.
6.08 TAXES
A. Cont
siinil
B. The
taxe
6.09 USE
ctor shall pay all sales, consumer, use and other
r taxes required to be paid by him.
ner is exempt from Colorado State sales and use
PREMISES
A. Cont actor shall confine construction equipment, the
stor.'e of materials and equipment and the operations of
work n to areas permitted by law, ordinances, permits
and .:ie requirements of the Contract Documents.
B. Duni
the •
rubb
comp
mate
as w
and n
to ti
not
C. Cont
stru
the
the
that
the progress of the Work, Contractor shall keep
emises free from accumulations of waste materials,
h and other debris resulting from the Work. At the
tion of the Work Contractor shall remove all waste
als, rubbish and debris from and about the premises
1 as all tools, appliances, construction equipment
chinery, and surplus materials, and shall restore
it original condition those portions of the site
signated for alteration by the Contract Documents.
ctor shall not load nor permit any part of any
ure to be loaded in any manner that will endanger
ructure, nor shall._Contractor subject any part of
rk or adjacent property to stresses or pressures
ill endanger it.
15
6.10 RECO1DOCUMENTS
A. Cont IVctor shall keep one record of all Specifications,
Draw' gs, Addenda, Modifications, Shop Drawings and
samp1 s at the site, in good order and annotated to show
all canges made during the construction process. These
shall be available to Engineer for examination and shall
be d ivered to Engineer for Owner upon completion of
the rk .
6.11 SAFE'l ANI) PRO'1.'ECTLON
A. Cont ctor shall be responsible for initiating,
main = piing and supervising all safety precautions and
prog =ms in connection with the Work. Contractor shall
take 1.1 necessary precautions for the safety of, and
shall (provide the necessary protection to prevent damage,
injui. or loss to:
1.
2.
3.
11 employees on the Work or other persons who may
e affected thereby;
11 the Work and all materials or equipment to be
ncorporated therein, whether in storage on or off
he site; and
tlier property at the site or adjacent thereto,
ncluding trees, shrubs, lawns, walks, pavements,
oadways, structures and utilities not designated
or removal, relocation or replacement in the course
f construction.
B. Cont :ct.or shall comply with all applicable laws,
ordi nces, rules, regulations and orders of any public
body laving jurisdiction for the safety of persons or
prope ty or to protect them from damage, injury or loss;
and spall erect and maintain all necessary safeguards for
such safety and protection. Contractor shall notify
owner of adjacent property and utilities when
prose ution of the Work may affect them. All damage,
injur or loss to any property referred to in paragraphs
6.11. .">. or 6.11.A.3 caused, directly or .indirectly, in
whole or in part, by Contractor, any Subcontractor or
anyon. directly or indirectly employed by any of them or
anyon for whose acts any of them may be liable, shall
be r-medied by Contractor (except damage or loss
attriautable to the fault of Drawings or Specifications
or t.' the acts or omissions of. Owner. or Engineer or
anyon ; employed by either of them or anyone for whose
acts ither of them inay be liable, and the fault or
negliience of Contractor). Contractor's duties and
16
resp•.isibilities for the safety and protection of the
Work shall continue such time as all the Work is
comp '-ted and Engineer has issued a notice to Owner and
Cont.:ctor in accordance with paragraph 14.09.A that the
Work pis acceptable.
C. Contt.ctor shall designate a responsible member of his
orgat p.zation at the site whose duty slia].1 be the
prey-3ltion of accidents. This person shall be Cont-
ractr's superintendent unless otherwise designated in
writ hg by Contractor. to Owner.
6.12 EMER ENCIES
A. In e'eryencies affecting the safety or protection of
persons or the Work or property at the site or adjacent
ther=to, Contractor, without special instruction or
authorization from Engineer or Owner, is obligated to
act to prevent threatened damage, injury or loss.
Cont actor_ shall give Engineer prompt written notice of
any iynificant changes in the Work or deviations from
the ontract Documents caused thereby.
6.13 SIIOP
DRAWINGS AND SAMPLES
A. Afte checking and verifying all field measurements,
Cont actor shall submit to Engineer for review and
acce>tance, in accordance with the General Requirements
and he accepted schedule of Shop Drawing submissions
(see paragraph 2.06.A) , all Shop Drawings and samples,
whic shall have been checked by and stamped with the
acce,tance of Contractor and identified as Engineer may
re.qu re.
B. Engi
prom
revi
the
the
not
proc
prog
a se
the
shal
incl
eer will review and accept with reasonable
tness Sliop Drawings and samples, but Engineer's
w and acceptance shall be only for conformance with
esign concept of the Project and for compliance with
nformation given in the Contract Documents and shall
xtend to means, methods, sequences, techniques
es or
dures of construction or to safety precautions
ams incident thereto. The review and acceptance of
arate item as such will not indicate acceptance of
ssembly in which the item functions. Contractor
be responsible for coordination of assemblies which
de separate components.
C. Whe a Shop Drawing or sample is required by the
Spe a f.icati.ofs, no related Work shall be commenced until
the :ubm.ittal has been rey.iewed and accepted by Engineer.
eer's review and acceptance of Shop Drawings or
D. Eng
17
sampl
for a
Contr.
such
has g
speci
accep
respo
Drawn
s shall not relieve Contractor from responsibility
y deviations from the Contract Documents unless
ctor has in writing called Engineer's attention to
eviation at the time of submission and Engineer
ven written concurrence and acceptance to the
is deviation, nor shall any concurrence or
ance by Engineer relieve Contractor from
sibility for errors or omissions in the Shop
gs.
6.14 I N DEM :I F I CAT I ON
A. To the fullest extent permitted by law, Contractor shall
indem ify and hold Harmless Owner and Engineer and their
agent and employees from and against all claims,
damag-;s, losses and expenses including but not limited
to at orneys' fees arising out of or resulting from the
perfo mance of the Work, provided that any such claim,
damag-, loss or expense (a) is attributable to bodily
injur , sickness, disease or death,
tl er ot.liinjury
yeto orr
destr ction of tangible property o
itsel ) including the loss of use resulting therefrom and
(b) i= caused in whole or in part by any negligent act
or o fission of Contractor, any Subcontractor, anyone
direc ly or indirectly employed by any of them or anyone
for wose acts any of them may be liable, regardless of
whetli -r or not it is caused in part by a party
indem ified hereunder.
B. In an and all claims against owner or. Engineer or any
of teir agents or employees by any employee of
Contr ctor, any Subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose
acts any of thein may be liable, the indemnification
oblig tion under paragraph 6.14.A shall not be limited
in at way by any limitation on the amount or type of
damag-s, compensation or benefits payable by or for
Contr ctor or any Subcontractor under workers' or
workm-n's compensation acts, disability benefit acts or
other employee benefit acts.
C. The •i•ligations of Contractor under. paragraph 6.14.A
shall not extend to the liability of Engineer, his agents
ents
or em=loyees arising out of the preparation or app
of m •s, drawings, opinions, .reports, surveys, Change
Order-, designs or specifications.
PART 7 - WORK
7.01 OWNE
A. Owne
OTHERS
RIGHT '1'O PERFORM
may perform additional work related to the Project
18
by hi self, or have additional work performed by utility
servi•:e companies, or let other direct contracts therefor
which shall contain General Conditions similar to these.
Contr.ctor shall afford the utility service companies and
the o her contractors who are parties to such direct
contracts (or owner, if Owner is performing the
addit onal work with Owner's employees) reasonable
oppor unity for the introduction and storage of materials
and = uipment and the execution of work, and shall
prope ly connect and coordinate his Work with theirs.
7.02 CONT CTOR TO COORDINATE
A. If ai, part of Contractor's Work depends for proper
execu ion or results upon the work of any such other
contr ctor or utility service company (or Owner),
Contr ctor shall inspect and promptly report to Engineer
in wr ting any patent or apparent defects or deficiencies
in su h work that render it unsuitable for such proper
execu ion and results. Contractor's failure so to report
shall constitute an acceptance of the other work as fit
and p roper for integration with Contractor's Work except
for 1 tent or non -apparent defects and deficiencies in
the • her Work. Such acceptance by contractor shall
rende limn responsible for subsequent correction of any
such ork.
B. Contractor shall do all cutting, m ke ng ands patchi.gof
eral rof
his rk=that may be required to
come together properly and integrate with such other
work.f Contractor shall not endanger any work of others
by cu ting, excavating or otherwise altering their work
and +.11 only cut or alter their work with the written
cons t of Engineer and the others whose work will be
affe• ed.
C. If tte performance of additional work by other con-
trac .rs or utility service companies or Owner was not
note in the Contract Documents, written notice thereof
shall be given to Contractor prior to starting any such
addi =anal work. If Contractor believes that the
perf• mance of such additional work by Owner or others
invol es additional expense to Contractor or requires an
extei-ion of the Contract Time, Contractor may make a
clai therefor as provided in Parts 11 and 12.
PART 8 - OWNEI S RESPONSIBILITIES
8.01 OWNE TO COMMUNICATE THROUGH ENGINEER
A. Owne shall issue all communications to Contractor
thro oh the Engineer.
19
8.02
B. In c
Owne
make
Cont
Any d
subj
OWNE
A. Owne
Cont
Cont
para
B. Owne
as s
4.02
to C
test
affe
upon
tion
8.03 OWNE
e of termination of the employment of Engineer,
shall appoint an engineer: against whom Contractor
no reasonable objection, whose status under the
ct Documents shall be that of the former Engineer.
spute in connection with such appointment shall be
t to arbitration.
S OBLIGATIONS
shall furnish the data required of Owner under the
ct Documents promptly and shall make payments to
etor promptly after they are due as provided in
aphs 14.04.A and 14.09.A.
s duties in respect of providing reference points
forth in paragraph 4.01.A and 4.04.A Paragraph
refers to Owner's identifying and making available
retractor copies of reports of investigat.ions and
of physical conditions at the site or otherwise
ing performance of the Work which have been relied
y Engineer in preparing the Drawings and Specifica-
S RIGHT
A. In c• nnectiorr with Owner's rights to request changes in
the ork in accordance with Part 10, Owner (especially
in c.rtain instances as provided in paragraph 10.01.D)
is o ligated to execute Change Orders.
PART 9 - ENGI ER'S STATUS DURING CONSTRUCTION
9.01 OWNE ' S REPRESENTATIVE
A. Engineer will be owner's representative during the
cons ;:ruction period. The duties and responsibilities
and e limitations of authority of Engineer as Owner's
repr entative during construction are set forth in the
Cont act Documents and shall not be extended without
written consent of Owner and Engineer.
9.02 VISI' S TO SITE
A. Engi eer will make visits to the site at intervals
appr priate to the various stages of construction to
observe the progress and quality of the executed Work
and o determine, in general, if the Work is proceeding
in a•`. ordance with the Contract Documents. Engineer will
not ,e required to make exhaustive or continuous on-site
insp ctions to check the quality or quantity of the Work.
Engi eer's efforts will be directed toward providing for
20
Owner greater degree of confidence that the completed
Work ill conform to the Contract Documents. On the
basis of such visits and on-site observations as an
exper;-need and qualified design professional, Engineer
will -ep Owner .informed of the progress of the Work and
will !-ndeavor to guard Owner against defects and
defic encies in the Work.
9.03 CLARI
A. Engin
writt
DocUm
Engin
tent
of ti
a wri
incre
tract
or Pa
ICA'1.'IONS AND INTERPRETATIONS
er will issue with reasonable promptness such
n clarifications or interpretations of the Contract
its (in the form of Drawings or otherwise) as
ger may determine necessary, which shall be consis-
ith or reasonably inferable from the overall intent
Contract Documents. If Contractor believes that
ten clarification or interpretation justifies an
se in the Agreement Price or Contract Time, Con -
r may make a claim therefor as provided in Part 11
t 12.
9.04 REJEC1Nt, DEFECTIVE WORK
A. Engin er will have authority to disapprove or reject Work
which is defective, and will also have authority to
requi e special inspection or testing of the Work as
provided in paragraph 13.04.B, whether or not the Work
is faricated, installed or completed.
9.05 PROJE 'I' REPRESENTATION
A. Engin er will furnish a Project Representative to assist
Engin:er in observing the performance of the Work. The
dutie responsibilities and limitations of authority of
any _ch Project Representative and assistants will be
as pvided in Part 23. If Owner designates another
agen to represent him at the site who is not Engineer's
agen or employee, the duties, responsibilities and
limi tions of authority of such other person will be as
provided in Part 23.
9.06 DEC1 ONS ON DI:SAGREEMEN'I'S
A. Engi er will be the initial interpreter of the require-
ment -.of the Contract Documents and judge of the accept-
abil'.y of the Work thereunder. Claims, disputes and
othe natters relating to the acceptability of the Work
or thr interpretation of the requirements of the Contract
Docul nts pertaining to the execution and progress of the
Work hall be referred initially to Engineer in writing
with request for a formal decision in accordance with
this .aragraph, which Engineer willrender in writing
21
withi
clain
clail
withi
rise
ted
such
peri
capa
parti
in
rend
B. The
parag
or of
maki
para
exer
rerne
Docun
or o
A. Neitl
else
by E
exer
resp
cont
dist
oche
B. When
orde
term
adje
"pro
or in
revi
inter
judg
comp
a sp
any
shal
of t
cont
9.07.
a reasonable time. Written notice of each such
ispute and other matter shall be delivered by the
t to Engineer and the other party to the Agreement
ifteen days of the occurrence of the event giving
reto, and written supporting data will be submit -
Engineer and the other party within 45 days of
currence unless Engineer allows an additional
of time to ascertain more accurate data. In his
y as interpreter and judge Engineer will not show
ity to Owner or Contractor and will not be liable
nection with any interpretation or decision
d in good faith in such capacity.
ldering of a decision by Engineer pursuant to
ph 9.06.A with respect to any such claim, dispute
matter (except any which have been waived by the
or acceptance of final payment as provided in
ph 14.11.A) will be a condition precedent to any
e by Owner or Contractor of such rights or
s as either may otherwise have under the Contract
is or at Law in respect of any such claim, dispute
✓ matter.
TONS ON ENGINEER'S RESPONSIBILITIES
Engineer's authority to act under this Part 9 or
re in the Contract Documents nor any decision made
neer in good faith either to exercise or not
e such authority shall give rise to any duty or
ability of Engineer to Contractor, any Sub -
or, any manufacturer, fabricator, supplier, or
utor, or any of their agents or employees or any
arson performing any of the Work.
✓ in the Contract Documents the terms "as
" "as directed," "as required," "as allowed" or
jof like effect or import are used, or the
Ves "reasonable," "suitable," "acceptable,"
n
or "satisfactory" or adjectives of like effect
rt are used, to describe requirement, direction,
or judgment of Engineer as to the Work, it is
d that such requirement, direction, review or
nt will be solely to evaluate the Work for
nce with the Contract Documents (unless there is
fic statement indicating otherwise). The use of
h term or adjective never indicates that Engineer
Nave authority to supervise or direct performance
11I Work or authority to undertake responsibility
4- y to the provisions of paragraphs 9.07.0 or
✓ will not be responsible for Contractor's means,
22
metho i, techniques, sequences or procedures of construc-
tion, . r the safety precautions and programs incident
there- ,I, and Engineer will not be responsible for Con-
tract 's failure to perform the Work in accordance with
the C tract Documents.
D. Engin r will not be responsible for the acts or omis-
sions of Contractor or of any Subcontractors, or of the
agents or employees of any Contractor of Subcontractor,
or o: any other persons at the site or otherwise
perforning any of the Work.
PART 10 - CI1ANG'3S IN THE WORK
10.01 OWNER MAY ORDER CHANGES
A. Witho t invalidatlny the Agreement, Owner may, at any
time r from time to time, order additions, deletions,
or re''isions in the Work; these will be authorized by
Change: Orders. Upon receipt of a Change Order,
Contractor shall proceed with the Work involved. All
such Work shall be executed under the applicable
conditions of the Contract Documents. If any Change
Order causes an increase or decrease in the Agreement
Price or an extension or shortening of the Contract Time,
an eqitable adjustment will be made as provided in Part
11 or1 Part 12 on the basis of a claim made by either
party.
B. EnginE
involt
Contra
intent
pl isl.
and a
prompt
justi1
Time,
for it
r may authorize minor changes in the Work not
ng an adjustment in the Agreement Price or the
t Time, which are consistent with the overall
of the Contract Documents. These may be accom-
d by a Field Order and shall be binding on Owner,
Lso on Contractor who shall perform the change
1Jy. If Contractor believes that a Field Order
es an increase in the Agreement Price or Contract
ontractor may make a claim therefor as provided
Part 11 or Part 12.
C. Additional Work performed without authorization of a
Chane Order will not entitle Contractor to an increase
in tli Agreement Price or an extension of the Contract
Time,7except in the case of an emergency as provided in
paragraph 6.12.A and except as provided in paragraphs
10.01.5 and 13.04.B.
D. Owner shall execute appropriate Change Orders prepared
by Elgineer covering changes in the Work which are
required by Owner, or required because of unforeseen
physical conditions or emergencies, or because of
uncovering Work appropriately covered and found not to
23
be dctive, or as provided in paragraph 11.04.B o
becau.e of any other claim of Contractor for a change i
the • ontract Time or the Agreement Price which i
recomiended by Engineer.
E. If no -ice of any change affecting the general scope o
the W rk or change in the Agreement Price is required b
the p ovisions of any Bond to be given to the Surety, i
will be contractor's responsibility to so notify th
Suret , and the amount of each applicable Bond shall b
adjus ed accordingly. Contractor shall furnish proof o
such justment to Owner.
F. If Ow r and Contractor are unable to agree to the price
or t'ne of a change order submittal, as set forth in
Parts 11 and 12 herein, the Owner reserves the right to
perfo m said changed work directly or to hire other
contr:ctor(s) to perform said changed work. In this
event, the Contractor shall not be entitled to any
addit'onal cost, fee, or time extension as a result
there f, and Contractor shall permit free site access to
the •caner or other contractor(s) engaged by Owner for
said 'flanged work.
PAR'1' 11 - CHANG' OF AGREEMENT PRICE
11.01 AGREE ENT PRICE CHANGED ONLY BY CHANGE ORDER
A. The greement Price constitutes the total compensation
(subj-ct to authorized adjustments) payable to Contrac-
tor f performing the Work. All duties, responsibilit-
ies -nd obligations assigned to or undertaken by
Cont ctor shall be at his expense without change in the
Agreement Price.
B. The greement Price and time may only be changed by
Chan Order signed and approved by Contractor and Owner
C. The • ner, through the Engineer, may request changes to
the .greement for additional work or in response to
clai - by Contractor. All Change Order pricing and time
exte .ion analysis shall be in accordance with the
foll• ing:
1. The Engineer shall submit to the Contractor a
"Request for Proposal" outlining the scope of work
contemplated for said construction changes. 0
2. '1'he contractor shallsubmit within 14 days of
receipt of a "Request for Proposal" a complete cost
and fee and time extension analysis for the proposed
change which shall include:
24
Detailed itemization o1 smaterials and
estimated for said work;
labor
Detailed itemization from all subcontractor
for their respective labor and materials fo
said work;
Copies of quotations from suppliers substan
tiating all materials and equipment costs;
Itemization of overhead and fees in accordant
with Parayraph 11.03A;
Any request for contract time extension wit
all substantiating rationale therefor.
D. Contra. tor Claims. Any claim for an increase in the
Agree'upt Price or time shall be based on immediate
verballnotification to the Engineer followed by written
notic II elivered to the Owner and Engineer within 5 days
of the,ievent giving rise to said claim. Detailed notice
of the amount of said claim and any attendant time
extens:bn, including all supportive data in accordance
with .ragraph 11.O1C, shall be delivered to Engineer
within 15 days of event causing said claim unless
Engina-r allows additional time to assess specific cost,
time 7 construction details.
E. The vlue of any Work covered by a Change Order or of
any ca im for an increase or decrease in the Agreement
Price =:hall be determined in one of the following ways:
1.
(
the basis of the estimated Cost of the Work
etermined as provided in paragraphs 11.01.C) plus
Contractor's Fee for overhead and profit
etermined as provided in paragraph 11.03.A);
2. 3. mutual acceptance of a lump sum.
11.02 COST
A. The rl I Cost of the Work means the sum of all costs
neces ily incurred and paid by Contractor in the proper
perfo nce of the Work. Except as otherwise may be
agree to in writing by Owner, such costs shall be in
amount- no higher than those prevailing in the locality
of th -,� Project, shall include only the following items
and s1 11 not include any of the costs itemized in
parag r '1' 11.02.B. 4
TIE WORK
1.
roll costs for employees in the direct employ of
25
"ontractor in the performance of the Work under
6chedules of job classifications agreed upon by
wrier and Contractor. Payroll cost for employees
of employed full time on, the Work shall be
pportioned on the basis of their time spent on the
ork. Payroll costs shall include, but not limited
o, salaries and wages plus the cost of fringe
enefits which shall include social security
ontributions, unemployment, excise and payroll.
-axes, workers' or workmen's compensation. IP
uch employees shall include superintendents and
oremen at the site. The expenses of performing
ork after regular working hours, on Sunday or legal
iolidays, shall be included in the above to the
xtent authorized by Owner.
2. ost of all materials and equipment furnished and
ncorporated in the Work, including costs of trans-
ortat.i_on and storage thereof, and manufacturers'
-ield services required in connection therewith.
11 cash discounts shall accrue to Contractor unless
w►ier deposits funds with Contractor with which to
lake payments, in which case the cash discounts
hall accrue to Owner. All trade discounts, rebates
nd refunds, and all returns from sale of surplus
naterials and equipment shall accrue to Owner and
Contractor shall make provisions so that they may
be obtained. 0
3. ayments made by Contractor to the Subcontractors
fpr Work performed by Subcontractors. If required
Y Owner, Contractor shall Obtain competitive bids
from Subcontractors acceptable to Contractor and
shall deliver such bids to Owner who will then
etermine, with the advice of. Engineer, which bids
ill be accepted. If a subcontract provides that
he Subcontractor is to be paid on the basis of Cost
f the Work Plus a Fee, the Subcontractor's Cost of
he Work shall be determined in the same manner as
ontractor's Cost of the Work. 11l1 Subcontractors
_hall be subject to the other provisions of the
ontract Documents insofar as applicable. IFS
II
4. osts of special consultants (including, but not
limited to, engineers, architects, testing labora-
tories, surveyors, lawyers and accountants) employed
r services specifically related to the Work.
5. Supplemental costs include the following:
1a .
I
i
i
Cost, including transportation and mainteni
ance, of all materials, supplies, equipment
26
v
e
B. The ter
followl
machinery, appliances, and hand tools not o
by the workmen, which are consumed in
performance of the Work,, and cost less ma
value of such items used but not consumed w
remain the property of Contractor.
ned
the
ket
ich
Rentals of all construction equipment and
machinery and the parts thereof whether re ted
from Contractor or others in accordance ith
rental agreements approved by Owner with the
advice of Engineer, and the costs of
transportation, loading, unloading, insta la -
tion, dismant.l.inq and removal. thereof - al in
accordance with terms of said re tal
agreements. The rental of any such equipm nt,
machinery or parts shall cease when the use
thereof is no longer necessary for the Wo k.
Any sales, use or similar taxes related to
Work, and for which Contractor is lia
imposed by any governmental authority.
Deposits lost for cause's other than Cont
tor's negligence, royalty payments and
for permits and licenses.
Losses and damages (and related expenses),
compensated by insurance or otherwise, to
Work or otherwise sustained by Contracto
in connection with the execution of the W
provided they have resulted from causes o
than the negligence of Contractor, any
contractor, or anyone directly or indire
employed by any of them or for whose acts
of then may be liable.1 Such losses s
include settlements made with the wri
consent and approval of Owner. No such los
damages and expenses shall be included in
Cost of the Work for the purpose of determi ing,
Contractor's Fee. If, however, any such loss'
or damage requires reconstruction and,
Contractor is placed in charge ther-•f,,
Contractor shall be paid for services a feed
proportionate to that stated in paragr=phi
11.03.11.
•
•
•
the
le
ac
ees
no
�I
the
o r'
rk,
her
ub
tly
any
al11
ten'
es,
the
Cost of premiums for additional Bonds nd
insurance required because of changes in he
Work.
I
Cost of the Work shanot include any of he
27
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1. Payroll costs and other compensation of Contrac-
tor's officers, executives, principals (of
partnership and sole proprietorships), general
managers, engineers, architects, estimators,
lawyers, auditors, accountants, purchasing and
contracting agents, expediters, timekeepers, clerks band other personnel employed by Contractor whether
t the site or in his principal or a branch office
for general administration of the Work and not
pecifically included in the agreed upon schedule
of job classifications referred to in subparagraph
11.02.A.1--aL.L of which are to be considered
administrative costs covered by the Contractor's
Fee.
2. Expenses of Contractor's principal and branch
offices other than Contractor's office at the site.
3. Any part of Contractor's capital expenses, including
interest on Contractor's capital employed for the
Work and charges against Contractor for delinquent
payments.
4. Cost of premiums for all Bonds and for all insurance
whether or not Contractor is required by the
Contract Documents to purchase and maintain the same
(except for additional Bonds and insurance required
because of changes in the Work).
5. costs due to the negligence of Contractor, any
upcontractor, or anyone directly or indirectly
mOloyed by any of them or for whose acts any of
them may be liable, including but not limited to,
the correction of defective Work, disposal of
materials or equipment wrongly supplied and making
ciood any damage to property.
G. other overhead or general expense costs of any kind
and the costs of any item not specifically and
expressly included in paragraph 11.02.A.
a
b
c
The proportion of necessary transportation,
travel and subsistence expenses of Contr6c
tor's employees incurred in discharge of dut'es
connected with the Work.
The cost of utilities, fuel and sanitary
facilities at the site.
Minor expenses such as telegrams, long dista ce
telephone calls, telephone service at the si e,
28
1
expressage and similar petty cash items in
connection with the Work.
11.03 CONTR CTOR'S FEE
A. The C
and p
1.
t tractor's Fee allowed to Contractor for overread
cifit shall be determined as follows:
fee based on the following percentages of the
arious portions of the Cost of the Work:
For costs incurred under paragraphs 11.02.A.1
and 11.02.A.2, the Contractor's Fee shall be
ten percent; and
For costs incurred under paragraph 11.02.A.3,
the Contractor's Fee shall be five percent;
and if a subcontract is on the basis of Cost
of the Work Plus a Fee, the maximum allowable
to the Subcontractor as a fee for overhead and
profit shall be ten percent as set forth in
Paragraph 11.03A.1.a; and
No fee shall be payable on the basis of costs
itemized under paragraphs 11.02.A.4, 11.02.-
A.5, and 11.02.B.
B. The a ount of credit to be allowed by Contractor to Owner
for a y such change which results in a net decrease in
cost illbe the amount of the actual net decrease. When
both additions and credits are involved in any one
chang , the combined fee shallbe figured on the basis
of th net increase if any.
11.04 ADJUS' HENT OF THE UNIT PRICE
A. Whene er the cost of any Work is to be determined
pursu nt to paragraphs 11.02.A and 11.02.B, Contractor
will submit in form acceptable to Engineer an itemized
cost breakdown together with supporting data.
B. Where the quantity of Work with respect to any item that
is c•vered by a unit price differs materially and
signi icantly from the quantity of such Work indicated
in th Contract Documents, an appropriate Change Order
shall be issued on recommendation of Engineer to adjusp
the u it price.
PART 12 - CIIANG: OF THE CONTRACT TIME
12.01 CONTI CT TIME CHANGED ONLY BY CHANGE ORDER
29
A. The Contract Time may only be changed by a Change Omer.Any claim for an extension in the Contract time shall be
based on immediate verbal notification to Eng_neer
followed by written notice delivered to Owner and
Engineer within five days of the occurrence of the event
giving rise to the Claim. Notice of the extent of the
claim with supporting data shall be delivered with_n 15
days of such occurrence unless Engineer allows an
additional period of time to ascertain more accurate
data All claims for adjustment in the Contract time
shal be determined by Engineer. if Owner and Contractor
cann t otherwise agree. Any change in the Contract time
resu ting from any such claim sli.a 11 be incorporated in
a Cli nye Order.
B. The contract time will be extended in an amount equal to
timellost due to delays beyond the control of Contractor
if a claim is made therefore as provided in paragraph
12.O1.A. Such delays shall include, but not be l.inited
to, < cts or neglect by Owner or others performing addi-
tion 1 Work as contemplated by Part 7, or to fires,
floo s, labor disputes, epidemics, abnormal weather
cond tions, or acts of God.
C. All he time limits stated in the Contract Documents are
of t e essence of the Agreement. The provisions of this
Part 12 shall not exclude recovery for damages (including
comp nsation for additional professional services) for
dela by either party.
PART 13 - WAR NTY AND GUARANTEE; TESTS AND INSPECTIONS;
CORR CTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
13.01 WARR1NTY AND GUARANTEE
A. Conttactor warrants and guarantees to Owner and Engineer
that, without exception, all Work will be in accordance
with, the Contract Documents and will not be defective.
Four Icopies of all manufacturer's guaranties or certifi-
cates that are required by the Contract Documents shall
be ubmitted to Owner through Engineer prior to
acce•tance of the Work. No exceptions to Contract
Docu nts and guarantee or warranty requirements are
perm ted. Prompt notice of all defects shall be given
to C•ntractor. All defective Work, whether or not in
plac ., may be rejected, corrected or accepted as provided
in t is Part 13.
13.02 ACCES . '1'O WORK
A. Engit
repre
er and
ntatives
Engineer's representatives, other
of Owner, testing agencies and govern -
30
meat 1 agencies with jurisdictional interests will have
acre s to the Work at reasonable times for their observa
tion inspection and testing. Contractor shall provide
proper and safe conditions for such access.
13.03 TEST$ AND INSPECTIONS
A. Cont actor shall give Engineer timely notice of readiness
of he Work for all required inspections, tests or
appy vals.
B. If ay law, ordinance, rule, regulation, code, or order
of ai y public body having jurisdiction requires any Work
(or art thereof) specifically to be inspected, tested
or a proved, Contractor shall assume full responsib_lity
ther for, pay all costs in connection therewith and
furnish Engineer the required certificates of inspection,
testing or approval. Contractor shall also be
resp nsible for and shall pay all costs in connection
with Owner's or Engineer's acceptance of a manufacturer,
fabr cator, supplier or distributor of materials or
equipment proposed to be incorporated in the Work, or of
mate-iais or equipment submitted for approval prior to
Cont actor's purchase thereof for incorporation in the
Work The cost of all other inspections, tests and
appr vals required by the Contract Documents shall be
paid by Owner (unless otherwise specified), except that
the ost of re -testing of materials and equipment as a
dire t result of a failure to pass a specified test shall
be p id by Contractor.
C. All nspections, tests or approvals other than those
requ'red by law, ordinance, rule, regulation, code or
orde of any public body having jurisdiction shall be
pert rmed by organizations acceptable to Owner and
Contractor (or by Engineer, if so specified).
D. If a Work that is to be inspected, tested or approved
is c vered without written concurrence of Engineer, it
must, if requested by Engineer, be uncovered for
obse ation. Such uncovering shall be at Contractor's
expe -e unless Contractor has given Engineer timely
notic- of Contractor's intention to cover such Work and
Engin•er. has not acted with reasonable promptness in
respo se to such notice.
E. Neith
or ap
oblig
Contr
r observations by Engineer or inspections, tests
royals by others shall relieve Contractor frorr his
tions to perform the Work in accordance with the
ct. Documents.
13.04 UNCOV RING WORK
31
A. If aiy Work is covered contrary to the written re.uest
of E lgineer, it must, if requested by Engineer, b - un -
cove ecl for Engineer's observation and replace at
Cont actor's expense.
B. If lgineer considers it necessary or advisable that
cove ed Work be observed by Engineer or inspect:d or
test :d by others, Contractor, at Engineer's req est,
shal uncover, expose or otherwise make availabl= for
obse vation, inspection or testing as Engineer may
requ re, that portion of the Work in question, fur ish-
f it
hall
ure,
tory
onal
tive
k is
owed
the
such
ting
as
ing all necessary labor, material and equipment.
is f and that such Work is defective, Contractor
bear a 11 the expenses of such uncovering, expo
obse vation, inspection and testing and of satisfa
reconstruction, including compensation for addit
prof ssional services, and an appropriate dedu
Chan e Order shall be issued. If, however, such Wo
not ound to be defective, Contractor shall be al
an it crease in the Agreement Price or an extension o
Cont act Time, or both, directly attributable to
unco erinq, exposure, observation, inspection, to
and reconstruction if he makes a claim therefo
provjded in Parts 11 and 12.
13.05 OWNEI1 MAY STOP THE WORK
If ti e, Work is defective, or Contractor fails to s pply
suff client skilled workmen or suitable material- or
equi ment, or fails to furnish or perform the wo k in
such a way that the completed work will conform t. the
Cont act Documents, Owner may order Contractor to stop
the Work, or any portion thereof, until the caus for
such order has been eliminated; however, this rig t of
Owner to stop the work shall not give rise to any duty
on the part of Owner to exercise this right for the
benefit of Contractor or any other party.
13.06 CORRECTION OR RI MOVAI, OF DEFECTIVE WORK
A. If rquired by Engineer, Contractor shall prom
without cost to Owner and as specified by Engit
either correct any defective Work, whether or not fa
cated, installed or completed, or, if the Work has
rejected by Engineer, remove it from the site and rep
it with nondefective Work.
13.07 ONE YEAR CORRECTION PERIOD
tly,
eer,
ri-
een
ac
A. If w thin one year after the date of Completion and
writt-n acceptance by the Engineer of all punch list
32
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
items or such longer period of time as may be prescribed
by law or by the terms of any applicable special
guarantee required by the Contract Documents or by any
specific provision of the Contract Documents, any Work
if ound to be defective, Contractor shall promptly,
without cost to Owner and in accordance with Owner's
written instructions within seven (7) days after Owner's
issuance of written instructions correct the defective
work, or in an emergency where delay would cause serious
risk of loss or damage, Owner may have the defective Work
corr cted or the rejected Work removed and replaced, and
all direct and indirect costs of such removal and
repl cement, including compensation for additional
prof ssional services, shall be paid by Contractor.
13.08 ACCE
TANCE OF DEFECTIVE WORK
A. If, instead of requiring correction or removal and
replacement of defective Work, Owner. (and, prior to
Engineer's recommendation of final payment, also
Engineer) prefers to accept it, Owner may do so. In such
case, if acceptance occurs prior to Engineer's recominend-
ati.on of final payment, a Change Order shall be issued
incorporating the necessary revisions in the Contract
Documents, including appropriate reduction in the Agree-
ment Price; or, .if the acceptance occurs after such
recommendation, an appropriate amount shall be paid by
Contractor to Owner.
13.09 OWNER MAY CORRECT 1)EFECP.LVE WORK
A. If ontractor fails within a reasonable time after
writ en notice of Engineer to proceed to correct aid to
corr ct defective Work or to remove and replace rejected
Work as required by Engineer in accordance with paragraph
13.06.A, or if Contractor fails to perforin the Work in
accordance with the Contract Documents (including any
requirements of the progress schedule), Owner may, after
seve days' written notice to Contractor, correct and
reme y any such deficiency. In exercising his rights
unde this paragraph Owner shall proceed expeditiously.
To he extent necessary to complete corrective and
reme ial action, Owner may exclude Contractor from all
or p rt of the site, take possession of all or part of
the ork, and suspend Contractor's services related
ther to, take possession of Contractor's tools,
appl ances, construction equipment and machinery at the
site and incorporate in the Work all materials and
equipment stored at the site or for which Owner has paid
Cont actor but which are -stored elsewhere. Contractor
shal allow Owner, Owner's representatives, agents and
empl.yees such access to the site as may be necessary to
33
enable Owner to exercise his rights under this paragraph.
All direct and indirect costs of Owner in exercising such
rights shall be charged against Contractor in an amount
verified by Engineer, and a Change Order shall be issued
incorporating the necessary revisions in the Contract
Documents and a reduction in the Agreement Price. Such
direct and indirect costs shall include, in particular
but without limitation, compensation for additional
prole sional services required and all costs of repair
and .eplacement of work of others destroyed or damaged
by correction, removal or replacement of Contractor's
defective Work. Contractor shall not be allowed an
extension of the Contract Time because of any delay in
perfomance of the Work attributable to the exercise by
Owner of Owner's rights hereunder.
PART 14 - PAYME
14.01
'T'S 'I'O CONT'RACT'ORS ANI) COMPLETION
SCHEDrLES
A. Prior to submitting the first Application for a progress
payment, Contractor shall have obtained approval of the
progr ss schedule, the schedule of Shop Drawing
submiOsion and the schedule of values of the Work. These
schedules shall be satisfactory in form and substances
to Ei gineer.. 'I'lie schedule of values shall include
quantities and unit prices aggregating the Agreement
Price, and shall subdivide the Work into component parts
in sufficient detail to serve as the basis for progress
payments during construction. Upon acceptance of the
schedule of values by Engineer, it shall be incorporated
into form of Application for Partial Payment acceptable
to En ineer.
14.02 APPLICATION FOR PROGRESS PAYMENTS
A. At lest ten days before each progress payment falls due
(but.not more often than once a month), Contractor shall
submit to Engineer for review an Application for Partial
Payme t completed and signed by Contractor covering the
Work ompleted as of the date of the Application and
accom anied by such supporting documentation as is
required by the Contract Documents and also as Engineer
may reasonably require. Each subsequent Application for
Parti l Payment shall include an affidavit of Contractor
statiig that all previous progress payments received on
account of the Work have been applied to discharge in
full all of Contractor's obligations reflected in prior
Appliati.ons for. Partial Payment. The amount of
retain age with respect to.. progress payments will be as
stipulated in the Agreement.
34
14.03 CONT
CTOR' S WARRANTY OF TITLE
A. Cont actor warrants and guarantees that title to all
Work materials and equipment covered by any Application
for ayment, whether incorporated in the Project or not,
will pass to Owner at the time of payment free and clear
of 11 claims, security interests and encumbrances
(hereafter in these General Conditions referred to as
"Claims").
14.04 REVI
W OF APPLICATIONS FOR PROGRESS PAYMENT
A. Engineer will, within 10 days after receipt of each
Application for Partial Payment either indicate in
writing a recommendation of payment and present the
Application to Owner, or return the Applicatiol to
Cont actor indicating in writing Engineer's reasons for
refu ing to recommend payment. In latter case,
Cont actor may make the necessary corrections and
resu mit the Application. The Owner shall pay Contrac-
tor itliin 30 days of Owner's approval of the App=ica-
tion for Partial Payment.
B. Engineer's recommendation of any payment requested in an
Application for Partial Payment will constitute a repre-
sentation by Engineer to Owner, based on Engineer's
on -s to observations of the Work in progress as an
expe ienced and qualified design professional and on
Engit eer.'s review of the Application for Partial Payment
and the accompanying data and schedules that the Work has
progressed to the point indicated; that, to the best of
Engineer's knowledge, information, and belief, the
qual.ty of the Work is in accordance with the Contract
Docu encs (subject to an evaluation of the Work as a
functioning Project upon Substantial Completion, to the
results of any subsequent tests called for in the
Contract Documents and any qualifications stated in the
recommendation). however, by recommending any such
payment Engineer will not thereby be deemed to have
repr'sented that exhaustive or continuous on-site
insp ctions have been made to check the quality or the
quan-ity of the Work, or that the means mettods,
techniques, sequences, and procedures of construction
have been reviewed or that any examination has been made
to ascertain how or for what purpose Contractor has used
the moneys paid or to be paid to Contractor oii account
of t`le Agreement Price, or that title to any Work,
materials or equipment has passed Owner free and clear
of any Claims.
C. Engir eer may refuse to recommend and the Owner may refuse
to pay the whole or any part of any payment if, in their
35
14.05
opinion, it would be incorrect to make such payment.
They may also refuse to recommend to make any such
payment, or because of subsequently discover evidence or
the results of subsequent inspections or tests, nullify
any such payment previously recommended, to such extent
as may be necessary in Engineer's or Owner's opinion to
prot ct Owner from loss because:
1.
2.
3.
4.
5.
6.
SUBST
The Work is defective, or completed Work has been
damaged requiring correction or. replacement,
Written Claims have been made against Owner or
Claims have been filed in connection w.itli the Work,
The Agreement Price has been reduced because of
modifications,
Owner has been required to correct defective work
or complete the work in accordance with paragraph
13.09.A,
Of Contractor's unsatisfactory prosecution of the
work in accordance with the Contract Documents, or
Of Contractor's failure to make payment to Sub-
contractors for labor, materials or equipment.
ANTIAL COMPLETION
A. When Contractor considers the entire Work ready for its
intended use Contractor shall, in writing to Owner and
Enginl�er, certify that the entire Work is substantially
complete and request that Engineer issue a certificate
of Substantial Completion. Within a reasonable time
thereafter, Owner, Contractor, and Engineer shall make
an inspection of the Work to determine the status of
completion. If Engineer does not consider the Work
substantially complete, Engineer will notify Contractor
in writing giving his reasons therefor. If Engineer
consiiers the Work substantially complete, Engineer will
prepa-e and deliver to Owner a tentative certificate of
Substantial Completion. There shall be attached to the
certificate a punch list of items to be completed or
corrected before project completion and final payment.
14.06 PARTIAL UTILIZA'1'ION
A. Use b Owner of completed portions of the Work may be
accom lisped prior to Substantial Completion of all the
Work ubject to the following:
1. Owner at any time may re
36
est Contractor in writing
14.07
14.08
2.
to permit Owner to use any part of the Work which
Owner believes ready and necessary for operation.
Engineer shall issue a certificate of partial
utilization prior to operation of said portion of
work.
No occupancy of part of the Work or taking over of
operations of a facility will be accomplished prior
to compliance with the requirements of paragraph
5.06A in respect of property insurance.
FINAL INSPECTION
A. Upon written notice from Cor
complete and that all items o
completed, Engineer will. mak
Owner and Contractor and w
writing of all particulars
reveals that the Work is
Contactor shall immediately
nece sary to remedy such defi
FINA
APPLICATION FOR PAYMENT
rtractor that the Work is
the punch list have been
e a final inspection with
ill notify Contractor in
in which this inspection
incomplete or defective.
take such measures as are
ciencies.
n
A. After Contractor has completed
the s tisfaction of Engineer an
ance and operating instructions
Bonds, certificates of inspec
documents and other documents -
Contract Documents, and after En
the Work is acceptable (subjec
paragraph 14.11.A), Contractor
final payment following the
payments. The final Applicata
accompanied by all documentat
Contrhct Documents and such otli
Engineer may reasonably require
and legally effective releases
to Owner) of all Claims arisi
connection with the Work. I
approved by Owner, Contractor
releases in full.; an affidavit
releases and receipts include
material and equipment for which
and that all payrolls, material
other! indebtedness connected w
Owner or his property might in
been paid or otherwise sati.
Surety, if any, to final payment
manufacturer, fabricator,_..suppl
to furnish a release or receipt
furnish a bond or other collater
all such corrections to
d delivered all mainten-
, schedules, guarantees,
tion, marked -up record
-all as required by the
gineer has indicated that
t to the provisions of
nay make application for
procedure for progress
on for Payment shall be
ion called for in the
er data and schedules as
, together with complete
or waivers (satisfactory
ng out of or filed in
n lieu thereof and as
may furnish receipts or
of Contractor that the
all labor, services,
r a Claim could be filed,
and equipment bills, and
ith the Work for which
any way be responsible,
;fled; and consent of the
. If any Subcontractor,
ier or distributor fails
in full, Contractor may
al satisfactory to OwneF
37
to indemnify Owner against Claim.
14.09 FINAL PAYMENT AND ACCEPTANCE
A. If, on the basis of Engineer's observation of the Work
during construction and final inspection, and Engineer's
review of the final Application for Payment and accom-
panying documentation --all as required by the Contract
Docu eats, Engineer is satisfied that the Work has been
completed and Contractor has fulfilled all of his obli-
gations under the Contract Documents, Engineer will,
with n ten days after receipt of the final Application
for ayment, indicate in writing his recommendation of
paym nt and present the Application to Owner for payment.
Ther upon Engineer will give written notice to Owner and
Contractor that the Work is acceptable subject to the
provisions of paragraph 14.11.A. Otherwise, Engineer
will return the Application to Contractor, indicating in
writing the reasons for refusing to recommend final
payment, in which case Contractor shall make the
necessary corrections and resubmit the Application. If
the Application and accompanying documentation are
appropriate as to form and substance and when Owner has
approved payment request, Owner shall, within thirty days
thereof pay Contractor provided publication of notice of
final settlement, pursuant to Statutory requirements,
shall also precede final payment to Contractor.
B. If, through no fault of Contractor, final completion of
the Work is significantly delayed thereof and if Engineer
so confirms, Owner shall, upon receipt of Contractor's
final Application for Payment and recommendation of
Engineer, and without terminating the Agreement, make
payment of the balance due for that portion of the Work
fully completed and accepted. If the remaining balance
to be held by Owner for Work not fully completed or
corrected is less than the retainage stipulated in the
Agreement, and if Bonds have been furnished, the written
consOnt of the Surety to the payment of the balance due
for that portion of the Work fully completed and accepted
shall be submitted by Contractor to Engineer with the
Application for such payment. Payment shall be made
under the terms and conditions governing final payment,
except that it shall not constitute a waiver of claims.
14.10 CONTRACTOR'S CONTINUING OBLIGATION
A. Contractor's obligation to perform and complete the Work
in accordance with the Contract Documents shall be
absolute. Neither recommendation of any progress or
final payment by Engineer, nor the issuance of a
certificate of Substantial Completion, nor any payment
38
1
by Owner to Contractor under the Contract Documents, nor
any use or occupancy of the Work or any part thereof by
Owner, nor any act of acceptance by Owner nor any failure
to do so, nor the issuance of a notice of acceptability
by Engineer pursuant to paragraph 14.09.A, nor any
correction of defective Work by Owner shall constitute
an acceptance of Work not in accordance with the Contract
Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract
Documents.
14.11 WAIVE
Of CLAIMS
A. The m king and acceptance of final payment shall consti-
tute:
1. A waiver of all claims by Owner against Contractor,
except claims arising from unsettled Claims, from
defective Work appearing from final inspection
pursuant to paragraph 14.07.A or from failure to
comply with the Contract Documents or the terms of
any special guarantee specified therein; however,
it shall not constitute a waiver by Owner of any
rights in respect of Contractor's continuing obliga-
tions under the Contract Documents; and
2. waiver of all claims by Contractor against Owner
ther than those previously made in writing and
till unsettled.
PART 15 - SUSPE
SION OF WORK ANI) TERMINATION
15.01 OWNER MAY SUSPEND WORK
A. Owner may, at any time and without cause, suspend the
Work or any portion thereof for a period of not more than
ninety days by notice in writing to Contractor and
Engineer which shall fix the date on which Work shall be
resumed. Contractor shall resume the Work on the date
so fixed. Contractor will be allowed an increase in the
Agreement Price or an extension of the Contract Time, or
both, directly attributable to any suspension if he makes
a claijm therefor as provided in Parts 11 and 12.
15.02 OWNER 4AY TERMINATE
A. Upon the occurrence of any one or more of the following
events, Owner may terminate the Agreement:
1. 1f Contractor is adjudged a bankrupt or insolvent,
2. If Contractor makes a general assignment for the
39
benefit of creditors,
3. If a trustee or receiver is appointed for Con-
tractor or for any of Contractor's property,
4.
5.
6.
7.
If Contractor files a petition to take advantage of
any debtor's act, or to reorganize under the bank-
ruptcy or similar laws,
If Contractor repeatedly fails to supply sufficient
skilled workmen or suitable materials or equipment,
If Contractor repeatedly fails to make prompt
payments to Subcontractors for labor, materials or
equipment,
If Contractor disregards laws, ordinances, rules,
regulations or orders of any public body having
jurisdiction,
8. If Contractor disregards the authority of Engineer,
or
9. If Contractor otherwise violates in any substantial
way any provisions of the Contract Documents.
B. Owner may after giving Contractor and his Surety seven
days' written notice, terminate the services of Contrac-
tor, exclude Contractor from the site and take posses-
sion of the Work and all Contractor's tools, appliances,
cons ruction equipment and machinery at the site and use
the same to the full extent they could be used by Con-
tractor (without liability to Contractor for trespass or
conversion), incorporate in the Work all materials and
equipment stored at the site or for which Owner has paid
Contractor but which are stored elsewhere, and finish the
Work' as Owner may deem expedient. In such case
Contractor shall not be entitled to receive any further
payment until the Work is finished. If the unpaid balance
of the Agreement Price exceeds the direct and indirect
costs of completing the Work, including compensation for
additional professional services, such excess shall be
paid to the Contractor. If such costs exceed such unpaid
balance, Contractor shall pay the difference to Owner.
Such costs incurred by Owner shall be verified by
Engineer and incorporated in a Change Order, but in
finishing the Work, Owner shall not be required to obtain
the lowest figure for the Work performed.
C. Where Contractor's servipes have been so terminated by
Owner, the termination shall not affect any rights of
Owner against Contractor then existing or which may
40
thereafter accrue. Any retention or payment of moneys
due Contractor by Owner will not release Contractor from
liability.
D. Upon seven days' written notice to Contractor and
Engineer, Owner may, without cause and without prejudice
to any other right or remedy, elect to abandon the Work
and trminate the Agreement. In such case, Contractor
shal]. be paid for all Work executed and any expense
sustained plus reasonable termination expenses.
15.03 CONTRACTOR MAY STOP WORK OR TERMINATE
A. If, through no act or fault of Contractor, the Work is
suspended for a period of more than 90 days by Owner or
under. an order of court or other public authority, or
Engineer fails to act on any Application for Partial
Payment within 30 days after it is submitted, or Owner
fails for thirty days to pay Contractor any sum finally
determined to be due, then Contractor may, upon seven
days' written notice to Owner and Engineer, terminate
the Agreement and recover from Owner payment for all work
executed and any expense sustained plus reasonable
termination expenses. In addition and in lieu of term-
inating the Agreement, if Engineer has failed to act on
an Application for Payment or Owner has failed to make
any payment as aforesaid, Contractor may upon seven days'
notice to Owner and Engineer stop the Work until payment
of all amounts then due. The provisions of this
paragraph shall not relieve Contractor of his obligations
under paragraph 6.14.A to carry on the Work in accordance
with the progress schedule and without delay during
disputes and disagreements with Owner.
15.04 OWNER MAY 'TERMINATE FOR CONVENIENCE
A. The Owner may terminate the performance of Work under
the Contract Documents in accordance with this section,
in whole, or from time to time in part, whenever the
Owner shall determine that such termination is in the
best interest of the Owner. Any such termination shall,
be affected by delivery of a written Notice of Termin--
ation to the Contractor specifying the extent to which
performance of Work under the Contract is terminated an
the date upon which termination becomes effective.
B. After receipt of a notice of termination, and except a
otherwise directed by the Owner, the Contractor shall:
1. Stop Work under the _ contract on the date and to the
extent specified in the Notice of Termination.
41
2.
1
Place no further orders or subcontracts for
materials, services, or facilities except as neces-
sary to complete the portion of the Work under the
Contract which is not terminated.
3. Terminate all orders and subcontracts to the extent
that they relate to the performance of Work ter-
minated by the Notice of Termination.
4. Assign to the Owner, in the manner, at the times,
and to the extent directed by the Owner, all of the
'right, title, and interest of the Contractor under
the orders and subcontracts so terminated. The
Owner shall have the right, in its discretion, to
settle or pay any or all claims arising out of the
termination of such orders and subcontracts.
5. Settle all outstanding liabilities and all claims
arising out of such termination of orders and
subcontracts, with the approval or ratification of
the Owner to the extent he may require. His
approval or ratification shall be final for all
purposes of this clause.
6. Transfer to the Owner, and delivery in this manner,
at the times, and to the extent, if any directed by
the Owner:
a.The fabricated or. ul
nfabricated parts, Work in
process, completed Work, supplies, and other
material produced as a part of, or acquired in
connection with the performance of, the Work
terminated by the Notice of Termination; and
The completed or partially completed plans,
drawings, information, and other property
which, if the Project had been completed would
have been required to be furnished to the
Owner.
b.
7. Use his best efforts to sell, in the manner, at the
times, to the extent, and at the price or prices
that the Owner directs or authorizes, any property
of the types referred to above in this clause, but
the Contractor:
a. Shall not be required to extend credit to any
purchaser; and
.. May acquire any_.sucli property under the condi-
tions prescribed and at a price or prices
approved by the Owner. The proceeds of any
42
8.
such transfer or disposition shall be applied
in reduction of any payments to be made by the
Owner to the Contractor under the Contract
Documents or shall otherwise be credited to the
Agreement Price or cost of the Work covered by
the Contract Documents or paid in such other
manner as the Owner may direct.
Complete performance of such part of the Work as
shall not have been terminated by the Notice of
Termination.
9. Take such action as may be necessary, or as the
Owner may direct, for the protection and preserva-
tion of the property related to the Project which
is in the possession of the Contractor and in which
the Owner has or may acquire an interest.
C. Afte receipt of a Notice of Termination, the Contrac-
tor hall submit to the Owner his termination claim, in
the form and with the certification the Owner pre-
scribes. Such claim sliaii be submitted promptly, but in
no event later than one year from the effective date of
the termination, unless one or more extensions in writing
are granted by the Owner upon request of the Contractor
made in writing within such one (1) year period or
authorized extension. However, if the Owner determines
that the facts justify such action, he may receive and
act upon any such termination claim at any time after
such one (1) year period or extension. If the Contractor
fails to submit his termination claim within the time
allowed, the Owner may determine, on the basis of
information available to him, the amount, if any, due to
Contractor because of the termination. The Owner shall
then pay to the Contractor the amount so determined.
D. Subject to the provisions of this paragraph, the Contrac-
tor wind the Owner may agree upon the whole or any part
of the amount or amounts to be paid to the Contractor
becau a of the total or partial termination of Work under
this subsection. The amount or amounts may include a
reaso able allowance for profit on Work done. However,
such agreed amount or amounts, exclusive of settlement
costs, shall not exceed the total Agreement Price as
reduced by the amount of payments otherwise made and as
further reduced by the Agreement Price of the portion of
the Property not terminated. The Contract Documents
shall be amended accordingly, and the Contractor shall
be paid the agreed amount. Nothing in this paragraph
prescribing the amount to. be paid to the Contractor in
the ejient of the failure of the Contractor and the Owner
to adlree upon the whole amount to be paid to the
I
43
Contractor because of termination of Work under this
Section, shall be deemed to limit, restrict, or otherwise
determine or affect the amount or amounts which may be
agreed upon to be paid to the Contractor pursuant to this
para raph.
E. If tle Contractor and the Owner fail to agree on the
whole amount to be paid to the Contractor because of the
termination of Work under this section, the Owner shall
determine, on the basis of information available to him,
the amount, if any, due to the Contractor by reason of
the ermination and shall pay the Contractor the amounts
Bete•mined as follows:
1. For all Contract Work performed before the effective
date of the Notice of Termination the total (without
duplication of any items) of:
2.
a. The cost of such Work.
b The cost of settling and paying claims arising
out of the termination of Work under sub-
contracts or orders as paragraph 15.04.B.3
above provides. This cost is exclusive of the
amounts paid or payable on account of supplies
or materials delivered or services furnished
by the Subcontractor before the effective date
of the Notice of Termination. These amounts
shall be included in the cost on account of
which payment is made.
c. A sum, as profit, that the Owner and Contrac-
tor determine to be fair and reasonable. But,
if it appears that the Contractor would have
sustained a loss on the entire Project had it
been completed, no profit shall be included or
allowed under this paragraph and an appro-
priate adjustment shall be made reducing the
amount of the settlement to reflect the indica-
ted rate of loss.
The reasonable cost of the preservation and protec-
tion of property incurred and any other reasonable
costs incidental to termination of the Work under
the Contract Documents, including expense incidental
to the determination of the amount due to the
Contractor as a result of the termination of Work
under the Contract Documents. The total sum to be
paid to the Contractor shall not exceed the total
Agreement Price as reduced by the amount of payments
otherwise made and as further reduced by the
Agreement Price of Work not terminated. Except for
44
1
normal spoilage, and except to the extent that the
Owner shall have otherwise expressly assumed the
risk of loss, there shall be excluded from the
amounts payable to tike Contractor the fair value,
as determined by the Owner, of property to the
extent that it is undeliverable to the Owner, or to
a Buyer under paragraph 15.04.8.7 of this section.
F. The Contractor shall have the right to dispute under the
Disputes provision any determination the Owner makes
under this section. But, if the Contractor has failed
to su mit his claim within the time provided in paragraph
15.04.0 and has failed to request and extension of time,
he sh 11 have no such right of appeal. In any case where
0 ner has determined the amount due, the Owner shall
to the Contractor the following:
the
pay
1. If there is no right of appeal hereunder or if no
timely appeal has been made, the amounts so deter-
mined by the Owner; or
2. If a dispute proceeding is initiated, the amount
finally determined in such dispute proceeding.
G. In arriving at the amount due to the Contractor under
this clause there shall be deducted:
1. All unliquidated advance or other payments on
account therefor made to the Contractor, applicable
Ito the terminated portion of the Work.
2. Any claim which the owner may have against the
Contractor in connection with this Contract.
3. The agreed price for, or the proceeds of sale of,
any materials, supplies or other things kept by the
Contractor or sold, under the provisions of this
section, and not otherwise recovered by or credited
to the Owner.
H. If tie termination hereunder be partial, before the
settlement of the terminated portion of this Contract,
the Contractor may file with the Owner or request in
writing for an equitable adjustment of the price or
prices specified in the Contract relating to the
continuing portion of the Work (the portion not
terminated by the Notice of Termination) . Such equitable
adjustment as may be agreed upon shall be made in the
price or prices. Nothing contained herein shall limit
the r ght of the Owner and the Contractor to agree upon
the amount or amounts to be paid to the Contractor for
the completion of the continued portion of the Work when
45
4-4
the Contract Documents do not contain an established
Contract rice for the continued portion.
PART 16 - MISCELLANEOUS
16.01 GIVING NOTICE
A. Whenever any provision of the Contract Documents requires'
the giving of written notice it shall be deemed to have
been v lidly given if delivered in person to the indivi-
dual o to a member of the firm or to an officer of the
corpor tion for whom it is intended, or if delivered at
or sent by registered or certified mail, postage prepaid,
to the last business address known to the giver of the -
notice
16 02 COMPU'T'ATION OF TIME
A. When any period of time is referred to in the Contract
Documents by days, it shall be computed to exclude the
first and include the last day of such period. If the
last day of any such period falls on a Saturday or Sunday
or on a day made a legal Holiday by the law of the
applicable jurisdiction, such day shall be omitted from
the computation.
16.03 CORRECTION PERIOD
A: Nothing in the General Conditions concerning the correc-
tion period shall establish a period of limitation with
respect to any other obligation which Contractor has
under the Contract Documents. The establishment of time
period' relates only to the specific obligations under the
Contract Documents which may be sought to be enforced,
not to the time within which proceedings may be com-
to establish Contractor's liability with respect
obligations other than specifically to correct the
menced
to its
Work.
16.04 GENERAL
A. Should Owner or Contractor suffer injury or damage to
his person or property because of any error, omission or
act of the other party or of any of the other party's
employ es or agents or others for whose acts the other
party s responsible, the injured party shall notify the
other arty within a reasonable time of the first obser-
vance of such injury or damage.
B. The duties and obligations imposed by these General
Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular but
46
1
witho'; limitation, the warranties, guarantees and
oblig ions imposed upon Contractor by paragraphs 6.14.A,
13.O1.A, 13.06.A, 13.09.A, 14.03.A, and 15.02.A and all
of tIe rights and remedies available to Owner and
Engin er thereunder, shall be in addition to, and shall
not be construed in any way as a limitation of, any
rights and remedies available to any of or all of them
which' are otherwise imposed or available by law or
contract, by special warranty or guarantee, or by other
provi ions of the Contract Documents, and the provisions
of th s paragraph shall be as effective as if repeated
speci ically in the Contract Documents in connection with
each particular duty, obligation, right and remedy to
which they apply. All representations, warranties, and
guarantees made in the Contract Documents shall survive
finall payment and termination or completion of this
Agreement.
PART 17 - DOCUMENT'S
17.01 COUNTERPARTS OF 'I'IHE AGREEMENT
A. Six cppies of the Contract Documents will be prepared by
Engineer. All copies will be submitted to Contractor
and Contractor shall execute the Agreement, insert all
insurances, and submit all copies to Owner within 15
days. The date on the Agreement and bond forms and the
certi ication date on the power of attorney shall be left
blank for filling in by Owner.
B. Owner dill execute all copies, insert the date on the
Agree ent and transmit all copies to Engineer within 10
days,ci
review and distribution. Distribution of signed
copietwill be one copy each to Owner, Contractor,
Suret, es, and Engineer. Contractor shall be responsible
for distributionLLof copies to the Surety.
17.02 PERFOKMANCE AND OTHER BONDS
A. Performance, Payment and Warranty Bond shall be in an
amount equal to 100 percent (100%) of the Agreement
Price, as indicated by Change Orders, as security for
paymeit of all wages and bills contracted for materials,
supplies, and equipment used in the performance of the
contract.
B. Bonds shall be executed on the forms included in the
Contract Documents. Each Bond shall be accompanied by
a "Poer of Attorney" authorizing the attorney-in-fact
to bind the Surety and certified to include the date of
the Bond.
47
17.03 CONT'IZACTOR' S LIABILITY INSURANCE
A. Employer's liability and comprehensive general liability
insufance shall include "all states" endorsements. To
the extent that Contractor's work, or work under his
dire¢tion, may require blasting, explosive conditions,
or Underground operations, the comprehensive general
liab lity coverage shall contain no exclusion relative
to basting, explosion, collapse of buildings, or damage
to underground property.
B. The limits of liability for Contractor's Liability
Insurance shall not be less than:
1. Worker's Compensation: Statutory
2.
3.
4.
Employer's Liability:
Comprehensive General Liability
a. ( Bodily injury
$ 150,000 each
person
$ 400,000 each
occurrence
$ 150,000 each
person
$ 400,000 each
occurrence
b. Property damage $ 400,000 each
SiIoccurrence
$1,000,000
aggregate
Comprehensive Automobile Liability
a.
b.
Bodily injury
Property damage
$ 150,000 each
person
$ 400,000 each
occurrence
$ 400,000 each
occurrence
$1,000,000
aggregate
C. At the option of Contractor, evidence of coverage and
limits may be furnished by an umbrella liability policy
certificate in addition to certificates for Workmen's
Compensation and employer's .liability, and comprehensive
automobile and general liability policies.
17.04 OWNER'S LIABILITY INSURANCE
48
N
A. Contractor shall purchase and maintain Owner's protec-
tive liability insurance. This insurance shall be issued
in the name of Owner and shall protect and defend Owner
against all claims arising as a result of the operations
of Contractor or. his Subcontractors. The liability
limits shall be as specified for comprehensive general
liability insurance.
17.05 PROP
RTY INSURANCE
A. Owne intends to, and may, but is not obl igated to
purclase and maintain property insurance upon the Work
at tl e site to the full insurable value thereof. This
insurjance shall include the interests of Owner,
Contractor and Subcontractors in the Work, shall insure
against the perils of fire and extended coverage and
shall include "all risk" insurance for physical loss and
damage including theft, vandalism and malicious mischief,
collapse and water damage, and shall include damages,
losses and expenses arising out of or resulting from any
insured loss or incurred in the repair or replacement of
any insured property (including fees and charges of
engineers, architects, attorneys and other profess-
ionals). Contractor shall purchase and maintain similar
prop rty insurance on portions of the Work stored on and
off the site or in transit when such portions of the Work
are o be included in an Application for Partial Payment.
B. Owne intends to, and may, but is not obligated to
purcljase and maintain boiler and machinery insurance.
C. If Contractor requests in writing that other special
insurance be included in the property insurance policy,
Ownei shall, if possible, include such insurance, and
the cost thereof shall be charged to Contractor by
apprdpriate Change Order. Prior to commencement of the
Work.at the site, Owner will in writing advise Contrac-
tor Nether or not such special insurance has been
procured by Owner.
D. Builder's Risk Insurance.
1. Contractor shall purchase and maintain builder's
risk insurance. This insurance shall be written in
completed value form and shall protect Contractor,
Owner, and Engineer against risks of damage to
buildings, structures, and materials and equipment
not otherwise covered under installation floater
insurance, from the..per.ils of fire and lightening,
the perils included in the standard extended
coverage endorsement, and the perils of vandalism
49
and malicious mischief. The amount of such
insurance shall be not less than the insurable value
f the Work at completion less the value of the
aterials and equipment insured under installation
floater insurance.
2. uilder's risk insurance shall provide for losses
to be payable to Contractor, Owner, and Engineer as
their interests may appear. The policy shall
Contain a provision that in the event of payment
or any loss under the coverage provided the
insurance company shall have no rights of recovery
gainst the Contractor, Owner., and Engineer.
151
E. Installation Floater Insurance.
1. Contractor shall purchase and maintain installation
floater insurance.
2 equipment such as pumps, compressors, basin
equipment, motors, switchgear, transformers, panel
ards, control equipment, and other similar
equipment shall be insured under the installation
Floater insurance when the aggregate value of the
quipment exceeds Ten Thousand Dollars ($10,000.00)4
insurance shall protect Contractor, Owner, and
Engineer from all insurable risks of physical loss
or damage to materials and equipment not otherwise
covered under builder's risk insurance, while in
warehouses or storage areas, during installation,
during testing, and after the Work is completed.
It shall be of the "all risk" type, with coverages
resigned for the circumstances which may occur in
the particular Work included in the Contract
pocuments. The coverage shall be for an amount not
,less than the insurable value of the Work at
pompletion, less the value of materials and
equipment insured under builder's risk insurance.
The value shall include the aggregate value of the
Owner -furnished equipment and materials to be
erected or installed by Contractor not otherwise
insured under builder's risk insurance. installa-
tion floater insurance shall provide for losses to
be payable to Contractor, Owner, and Engineer as
their interest may appear. The policy shall contain
a provision that in the event of payment for any
loss under the coverage provided the insurance
company shall have no rights or recovery against the
Contractor, Owner, and Engineer.
3. Certificates of insurance covering installation
floater insurance shall quote the insuring agreement
50
nd all exclusions as they appear in the policy; or
n lieu of certificates, copies of tl►e complete
olicy may be submitted.
F. Build-rs risk insurance policies shall contain a
provi ion that the coverage afforded will not be
cancelled or materially changed until at least 30 days
prior written notice has been given to Owner.
G. Insured losses under policies of insurance which include
Owner's interests shall be adjusted with Owner and made
payab e to Owner as trustee for the insureds, as their
inter sts may appear, subject to the requirements of any
appli able mortgage clause, and any direction by
arbit ators. Owner as trustee shall have the right to
adjus and settle losses with the insurers unless one of
the parties in interest shall object in writing within 5
days after the occurrence of loss to Owner's exercise of
this power and, if such objection be made, arbitrators
shall be chosen as provided in the General Conditions:.
Ownerl as trustee shall, in that case, make settlement
with the insurers in accordance with the direction of
such (Iarbitrators. If distribution of the insurance
proceeds by arbitration is required, the arbitrators
will direct such distribution. Owner and Contractor
waive all rights against each other and against Engineer
for d mages caused by fire or other perils to the extent
cover d by insurance except such rights as they may have
to t e proceeds of such insurance held by Owner as
trust e. Contractor shall require similar waivers by
Subco tractors. Each waiver shall be in favor of all
other parties enumerated in this paragraph.
PART 18 - ADDRESSES
18.01 OWNER
A.
1
Owner is the person or entity named in the Agreement
actin through its duly authorized agents. All notices,
lette s and communications directed to Owner shall
addre sed and delivered to Owner at the addre
indicated in the Agreement, with a copy to Engineer.
18.02 ENGINEER
A.
All duties and responsibilities assigned to Engineer in
the Contract Documents, with the corresponding rights
and akuthority will be assumed by the Engineer named in
the Agreement and its duly authorized agents. All
notices, letters and communication directed to Engineer
shall' be addressed and delivered to Engineer at the
address indicated in the Agreement.
51
18.03 CONTRACTOR
A. The liufiiness addresses of Contractor given in the Bid
Form pnd Contractor's office at the site of the Work are
herebNr designated as the places to which all notices,
letters, and other communication to Contractor will be
delivered.
18.04
A.
PART 19
A.
CIHANG
Eithe
addre
to th
OF ADDRESS
Owner, Contractor, or Engineer may change his
at any time by an instrument In writing delivered
other two.
- LIQUIDA'1'ED DAMAGES
Tiine is an essential condition of the Contract. Should
Contractor fail to perform the Work within the period of
time 'stipulated in the Agreement, Contractor shall pay
to Owner, as liquidated damages and not as a penalty, the
amounts set forth in the Contract Agreement unless
extensions of time granted by Owner specifically provide
for the waiving of liquidated damages.
B. In case of joint responsibility for delay in the final
completion of the Work, where two or more separate
contracts are in force at the same time and cover work
at the same site, liquidated damages assessed against
any one Contractor for the delay shall be determined by,
and in the judgment of, Engineer.
C. Owner] shall have the right to deduct the liquidated
damages from any money in its hands, otherwise due, or
to become due, to Contractor, or to sue for and recover
compe sation for damages for nonperformance of this
Contr ct within the time stipulated.
PART 20 - EXISTING INSTALLA'T'IONS
A. Existing installations such as water lines, gas lines,
sewer , telephone lines, power lines, or similar
conce led structures in the vicinity of the Work are
indic ted on the drawings only to the extent such
infor ation was made available to or discovered by
Engin er in preparing the drawings. There is no
guara-itee as to the accuracy or completeness of such
information, and all responsibility for the accuracy and
completeness thereof is expressly disclaimed. Generally,
service connections are not indicated on the drawings.
B. Contractor shall be solely responsible for locating all
52
existing installations, including service 011tacti ions,
9
in advance of excavatingor Contractor pshall use his
the
Owners thereof and prospecting. information
own information and shall not rely upon any existing
indicated on the drawings concerning
installations.
C. The eneral Conditions provisions regarding Unforeseen
gUnforeseen
Phys cal Conditions do not apply to
is hn.
g
installations indicated in rllextra coste nt opataContractor
Any delay, additional Work, or
caused by existing installations shall not Ocornstitute a
claim for extra Work, additional payment,
PART 21 - STREAMLINED SPECIFICATIONS
A. These specifications are utilizing incomplete i nlthe completereslen tenoesr
ddeclarative style,
Omissions of such words and phr"shall seslhe be,'Consractor
shall," "in conformity therewith,"
on the drawings," "a," "an," " "the," and "all" are inten-
tional in strealnrenee ieCn ihel,sameOmannea asrwlietsihalnote
l be
supplied by infe
appears on the drawings. The omission of such words
shall not relieve the Contractor from providing all items
and work described herein or indicated on the drawings.
PART 22 - IHAN
22.01
LING OF DISPUTES
DIS U'I'ES
A. Any claim, dispute, or other matter in question between
the, Contractor and ll wh Owner h havend been referred
waived by the
Eng'Meer, except thosebe submitted
mak ng or acceptance of final payment, may
tt demand of either party
to arbitration upon the wri en
sand
where the amount claimed even not
exceed Fifty days extension ofutime
Dollars ($50,000.00) or (7) the Owner and
and the dispute or claomdemandvfor oarbitratiott of any
nly Co tactor. However,su 1 claim, dispute, or other matter may be made until
the earlier of (1) the date on which the Engineer fhas
has
rendered a written decision, or (2) the tenth day
the parties have presented their evidence to the Engineer
or have been given a reasonable opportunity to do so, by
if
the Engineer has not rendered his written decision eer
that date. When such a written decision of thethEngineer
states (1) that the decision is final,
for arbitration of a claim, must be made within thirty
(30) days after the date. -of which the party making the
de and receives the written decision, and (3) that
failure to demand arbitration within said thirty (30)
53
days' period will result in the Engineer's decision
becoming final and binding upon the Owner and the
Contractor. If the Engineer renders a decision after
arbitration proceedings have been initiated, such
decision may be entered as evidence but will not
supersede any arbitration proceedings unless the decision
is acceptable to all parties concerned.
22.02 DISPUTE LIMITATIONS
A. Subjet to the limitations of Paragraph 22.01, all
claimS, disputes, and other matters in question between
the Owner and Contractor and arising from the Contract
Documents or the breach thereof, shall be decided by
arbitration in accordance with the Construction Industry
Arbitration rules of the American Arbitration Association
then obtaining, unless the parties mutually agree
otherwise.
22.03 AWARDS
A. Such awards rendered by the arbitrators shall be final
and binding on all parties to the extent and in the
manner provided by the Colorado Rules of Civil Proce-
dures. All awards may be filed with the clerk of one or
more courts, State or Federal, leaving jurisdiction over
the party or parties against whom such award is rendered
or his property, as a basis of judgment and of the,
issuance of execution for its collection.
22.04 DISPUTES OUTSIDE THE LIMITATIONS
A. All disputes which do not fall within the limitations
set forth in Paragraph 22.01 or which involve parties in
addition to the Owner and Contractor shall not be the
subject of arbitration, except by the mutual consent of
all of the parties involved in the dispute, whether
signatories to this Contract or not.
PART 23 - DUTIES, RESPONSIBILITIES, AND LIMITATIONS OF THE
AUTHORITY OF PROJECT REPRESENTA'T'IVE
23.01 DESCRIPTION
A. Project Representative is Engineer's Agent and shall act
as directed by and under the supervision of Engineer.
He shall confer with Engineer regarding his actions.
His dealings in matters pertaining to the on-site Work
will, in general, be only with Engineer. and Contractor.
His dealings with subcontractors will only be through or
with the full knowledge of Contractor or his
superintendent. He shall generally communicate with
'II1' 54
Ai I
Owner only through or as directed by Engineer.
2.3.02 PROJECT REPRESENTATIVE
A. Conferences.
1. Attend preconstruction conferences and regular
project review meetings.
B. Liaison.
1. Serve as Engineer's liaison with Contractor, working
principally through contractor's superintendent and
assist him in understanding the intent of the
Contract Documents.
2. As requested by Engineer, assist in obtaining from
Owner additional details or information, wheh
required at the job site for proper execution of the
Work.
3. In the interest of preserving the proper channels
of communication, advise Engineer of any direct
communication between Owner and Contractor.
C. Shop Drawings and Samples.
1. Receive and record date of receipt of Shop Drawings
and samples which have been reviewed by Engineer.
2. Receive samples which are furnished at the site by
Contractor for Engineer's review, and notify
Engineer of their availability for examination.
3. Advise Engineer and Contractor or his superinten-
dent immediately of the commencement of any Work
requiring a Shop Drawing or sample submission if
,the submission has not been accepted by Engineer..
D. Review of Work
1. Conduct on-site observations of the Work in progress
to assist Engineer in determining that the Project
is proceeding in accordance with the Contract
Documents and the completed Work will conform to the
Contract Documents.
2. Report to Engineer whenever he believes that any
Work is unsatisfactory, faulty, or defective or does
not conform to the Contract Documents, or has been
damaged, or does not meet the requirements of any
inspections, tests, or approvals required to be
55
made, and advise Engineer_ when he believes Work
should be corrected or rejected or should be
uncovered for observation, or requires special
testing or inspection.
3. Verify that tests, equipment, and systems start-
ups and operating and maintenance instructions are
conducted as required by the Contract Documents and
in presence of the required personnel, and that
Contractor maintains records thereof; observe,
record, and report to Engineer appropriate details
relative to the test procedures and start-ups.
4. Accompany Owner and visiting inspectors represent-
ing public or other agencies having jurisdiction
over the Project, record the outcome of these
inspections and report to Engineer.
5. Interpretation of Contract Documents:
a. Transmit to Contractor clarification and
interpretation of the Contract Documents as
issued by Engineer.
6. Modifications:
a. Consider and evaluate Contractor's suggestions
for modifications and in Drawings or
Specifications and report then with recom-
mendations to Engineer.
7. Records:
a. Maintain at the job site orderly files for
correspondence, reports of job conferences,
Shop Drawings and sample submissions,
reproductions of original Contract Documents
including all addenda, change orders, field
orders, additional Drawings issued subsequent
to the execution of the Agreement, Engineer's
clarifications and interpretations of the
Contract Documents, progress reports, and other
Project -related documents.
b. Keep a diary or log book, recording hours on
the job site, weather conditions, data relative
to questions of extras or deductions, list of
principal visitors, daily activities,
decisions, observations in general, and
specific observations in more detail as in the
case of observing test procedures. Send copies
to Engineer.
56
c. Record naives, addresses, and telephone numbers
of all Contractors, subcontractors, and major
suppliers of equipment and materials.
d. Advise Engineer whenever Contractor is not
currently maintaining an up-to-date copy of
Record Drawings at the site.
8. Reports:
a. Furnish Engineer daily and weekly reports as
required to represent the status of the Work
and of Contractor's compliance with the
approved progress schedule, schedule of Shop
Drawing submissions, and other schedules.
9. Guarantees, Certificates, Maintenance, and Operation
Manuals:
a During the course of the Work, verify that
guarantees, certificates, maintenance, and
operation manuals and other data required to
be assembled and furnished by Contractor are
applicable to the items actually installed;
and deliver these data to Engineer for his
review and forwarding to owner prior to final
acceptance of the Project.
10. dompletion:
a. Conduct final inspection in the company of
Engineer, Owner, and Contractor and prepare a
final list of items to be corrected.
b. Verify that all items on final list have been
corrected and make recommendations to Engineer
concerning acceptance.
23.03 LIMITATIONS OF AUTHORITY
A. Project Representative shall be limited in authority
except upon written instructions of Engineer.
B. The Project Representative:
1. Shall not authorize any deviation from the Contract
Documents or approve any substitute materials Or
equipment.
2. Shall not undertake any of the responsibilities of
Contractor, sub -Contractor, or Contractor's
57
1.11111.411
su
3. S 1*
pr
JO
construc\gener-e.
erintendent.
11 not advise on or issue directions as to safety
cautions and programs in connection with the
k,.
on
58
CONSTRUCTION SPECIFICATIONS --SPECIAL CONDITIONS
LAZY DIAMOND A SUBDIVISION
PUMP STATION, WETWELL, CHLORINATOR AND CHLORINATOR BUILDING,
CHLORINE CONTACT CHAMBER, DOMESTIC WATER SYSTEM PIPELINE,
WATER STORAGE TANK EARTHWORK AND FOUNDATION, SUBDIVISION ROADS AND
AUGMENTATION POND
1) Description
The work consists of the furnishing of all labor, equipment,
tools, supplies and materials for the construction of:
A.) the 6 -inch dultile iron pipeline distribution system with the
connection to, and tank piping for, the 70,000 gallon water
storage tank.
B.) the 3 -inch schedule 40 P.V.C. pipeline to connect the 6 -inch
D.I.P. distribution system to the chlorine contact chamber.
C.) the 16 -inch ductile iron pipe chlorine contact chamber.
D.) the pump station and chlorinator building and wetwell.
E.) the pump station mechanical, electrical and controls.
F.) the 3 inch Class 160 PVC spring water pipeline.
G.) the water storage tank site earthwork.
H.) the water storage tank gravel -sand foundation.
I.) the subdivision road earthwork and grading.
J.) the subdivision road culverts.
K.) the subdivision road gravel stabilization.
L.) the augmentation pond earthwork.
M.) the augmentation pond outlet works and flume.
2) Water Distribution System and Tank Piping
a) All 6 inch ductile iron pipe for water distribution system
and tank piping shall be Class 50, cement mortar lined with
push -on joints. Pipe shall be furnished with sufficient lubricant
for installation. All 3 inch spring water pipeline shall be Class
160 PVC.
SPECIAL -PAGE 1
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
I i
b) NOTICE --WORK CALLED FOR IN SECTIONS 5.g., 5.h., and 5.i.,
on page W-4 of CONSTRUCTION SPECIFICATION W WATER PIPELINE
CONSTRUCTION, calling for trace wire, conductivity straps and
polyethylene encasement SHALL BE OMITTED.
c) All gate valves shall be resilient seat, mechanical joint,
0 -ring stem seal, open left.
d) All valve boxes shall be, Mueller buffalo pattern 5-1/4
inch screw type with cast iron base and cover, or approved equal,
for pipeline bury of five and one half feet (5.5 feet). "WATER"
shall be cast in the cover.
e) All fire hydrants shall be dry barrel type with break -away
traffic flange and shall be painted red. Outlets shall be 2 each
2-1/2 inch hose nozzles and one 4-1/2 inch pumper nozzle. Outlet
threads shall conform to National Standards. Shoe inlet shall be
6 -inch, mechanical joint with retainer gland. The hydrant shall
be sized for 5.5 foot pipe bury, shall be open left, with the
direction of opening cast in the top of the hydrant. The hydrants
shall be Mueller, centurion or improved; or shall be Kennedy
K -81A, no substitutes. Hydrants shall be constructed in
accordance with details on Sheet 9 of the drawings.
f) All fittings for ductile iron pipe shall be mechanical
joint, short body, ductile iron complete with bolts, gaskets and
follower glands. MEGALUG follower glands shall be used on all
vertical bends. All fittings for 3" Class 160 PVC spring water
pipe shall be Schedule 40 cement weld joint.
3) Pipeline Installation
a) The distribution system pipeline shall be installed so
that there will be a minimum cover of 5.5tfeet over the pipe from
the finished grade of ground level. Whe a the spring overflow
pipeline is installed in the same trench as the 6 inch ductile
iron pipe, the bottom of the 3 inch PVC spring water pipe shall be
installed at the same elevation as the bdttom of the D.I.P., and
separated, horizontally, no more than 12 inches and no less than 3
inches from the D.I.P. The spring water pipeline from POINT A to
the wetwell shall be installed with a minimum cover of 2.0 feet.
b) Compaction of backfill under driving surfaces shall be
100%, Standard Proctor in accordance with section 7 a)
Specification W. Where the centerline of the pipeline is within a
roadway right-of-way but at least 4 feet away from a driving
surface, the compaction shall be at least 90% of Standard Proctor.
Where the pipeline is in open field, the compaction shall be equal
to the density of the undisturbed adjacent material.
SPECIAL -PAGE 2
JE E GAMBA & ASSOCIATES, INC,
NG ENGINEERS & LAND SURVEYOR
J_
The contractor shall be responsible for
compaction tests from an approved soils
of test results shall be supplied to the
firm. The ENGINEER may require that the
additional tests.
alling for and paying for
ngineering firm. Copies
ENGINEER by the testing
ONTRACTOR provide
c) The installation of the pipeline
of several irrigation ditches. Crossing
accomplished in a manner which will maint
ill require the crossing
fltheseditches shall be
in the integrity of the
ditch structure. If possible, these crossings shall be made
before the irrigation season starts and ie ditches are activated.
4) Water Service Connections
Water service connections shall be made
4, as illustrated on Sheet 2 of the drawl
connections shall be accomplished in acc
SPECIFICATIONS FOR SERVICE CONNECTIONS,
APPURTENANCES. For the work of this con
3(e) regarding pressure reducing valves
The service connections for lots 2, 3 an•
the lot lines as called for in section 3(
connection to lot 1 shall be extended to
existing Axthelm house and connected to
new water system is completed and in ser
the Axthelm house from the curb box shal
contractor shall NOT be responsible for f
Axthelm house.
5) Pump Station and Chlorinator Building
The pump station and chlorinator buildin
accordance with the prevailing building
Garfield and with the plans, specificati
Sheets 3 and 4 of the drawings. Concret
be in accordance with CONSTRUCTION SPECI
•
•
4erve lots 1, 2, 3 and
. The service
Rd nce with CONSTRUCTION
ICE LINES, METERS AND
act, sections 2(g) and
all be deleted.
4 shall be terminated at
c). The service
he west side of the
ie house system when the
ice. The pipeline to
be 1-1/4 inch size. The
rnishing a meter for the
shall be constructed in
d;es of the County of
s and details shown on
for the building shall
ICATION PCC.
6) Pump Station Pumps, Piping, Valves anc1 Fittings
a) The pump station and chlorinator piping shall be Schedule
80 PVC pipe and fittings as shown on Sheets 3 and 4 of the
drawings. All PVC pipe and fittings shall be with glue joints,
unless otherwise noted. All PVC unions shall have rubber 0 -ring
gaskets.
b) The main supply pumps shall be G
motor product number 05.01 45 07G, 1.0 H
3450 RPM, 1-1/2 inch NPT pump outlet. T
Dump shall be WEBTROL, EZ Series Model N
single phase. This replaces the booster
CHL -1.
SPECIAL -PAGE 3
NDFOS Type 25S10-7,
. 230 volt single phase,
chlorinator booster
ber H5B10, 230 volt
ump called for on page
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
c) The flow meter shall be Rockwell Sealed Register,
propeller type with a register which provides rate of flow and
totalization or approved equal. The meter shall be 1-1/2 inch and.
designed for a Normal AWWA Operating Range of 1-1/2 to 100 GPM.
End connection shall be flange. Companion flanges shall be
connected to 1-1/2 inch Schedule 80 PVC 9ipe with SPEARS fitting
#836-015. The meter shall be preceded with a straight length of
not less than, 9 inches of 1-1/2 inch pipe, and followed by not
less than 6 inches of straight 1-1/2 inch pipe. The 2 x 1/1/2
inch reducer couplings shall be SPEARS #1829-251.
d) The pump line check valves shall
True Union Check Valve #2229-015.
e) The isolation valves on the PVC
size, SPEARS, Safe -T -Shear single entry
inch isolation valves on the pump discha
installed with the union on the "pump" s
bell -1/2 inch, SPEARS
iping shall be, line
all valves. The 1-1/2
ge pipes shall be
de of the valve.
f) The pressure gauge shall be Davis Instruments, catalog
number WK333177, 0 to 200 psi. The pressure gauge shall be
mounted on the 2 inch pump station piping using a 2x2x1/2 (slip x
slip x ipt) tee and galvanized iron pipe nipples and bushings.
The gauge shall be fitted with a ball or plug isolation valve and
pressure snubber between the isolation vallve and the gauge. The
pressure snubber shall be AMETEK -US GAGE, Model PSNBE.
g) The diaphragm pressure tank shall be installed in the pump
station system to prevent water hammer. This tank shall be
WELL -RITE Model WR60-02, 20 gallon, 1 -inch connection.
h) The Air -Vacuum valve installed on the main supply pump
discharge manifold, shown on sheet 3 of the drawings shall be APCO
# 141, 1/2 inch. The isolation valve ahead of the Air -Vacuum
valve shall be SPEARS 2132-005.
7) Pump Station Electrical
a) The service drop and
120/240 volt, single phase.
N.E.C.
disconnect witch shall be 100 amp,
Pipe and wixje size shall be as per
b) Building lighting shall be two, 4I -foot fluorescent
fixtures mounted on the ceiling as shown n the plans.
c) All outlets and switches shall have waterproof enclosures.
e) Electric space heaters shall be PUMPS INC. Pump House
Heater, Model number 7150-A, 240 volt, single phase. Three
heaters shall be provided, with one installed in the chlorinator
room and two installed in the pump room, as shown on the plans.
This replaces the space heater called for on page CHL -2.
SPECIAL -PAGE 4
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
8) Pump Station Controls
The pump station ,automatic control system
receive signals from the storage tank and
operations. This automatic system will r
operation of the pump station from a tank
signal wire system and a Motor Minder to
condition and automatically shut off a ma
level condition occurs in the wet well.
a) A control panel shall be provided
protection from overloading, and low volt
equipped with an alternator circuit to al
each time a "call for water" signal is re
"ON" -"OFF" -"AUTOMATIC" switch shall be pr
The "AUTOMATIC" system shall be provided
functions: Start a pump when a low level
from the tank. Stop the pump when a high
from the tank. Cause the chlorinator boo
a main supply pump is, pumping.
The pumps shall alternate as "lead" and
shall start when a signal is received fro
the water depth in the storage tank has d
inches below the tank overflow. If the 1
the lag pump shall start. The running pu
signal is received from the storage tank.
level (tank overflow ;level) has been reac
II
The control system► shall be equipped with
Minder Model MM202 or approved equal.
b) A running -time meter shall be pro
panel for each pump. The running time me
running time on a pump up to 9999.9 hours
c) The tank to hump signal wire syst
Neoprene jacketed, heavy duty, industrial
signal wire shall, be installed in the pip
the pump station to the water storage tan
installed adjacent to! the bottom of the p
select bedding material to prevent damage
This wire shall be supplied in one contin
tank transducer to pump building control
d) A pressure sensing transducer sha
water storage tank as shown on Sheet 5 of
transducer shall accurately detect the wa
tank by sensing the hydrostatic pressure
information to a setpoint controller inst
station, through the tank to pump signal
above. A setpoint controller, compatible
signal wire system shall be installed in
and stop the pumps under the circumstance
SPECIAL-PAGEJER
shall be provided to
direct main supply pump
ceive signals for
to -pump -station
etect an underloading
n supply pump if a low
w.th motor starters, and
g . The panel shall be
ernate the starting pump
e}}..ved from the tank. An
vided for each pump.
o' perform the following
ignal is received
level signal is received
ter pump to run any time
ag". The lead pump
the storage tank that
opped to a level 6
ad pump fails to start,
p shall stop when a
hat a predetermined high
ed.
aiPUMPS INC., Motor
iced on the pump control
er shall indicate
m shall be 18-13
signal wire. This
trench extending from
The wire shall be
pe and hand padded with
from rocks in backfill.
ous length of wire from
anel.
l,be installed at the
the plans. This
er level in the storage
nd shall transmit this
lied in the pump
ire system noted in c)
to the transducer and
he pump station to start
noted above.
ME GAMBA & ASSOCIATES, INC,
NG ENGINEERS & LAND SURVEYORS
9) Chlorine Contact Chamber
The chlorine contact chamber shall be comprised of 80 lineal feet
of 16 inch, Class 50 ductile iron pipe as shown on the plans. The
spigot (entrance) end of this pipe chambeF shall be closed with a
mechanical joint cap tapped for 2 inch iron pipe thread. The
Bell (discharge) end of this pipe chamber shall be closed with a
mechanical joint plug, tapped for 3 inch iron pipe thread.
Concrete thrust blocks shall be placed on each end of the pipe
chamber and shall each contain a minimum Of one cubic yard of
concrete.
The Air -Vacuum valve installation on the 16 inch, ductile iron
pipe CHLORINE CONTACT CHAMBER shown on sheet 3 of the drawings
shall be APCO # 141, 1/2 inch. The corporation stop to serve the
air -vacuum valve shall be installed on the west end of the
chlorine contact chamber, and the 16 inch ductile iron pipe shall
be installed sloping down to the east. The 3/4 inch SDR -9 ASTM
D-2666, 250 psi polybutylene water service tubing from the
corporation stop to the curb stop and from the curb stop to the
air -vacuum valve shall be installed slopi g up to the air -vacuum
valve in the chlorinator room so that all! trapped air may be
released.
10) Connections to Existing Spring Water
Two pipelines which transport spring wat
site. Both pipelines enter the site at
shown on Sheet 2 of the plans (POINT A).
to be 2 inch iron pipe, extends easterly
the Axthelm Outlot at the approximate lo
and provides domestic water supply to the{ Greenwald home. This
pipeline is estimated to be buried at a cepth of approximately 18
inches. The second pipeline is 1-1/2 inch black plastic, and
generally parallels the Fourmile road at the approximate location
shown on Sheet 2. This pipeline providesr a domestic water supply
to the Axthelm homes and ranch headquarters and is buried to a
depth of approximately 6 inches or less. BOTH OF THESE PIPELINES
MUST BE MAINTAINED IN SERVICE UNTIL THE 11EW WATER SYSTEM BEING
CONSTRUCTED IN THIS CONTRACT IS COMPLETE AND IN SERVICE.
Pipelines
r are present on the
e approximate location
One pipeline, believed
across Lots 11 and 12 and
ation shown on Sheet 2
A temporary connection shall be made to the Axthelm pipeline at
Point A, in the course of completing the new water system to
provide a supply of water to test, flush and charge the new water
system. This is illustrated in the detail on Sheet 2.
After the new water system has been completed and tested, the
final connections to the existing Greenwald and Axthelm pipelines
shall be accomplished. The Greenwald pipeline easterly of the
Axthelm Outlot shall be connected to the new water service line
which has been extended to that point (POINT B). The details of
this connection are illustrated on Sheet 2. Both the Greenwald
and the Axthelm pipelines shall be connected to the new spring
water pipeline at the point to which that line has been extended
(POINT A). The details of this connection are illustrated on
Sheet 2.
SPECIAL -PAGE 6
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
11) Water Storage Tank Site, Foundation ;and Piping
Sheet 6 of the drawings shows the characteristics of the site for
the construction of the 70,000 gallon water storage tank and Sheet
5 of the drawings shows the details of water storage tank. The
CONTRACTOR shall construct the tank base fakilities, tank piping
and tank supply pipeline. NOTE: THE WELDED STEEL WATER STORAGE
TANK WILL BE CONSTRUCTED BY OTHERS, UNDER Al SEPARATE CONTRACT.
Construction of the base for the Tank Si e will require the
excavation of approximately 525 cubic yards' of embankment. The
surface material on the site is weathered sedimentary rock. It is
anticipated that the most of the excavation can be accomplished
with excavators and/or dozer and ripper, however, "rock
excavation" may be required and a bid item is provided therefore.
The tank site excavation is designed to place the base of the tank
on all "natural cut" material. Some of the cut material will be
placed as fill on the slope adjacent to the cut to create an
operating area for tank construction. Ary excess material will be
used as fill in the construction of the tank site access road.
The tank access road shall be as illustrated on the typical
section on sheet 6. The construction of this road will require
approximately 220 cubic yards of excavation and fill balanced
approximately on centerline.
The aggregate for the tank foundation shall l be Class 6 in accord
with Table 703-2 and the sand shall be Type I in accordance with
Table 703-4, Division of Highways, State of Colorado, Standard
Specifications for Road and Bridge Construction, 1991. Tank fill
and foundations materials shall be compadted to 100% Standard
Proctor density. The quantities of foundation materials required
for the tank are as follows:
Type I sand Class 6 aggregate
3.2 cubic yards 19.0 cujbic yards
12) Augmentation Pond Construction
The augmentation pond earthwork and outl
constructed in accordance with the plans
Sheets 7 and 8, and in accordance with C
E & F.
t works shall be
and details shown on
NSTRUCTION SPECIFICATIONS
Earthwork necessary to construct the dam is estimated to comprise
4480 cubic yards of excavation and 3520 cubic yards of fill
including the cutoff trench. It is estimated, that compaction of
soil and loss to oversize rock will result in a shrinkage of
approximately 21% which will result in a balance of material. All
of the earth work, including excavation, transport, placement,
watering and compaction shall be paid for at the unit price bid
for earthwork based on the estimated voltme of excavation of 4480
cubic yards.
SPECIAL -PAGE 7
JEROME GAMBA & ASSOCIATES, INC.
CONSULT1NG ENGINEERS do LAND SURVEYORS
If a substantial amount of large rock is found in the excavation,
this material shall be placed to form the outside 1/3rd of the
dam. Material having the highest silt-c4ay content shall be
placed on the inside 2/3rds of the dam a d the cutoff trench and
compacted to an optimum Standard Proctor density of 100%.
The reinforced concrete in the concrete
6 -inch ductile iron outlet pipe in the d
yards of concrete.
The rip -rap shown at various points on tI�
comprised of available onsite boulders an
rip -rap shall be paid for in the unit pri
earthwork.
ut-off collars around the
m comprises 0.45 cubic
e project shall be
d cobbles. Placement of
ce bid for the dam
The augmentation dam overflow and outlet works shall be
constructed in accordance with the details shown on the plans and
with CONSTRUCTION SPECIFICATIONS W & P.C.IC..
The contractor shall furnish and install one 3 -inch galvanized
steel, Parshall Flume, as manufactured by Thompson Pipe and Steel
or approved equal. The flume shall be installed in the ditch to
be constructed downstream from the discharge end of the 6 -inch
ductile iron pipe. The installation shall be accomplished under
the direction of the engineer.
13) Subdivision Roads and Drainage Culverts
The subdivision roads shall be constructed to produce a smooth
centerline profile which generally parallels the existing natural
ground and provides sufficient clearance land cover for drainage
and irrigation ditch culverts. The surface area of "subsurface
grading" including road prism and cul-de-sacs within the
subdivision and school bus turnouts on Fourmile Road is 11,150
square yards comprising an estimated maximum of 3700 cubic yards
of earthwork.
The subgrade soils under the entire driving surface shall be
compacted to 100% of Standard Proctor (ATM D698 or AASHTO T-99)
optimum density.
The work of excavation, grading and comp ction of subgrade shall
be paid for at the contract unit price p r square yard of
subsurface grading. Subsurface grading hall be defined as
all that area to be covered by road the rading activity from top
of cut slope to toe of fill slope.
On the compacted subgrade, the contractor shall furnish, place,
water and compact sub -base gravel to a thickness of 6 inches. The
sub -base gravel shall be Class 1 aggregate as specified in Section
703 and Table 703-2 in the Division of Highways, State of
Colorado, Specifications for Road and Bridge Construction. The
gravel shall be treated and placed in accordance with Section 304 '
of the above noted specifications.
SPECIAL -PAGE 8
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
On the compacted sub -base gravel surface,
furnish, place, water and compact to a fi
inches, Class 6 aggregate as specified in
703-2 in the Division of Highways, State
Specifications for Road and Bridge Constr
be treated and placed in accordance with
noted specifications.
the contractor shall
al thickness of 6
Section 703 and Table
flColorado,
ction. The gravel shall
ertion 304 of the above
The work of sub -base and base course gray
the contract unit price per ton of gravel
tonnage of gravel required for the work i
of a compacted density of 1.8 tons per cu
be made on the basis of weight tickets fo
compacted.
1 shall be paid for at
compacted in place. The
estimated on the basis
is yard. Payment will
gravel delivered and
Culverts to accommodate drainage and irrigation ditch crossings of
development roads shall be constructed in accordance with
CONSTRUCTION SPECIFICATION CMP CORRUGATED METAL PIPE.
14) Bid Bond and Performance, Payment and Warranty Bonds
Bid bond and performance, payment and warranty bonds are NOT
REQUIRED on this project. Contractor insYrance certificates as
noted in section 5 of the General Conditions must be provided
before a notice to proceed is issued.
15) Insurance Amounts
The Contractor's General Public Liability and Property Damage
Insurance including vehicle coverage shall be issued to the
CONTRACTOR, protecting him from all claim for personal injury,
including death, and all claims for destr ction of or damage to
property, arising out of or in connection with any operations
under the CONTRACT DOCUMENTS whether such operations be by himself
or by any subcontractor under him, or anyone directly or
indirectly employed by the CONTRACTOR or by a subcontractor under
him. Insurance shall be written with a limit of liability of not
less than $1,000,000 for all damages arising out of bodily injury,
including death, at any time resulting therefrom, sustained by any
one person in any one accident; and a limit of liability of not
less than $1,000,000 aggregate for any such damages sustained by
two or more persons in any one accident. Insurance shall be
written with a limit of liability of not ess than $1,000,000 for
all property damage sustained by any one person in any one
accident; and a limit of liability of not less than $1,000,000
aggregate for any such damage sustained b two or more persons in
any one accident.
16) Measurement and Payment
Units of construction shall be measured a
in CONSTRUCTION SPECIFICATIONS and/or not
SPECIAL -PAGE 9
JER
0
d paid for as specified
d in the BID SCHEDULE.
ME GAMBA & ASSOCIATES, INC.
ONSLU1NG ENGINEERS & LAND SURVEYORS
i
CONSTRUCTION SPECIFICATION W WATER PIPELINE CONSTRUCTION
1. Scope
The work consists of the construction
including fittings, valves and other
used in water supply and distribution
includes the furnishing of all mate
trenches, installation of materials, bac
of thrust blocks, testing, cleaning
restoration of surface.
a
Unless other wise approved,
be as follows:
a. Trench excavation shall
more than 300 feet.
b. Pipe installation
100 feet.
c. Trench excavation
1000 feet.
of water pipelines
purtenances normally
systems. The work
ials, excavation of
filling, construction
nd disinfection and
pipe install tion sequencing shall
not proceed pipe installation by
shall not proceed Backfill by more than
shall not proceed •lean -up by more than
2. Materials
The type and class of pipe to
on the plans and/or called
following specifications will
materials.
be used in
for in the
apply to pi
Material
Ductile Iron Pipe (DIP)
Polyvinyl Chloride pipe (PVC)
DIP Cement Mortar lining
DIP Mechanical and push on joint
DIP Compact Fittings
DIP & Gray Iron Fittings
Gate valves
Butterfly valves
Resilient Seated Gate valve
Resilient Seated Gate valve int.coa
Fire Hydrant 4 �I
Loose Polyethylene Encasement
3. Trench Excavation
All excavation, trenching, shoring and as
accomplished in a manner which meets OSH
Safety and Health Regulations for Constru
Prior to trenching, when crossing exi
cultivated areas, gravel streets or othe
the contractor shall strip the cover mat
the existing surfacing. This surfacin
stockpiled and placed back over the
backfilling is complete, to the extent
material is acceptable and usable for t
W-1
JER
he work will be shown
specifications. The
elfine and appurtenant
ing
Specification
AWWA C-151
AWWA C-900
AWWA C-104
AWWA C-111
AWWA C-153
AWWA C-110
AWWA C-500
AWWA C-504
AWWA C-509
AWWA C-550
AWWA C-502
AWWA C-105
ociated work shall be
Department of labor,
tion.
ting or prospective
developed surfaces,
rial to full depth of
material shall be
trench area after
that the stockpiled
at purpose. Topsoil
ME GAMBA & ASSOCIATES, INCJ
CONSULTING ENGINEERS & LAND SURVEYORS
shall be removed
depth of 12 Inc
areas cut by th
work shall be r
than its surro
accomplished wi
acceptable lawn
through concrete
accomplished to
of the trench.
The Contractor
shown on the
specified for th
During excavatio
piled in an orde
of the trench t
cave-ins. Excav
trench only, to
facilities. Surf
obstructed with
1. depth of the tops il, or to a maximum
ichever is less. A l established lawn
or damaged durin the course of the
to a condition comp rable to or better
area. Replacement of lawn shall be
, seeding will not be considered as
ement. Where trencing is to be done
s halt paving, cuts in the paving shall be
in a neat "sawed" line cut on each edge
cavate as necessar
s, staked in the
iflation
of pipelines
at the locations
ield or otherwise
and appurtenances.
teals suitable for backfilling shall be
per a sufficient distance from the banks
d overloading and to prevent slides or
aerial shall be oiled on one side of the
i.eady access to the trench and adjoining
ainage of adjoining areas shall not be
excavated material .
All excavated ma =`ri ':1
shall be removed ro
not required or su table for backfill
he site as directed ky the Engineer.
Grading shall b.:. do e'as may be necessary to prevent surface
water from fl in into excavations. Any water which
accumulates in ken es shall be promptly removed. Under no
circumstances sh.].1 water be permitted to rise in unbackfilled
trenches until after he pipe has been placed and covered with
backfill. Any piee aing its alignment or grade changed as a
result of a flo•med1 trench shall be relaid at no additional
cost to the owne
The bottom of tr'ncY a shall be accurately graded to the line
and grade show of he drawings. Bedding material shall
provide uniform k earing and support for each section of the
pipe at every pop ;t along its entire length and shall be placed
to a point 12 incieslBove the top of the pipe, as illustrated
in the plans. Be11 doles and depressions for joints shall be
dug after the trech bedding has been graded, and shall be only
of such length, depth and width as required for properly making
the particular type cfljoint. Unauthorized overdepths shall be
backfilled with bedding material.
� 11
Blasting for exca,atibn;will be permitted for rock excavation.
Rock excavation sIa11y be defined as the excavation of all hard,
compacted or cement d materials, the accomplishment of which
requires blasting or, he use of excavators larger than defined
for common excavati. Common excavation shall be defined as
the excavation of all materials that can be excavated and
removed from the bottom of the trench, at design depth, by the
W-2
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
use of hydraulic backhoe equipment having a power rating of at
least 195 horsepower (at the flywheel) and can exert a bucket
curling force of at least 35,800 pounds with the use of a long
tip radius bucket. This is intended to be equivalent to the
ability of a Caterpillar 235 excavator -backhoe.
When blasting rock in trenches, the Contractor shall cover the
area to be shot ith earth backfill or approved blasting mats
that will prevent the scattering of rock fragments outside of
the excavation. The blasting procedures of the Contractor
shall conform to ;'11 Federal, State and local laws, ordinances
and regulations.
4. Trench Configu
The trench depth
bury shown on t
bottom to a point
no less than the
inches, but not m
twelve (12) inche
The sides of all
bottom of the tre
shall be shore
regulations. Por
may be used for
strength of the
greater than the
required for the
When sub grade ma
support the pipe
directed by the
to grade with com
5. Pipe Installat
The pipe shall
manufacturer's re
used unless modif
Contractor shall
special tools for
a. Pipe shall be
that the work is
b. On down slopes
joint to open, th
prevent movement.
c. The joint s
applicable pipe
adjusted for line
atio
shal be as required for the invert grade or
e pins. The trench width for the trench
one toot above the top of the pipe shall be
outside diameter of the pipe plus six (6)
re than the outside diameter of the pipe plus
1
trenches higher than five (5) feet above the
ch shall be laid back on a slope of 1 : 1 or
and sheathed in accordance with OSHA
able trench boxes or sliding trench shields
shoring in lieu of a shoring system. The
portable trench box shall be equal to or
sheathing or shoring system which would be
rench conditions.
erial is encountered which will not uniformly
such material shall be over excavated as
ngineer and the trench shall be brought back
acted acceptable bedding material.
be installed in accordance with the
ommendations for installing the type of pipe
ed or changed in the Special Provisions. The
rovide all tools and equipment including any
installing each particular type of pipe used.
aid with the bells pointing in the direction
rogressing.
or in any circumstance which might allow the
lastipipe laid in pla e shall be secured to
all be completed in accordance with the
aterial specification and the pipe shall be
and grade. Adjustments to line and grade of
W-3
JEROME GAMBA Sc ASSOCIATES, INC.
CONSULTING ENGINEERS Be LAND SURVEYORS
the pipe shall
entire length of
wedging, blocking
d. Secure the pi
under and around
e. Install the
negative grade i
Record the locati
readily located
blowoffs, when sh
f. Provide the m
the top of the pi
shown on the plan
a
d
e made by adjusting the bedding along the
the pipe, except at I he bell, and not by
or mounding up the pip or bell.
e in place with the specified bedding tamped
he pipe except at the fast bell.
11
pipeline such that a constant positive or
maintained between ,high and low points.
n of high and low poin s so that they may be
or the installation of air -vacuum valves or
wn on plans, or for tem orary air vents.
nimum depth of cover f
e al called for in SPE
om finished grade to
IAL CONDITIONS and/or
g. Furnish and i stall uninsulated coop r trace
water line trench Connect all branch line trace wire
trench wire with = twist splice. Bring race wire to finished
grade surface adjacent to all valve boxes
wire in all
to main
h. The pipe sha
conductivity stra
provide electric
accomplished as
necessary, and/or
electrical conti
electrical connec
for the field
manufactured by C
ductile iron pipe
i. Furnish and
Encasement shall
advancing a bunch
newly laid pipe.
rips, punctures
length of encasem
tape all valves a
The Contractor s
storage and hand
furnished by him
been incorporated
Every precaution
from entering th
installed. At ti
open ends of the
other means appro
i
1 be furnished with f story welded copper
s. Connection of the conductivity straps to
1 continuity of the pipeline shall be
each joint is made. 'Where pipe cuts are
valve and fittings are installed in the line,
uity shall be provided using field welding
ion equipment. The equipment and supplies
weld electrical connections shall be as
NTINENTAL "thermOweld" or approved equal for
and fittings.
install loose polyethylene encasement.
be tube type which shall be installed by
d length of material around each length of
Overlap and tape encasement joints. Repair
✓ other damage with &dhesive tape or short
nt wapped and secured around pipe. Wrap and
d fi 6.ngs.
all be responsible for the safe and proper
ing of all material intended for the work
or to him and accepted by him until it has
in the completed and accepted work.
shall be taken to preent foreign material
pipe while it is being handled, stored or
es when pipe laying is not in progress, the
ipe shall be closed by a water -tight plug or
ed by the engineer.
W-4
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
Alignment layout shall not exceed one-half (1/2) the deflection
value listed below and the actual individual joints in the
field shall not exceed the deflection values listed below:
MAXIMUM DEFLECTIFULL LENGTH PIPE -- 4ECHIINICAL JOINT PIPE
APPROX. CURVE RADIUS
MAX DEFLECT. PRODUCED BY SUCCESSION
PIPE DEFLECT. INCHES OF PIPE JOINTS
SIZE ANGLE
IN. DEG -MIN (18 FT) (20 FT)(18 FT) (20 FT)
3 8-18 31 35 125 140
4 8-18 31 35 125 140
6 7-7 II 27 30 145 160
8 5-21 20 22 195 220
10 5-12 20 22 195 220
12 5-12 20 22 195 220
14 3-35 13.$ 15 285 320
16 3-35 13.5 15 285 320
18 3-0 11 12 340 380
20 3-0 11, 12 340 380
MAXIMUM DEFLECTION F
PIPE
SIZE
IN.
3
4
6
8
10
12
14
16
18
20
DEFLECT.
ANGLE
DEG -MIN
5
5
5
5
5
5
3
3
3
3
LENGTH PIPE -- PUSH -ON TYPE JOINT
MAX DEFLECT.
INCHES
18 FT) (20 FT)
APPROX. CURVE RADIUS
PRODUCED BY SUCCESSION
OF PIPE JOINTS
(18 FT) (20 FT)
19 21 205 230
19 21 205 230
19 21 205 230
19 21 205 230
19 21 205 230
19 21 205 230
11 12 340 380
11 12 340 380
11 12 340 380
11 12 340 380
Thrust blocking s all1 be applied at all tees, plugs, crosses,
caps and at bends deflecting 22 1/2 degrees or more. Thrust
blocking shall be concrete having a compressive strength of not
less than 3000 sounds per square inch at 28 days. Thrust
blocking shall be placed between solid ground and the fitting
to be secured. he size and configuration of thrust blocks
shall conform to he standard details shown on the plans. All
thrust blocking s all be placed such that the pipe and fitting
joints will be ac essible for repair in the future.
W-5
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
The cutting of p
shall be accompli
to the pipe and a
smooth cut at ri
cutting of pipe s
a saw or abrasiv
be made at right
used to bevel th
edges of the cut
pe as necessary in the course of the work
hed in neat workmanlike manner without damage
y coating thereon. The cut shall result in a
ht angles to the axis of the pipe. Flame
all not be allowed. Cuts shall be made with
wheel for ductile iron pipe. The cut shall
ngles to the pipe axis and a grinder shall be
pipe end for jointing and smooth the rough
nd.
6. Pipe Bedding a d Trench Backfill
All trenches sh.11 be backfilled immediately after grade,
alignment and jo nting of the pipe has been inspected and
accepted by the ngineer. Leakage tests and pressure tests
shall be performer after backfill has been accomplished.
All trench backfi
roots, brush, or
corrosive materia
noted in the foll
Pipe bedding mat
(12) inches over
or fine gravel f
stones larger tha
absence of beddi
consis-t of granu
crushed stone or
No.4), or b. Crus
and not more tha
material shall be
six inches thick
settling of the
addition of water
compaction.
1 shall be free of frozen material, stumps,
other organic material, cinders or other
, debris and rocks greater in size than those
wing paragraphs.
rial placed around and up to a point twelve
he pipe shall consist of select earth, sand,
ee from clods, lumps of frozen material or
1 inch in their maximum dimension. In the
g material noted above, the bedding shall
ar material defined as: a. Well graded
ravel meeting ASTM C33, gradation 67 (3/4 to
ed rock or gravel with 95% passing 1/2" sieve
5% passing No. 4 sieve. The pipe bedding
placed around the pipe by hand in layers of
or Mess and compacted by tamping. Water
rench!backfill will not be allowed, and the
shall be limited to that required for optimum
After the select pipe bedding material has been placed and
compacted as cal ed for above, the remainder of the trench
shall be backfill d. All backfill material shall be free from
cinders, ashes, efuse, organic and frozen material, boulders
or other unsuitab e material. From one foot above the pipe to
a point 24 inches below the surface or road subgrade, stones
which do not exceed 15 inches in maximum dimension may be
included in the baickfill.
7. Compaction
Materials used f r backfill shall be placed in the trench in
layers suitable t the equipment used for compaction, wetted to
optimum moisture ontent if necessary and compacted to the
following minimum densities relative to Standard Proctor (ASTM
D698 or AASHTO T-99) optimum density.
W-6
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
a. 100% for:
structures, subg
highways and to
areas to receive
b. 95% for: subg
material, trench
c. 90% for: sodd
d. equal to dens
areas as directe
e. Where granula
ASTM D2049 shall
by 15% to arrive
Field density t
requirements sha
standards: ASTM
2167 (Rubber -Bal
8. Sterilization
All water line
Contractor in ac
Hydrostatic Test
9. Connection to
Where connection
such connections
details shown
Specifications,
consultation wi
initiated until
for use. Connec
to provide for m
shall be taken
Contractor shall
the time that a
Disinfection of
accordance with
Disinfecting Wat
10. Protection o
Sewer mains shal
from existing
necessary that
below a water ma
either of the tw
subgrade under footings, foundations or
fade under paved and shoulder slopes of State
2 feet of paved areas, sidewalks and other
pavement.
de under gravel roadways, pipe trench barrier
ackfill and bedding below 100% compacted top.
or lawn areas and fi
ids.
y of undisturbed adja ent material for: field
by the engineer.
materials are used in lieu of cohesive soils,
apply and above percentages shall be reduced
t relative density.
sts to determine compliance with compaction
1 be made by methods meeting the following
2922 (Nuclear), ASTM D1556 (Sand Cone) or ASTM
oon).
li
nd Testing of Water Lines
shall be tested and sterilized by the
rdance with Construc ion Specifications H.T.
g and D.W.L. Disinfec•ion of Water Lines.
xistinq Water Facilit
are to be made to ex
shall be made in stri
on the Plans and
and shall be beg
h the Engineer. Con
11 appropriate fitting
ions shall be made at
nimum interruption of
o insure protection
notify the Engineer at
connection to existing
connection shall be accomplished in
9 of AWWA C651, "Standard for
the
Section
✓ Mains".
es
sting water facilities,
t conformance with the
called for in the
n only after prior
ections shall not be
are on hand and ready
uch time and conditions
service to users. Care
f water. supplies. The
least 36 hours prior to
facilities is planned.
Water Supplies
be located a minimum of ten feet horizontally
✓ proposed water mains. Whenever it is
sewer main cross above or within 18 inches
n, the sewer main shall be made impervious by
methods listed below.
(a) A section o ductile iron
length shall be sed for sewer
main. The joint between the
water pipe at least 20 feet in
pipe and centered over the water
sewer pipe and the ductile iron
W-7 JEROME GAMBA & ASSOCIATES, INC.
CONSUL]1NG ENGINEERS & LAND SURVEYORS
pipe shall be enc
extending at leas
(b) The sewer
encasement which
sides of the sewe
way from the cros
sed i
six
a concrete collar six inches thick and
nches on either side of the joint.
ipe .hall be reinforced with a concrete
shall be at least six inches thick on all
pip and extend for at least ten feet each
ing pbint with the water main.
10. Measurement a d Payment
Pipe and fitting_ shall be measures to the nearest 0.1 feet
installed complet- and shall be paid for at the contract unit
price per linear oot of each type and size of pipe.
Valves shall be easur
installed complet- and
price of each typ- and
Special fittings shall
paid for at the c.ntrac
Fire hydrants
complete with
contract unit
sh
is
pri
d by counting of each size and type
shall be paid for at the contract unit
ize.
be measured by counting and shall be
unit price for each special fitting.
11 be, measured by counting those installed
latiob valve and shall be paid for at the
e per hydrant.
W-8
JE
OME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
CONSTRUCTION SPEC FI
1. Scope
The work consists
contractor is re
shall furnish all
work.
2. Materials
The contractor sh
hypochlorite mate
the AWWA B300 Sta
3. Procedures
All operations an
DISINFECTING WATE
A copy of this do
specification.
4. Bacteriologic
Water samples sh
after final flus
service. The sam
bacteriological
organisms. Thes
hydrant or hose,
with a copper to
main. The numbe
requirements of
In no case shall
for lines with ch
24 hours apart fo
5. Repetition of
Disinfection pro
sample results ar
6. Measurement an
The successful co
the satisfactory
There shall be no
to be a part of
project.
of
pon
maty
11
is
da
ON D.W.L. DISINFECTION OF WATER LINES
disinfection of potable water lines. The
le for disinfection of water lines and
als labor and equipment necessary for the
mit manufacture
o be used in th
or Hypochlorites
procedures shall con
MAINS, AWWA C651-86
ument is attached heret
I�
certification that the
is infection conform to
to AWWA STANDARD FOR
SION OF AWWA C601-81).
nd made a part of this
11 be collected from the end of the pipeline
ing and prior to placing the water line in
les shall be submitted for a certified test for
uality to determine the absence of coliform
samples shall not be collected from a fire
but shall be collected from a corporation stop
e gooseneck assembly installed directly on the
and frequency of samples shall conform to the
he public health authority having jurisdiction.
he number of samples be less than one (1) sample
orina-ed supplies andl two (2) samples collected
unchiorinated supplies.
repe ted until satisfactory
rocedure
edures shall be
obtained.
Payment
pletion of the Project shall be dependent upon
compliance with the intent of this section.
extra payment for this work, but it is construed
11 phases and items of the work involved in the
DWL-1
J
ROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS Se LAND SURVEYORS
American Water Works Associati n
AWWA C651-86
(Revision of AWWA C601-81)
AWWA STANDARD
FOR '
DISINFECTING WATER MAINS
First edition approved by All" IVA Board of Dire
This edition approved jan. 26, 1
FO
8
t. 30, 1947.
AMERICAN WATER WORKS ASSOCIATION
6666 WeSi Quincy Avenue, Denver, Colorado 80235
1
#
� u�►1
Cotnmittee Person el
III
The AWWA Standards Cjot mittec on Disinfection of Facilities, which reviewed and
approved this standard, had the following personnel at the time of approval:
G.W. Adrian, California V!!
R.P. Grady, Portland Wate
W.E. Neuman, American
Haddon Heights, N.J.
J.P. Reames, Dallas City VI
C.H. Smith, Kankakee W
J.A. Worthley,* Americar
Westwood, Mass.
G.W. Adrian, Chairman
Consumer Members
tg¢1� Service Company, San Jose, Ca
District, Portland, Maine
ater Works Service Company, I✓
ate Utilities, Dallas, Texas
f
Company, Kankakee, Ill.
5f ter Works Service Company, I
General Interest Members
if.
Ken Choquette,* Iowa D 4 a tment of Health, Des Moines, wa
J.V. Feuss, Cortland Heal bepartment, Cortland, N.Y.
C.B. Hagar, Black & Veat, .ansas City, Mo.
Ira Markwood, US Enviro ental Protection Agency, Springfield, Ill.
T.W. Walker, New York) e artment of Health, Victor, N.Y.
Michael Wentink, Nebras apartment of Health, Scottsbluff, Neb.
C.L. Young, California De ment of Health, San Franciscc, Calif.
Producer Members
Wayne Huebner, Wallace
*Alternate
T ernan Division, Belleville, N.J.
Crop i '"1986 by American Water Works Ass
Printed in USA
e
0
(AWWA)
(NEWWA)
(AWWA)
(AWWA)
(AWWA)
(NEWWA)
(CSSE)
(AWWA)
(AWWA)
(CSSE)
(AWWA)
(AWWA)
(AWWA)
(AWWA)
Contents
SEC.
Foreword
I History of Standard •'
II Discussion
III Major Revisions
IV Information Regardin= 1
This Standard ....... .
Standard
1 General
1.1 Scope
1.2 References
1.3 Record of Complian
2 Forms of Chlorine
Disinfection
2.1 Liquid Chlorine ....
2.2 Sodium Hypochlorite. .
2.3 Calcium Hypochlorite.
e of
•
3 Basic Disinfection
PAGE
rdeedure
4 Preventive and Codve'
Measures During
Construction
4.1 Keeping Pipe Clean and pry
4.2 Joints
4.3 Packing Materials .. . .
4.4 Sealing Materials .... . .. ... .
4.5 Cleaning and Swabbing
4.6 Wet -Trench Construction .. .
4.7 Flooding by Storm or Aoc.dent:
During Construction.. , ... .
5 Methods of Chlorinitioo
5.1 Tablet Method
5.2 Continuous -Feed Met od ... .
5.3 Slug Method . .
6 Final Flushing
6.1 Clearing the Main of eavily
Chlorinated Water ;.
6.2 Disposing of Heavily . Ihlorinatc
Water
7 Bacteriological Tes
7.1 Standard Conditions
7.2 Special Conditions ..
b
cl
1v
iv
1
l
2
2
2
2
3
3
3
3
3
3
4
4
5
8
8
8
8
{ ►11 I! F4 I► P I
GC. 3E
7.3 Sampling Procedure 8
8 Redisinfection
9 Disinfection Procedures When
Cutting Into or Repairing
Existing Mains
9.1 Trench Treatment
9.2 Swabbing With Hypochlorite
Solution . .
9.3 Flushing
9.4 Slug Chlor
9.5 Sampling
0 Special Procedure for Caulked
Tapping Sleeves
ppendices
PAt
ination
9
9
9
9
10
A Chlorine Residual Testing 11
A.1 DPD Drop Dilution Method
(for Field Test) 11
A.2 High -Range Chlorine Test Kits 11
B Disposal of Heavily Chlorinated
Water .
Z
I
ables
Ounces of Calcium Hypochlorite
Granules to be Placed at Beginning
of Main and at Each 500 -ft
Interval
Number of 5-g Calcium Hypochlorite
Tablets Required for Dose of
25 mg/L
Required Flow and Openings to
Flush Pipelines
Chlorine Required to Produce
25-mg/L Concentration in 100 ft
of Pipe—by Diameter
3.1 Pounds of Chemicals Required to
Neutralize Various Residual
Chlorine Concentrations in
100 000 gal of Water
igure
Suggested Combination Blowoff and
Sampling Tap
12
iii
This forewor
Foreword
i •r• information only and is nor a parr ,f411'I1'A C65 I.
I. History of Standard.
AWWA Board of Directors
Water Mains. Revisions were a
Mar. 6, 1953; May 27, 1954;
AWWA C601, Standard for D
been changed to AWWA C65
H. Discussion. This stand
potable -water mains; mains th
maintenance that exposes the
repairs due to physical failure
presence of coliform organis
It is generally easier to act
repairs. The unsanitary conch
likely to be difficult to cont
community requires more ra
constructed mains.
Crews responsible for
hazards and should be train
disinfection procedures.
Disinfection requires sk.
and some utilities prefer to di
However, because the eff
maintaining clean pipes and i;
some advantages in having tlx:
Furthermore, certain functio
construction crew. In either cit
aware of the need for maintat
Three methods of disinf
standard: the tablet method, t
should decide which of these
method used should include
joints present, availability of
personnel who will perform
For example, the cont inn
only where properly designed
is not acceptable where liquid
be given to the impact of high
there is any question that da
life, plant life, physical install
adequate amount of reducing
thoroughly neutralize the chi
The tablet method cannii)
be used in large -diameter mai
or perform inspection, becaus
air. When using the tablet me
main because the hypochlorite
pipe. The use of the tablet 14
11
•
is standard was first approved on Sept. 30, 1947, by the
d published as 7D.2-1948, A Procedure for Disinfecting
proved by the AWWA Board of Directors on Sept. 14, 1948;
une 2, 1968; and June 7, 1981, all under the designation
infecting Water Mains. The designation of the standard has
with this revision.
rd describes methods of dis nfecting newly constructed
t have been removed from service for planned repairs or for
to contamination; mains that have undergone emergency
nd mains that, under normal operation, continue to show the
ieve disinfection of a new main than of one given emergency
ons created when an existing main bursts or is cut into are
ol, and the need to quickly restore water service to the
'd infection procedures than those prescribed for newly
repair of mains should be aware of the potential health
to carefully observe prescribed construction practices and
not necessarily mastered by competent construction crews,
infect water mains using specially trained treatment crews.
ivcness of disinfection depends, in Large measure, on
oiding major contamination during construction, there are
construction crew retain the responsibility for disinfection.
s, such as the placing of tablets, trust be performed by the
e, it is strongly recommended that pipe crews be trained to be
ing clean pipes and avoiding contamination.
cting newly constructed water mains arc described in this
e continuous -feed method, and the slug method. The utility
ethods is most suitable for a given situation. Choice of the
nsideration of the length and diameter of the main, type of
aterials, equipment required for disinfection, training of the
disinfection, and safety considerations.
us -feed or slug methods should be used with gas chlorination
nd constructed equipment is available; makeshift equipment
chlorine cylinders are used. "Thorough consideration should
chlorinated water flushed to the receiving environment. If
ge may be caused by a chlorinated -waste discharge (to fish
tions, or other downstream water uses of any type), then an
gent should be applied to water being disposed of in order to
ine residual remaining in the water.
be used unless the main can be kept clean and dry. It cannot
if itis necessary for a worker to enter the main to grout joints
the tablets may release toxic fumes after exposure to moist
od, the chlorine concentration is not uniform throughout the
olution is dense and tends to concentrate at the bottom of the
thod precludes preliminary flushing. The tablet method is
iv
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
convenient to use in mai'
equipment.
The continuous -fee
removes light particulate
concentration is uniform
The slug method is s
involved makes the cont
appreciable savings in chi
heavily chlorinated water'
III. Major Revisions.
Figure 1, Suggested Com
this revision of the stands
IV. Information Regal
though the work will be ds
such work to be done and
appropriate provisions sh
contractor is specifically i
should specify:
1. Standard used i
2. Form of chlorine
3. Method of chlor'
4. Places where flus
facilities (Sec. 5.2.2, Sec.
5. The number and
and Sec. 8).
6. Method of taking
it
*See other AWWA standards
materials.
DISINFECTING WATER MAINS
s having diameters up to 24 in., and it requires no special
ethod is suitable for general application. Preliminary flushing
rom the main but not from the pipe -joint spaces. The chlorine
roughout the main.
table for use in large -diameter mains where the volume of water
uous-feed method impractical. The slug method results in
icals in long, large -diameter ma}'ns, and reduces the volume of
he flushed to waste. i
edesignation as AWWA 0651 and dimensional changes to
nation Blowoff and Sampling Tap, are the only changes made in
ing Use of This Standard. This standard is written as
e by the owner's personnel. Where the owner is contracting for
a separate contract or as part of a contract for installing mains*
uld be included in the contract agreement to assure that the
tstructed as to his responsibilities. As a minimum, the owner
that is, AWWA C651, Standard for Disinfecting Water Mains.
to be used (Sec. 2.1, Sec. 2.2, and Sec. 2.3).
cation (Sec. 5.1, Sec. 5.2, and Sec. 5.3).
zing may be done, rates of flushing, and locations of drainage
1, and Sec. 6.2).
requcncy of samples for bacteriological tests (Sec. 7.1, Sec. 7.2,
samples (Sec. 7.3).
d manuals for design criteria and i
n$
11
on procedures for various pipe
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AWWA ST
DISINF
American Wa
NDARD FOR
e
Works Association
i
A\
AWWA C651-86
(Revision of AWWA 0601-81)
CTING WATER MAINS
igumnswl SECTION 1: GENERAL
Sec. 1.1 Scope
This standar
trains. All new w
mains taken out
contamination of
Sec. 1.2 References
This standarc
forms a part of till,
the requirements
AWWA B30
AWWA 1330
Simplified Pr
Colo. (1978).
Standard Met
WPCF.t Washin
Additional to
Material Safe
Chlorine Inst
AWWA— W
AWWA—Int
Safety Pracri
(1983).
Water Chlori
Colo. (1973).
presents essential procedures for disinfecting new and repaired water
cr mains shall be disinfected before they are placed in service. All water
f service for inspecting, repairing, or other activity that might lead to
'ater shall be disinfected before they are returned to service.
f references the following documents. The latest current edition of each
standard where and to the extent specified herein. In case of any conflict,
f this standard shall prevail.
—Standard for Hypochlorites.
—Standard for Liquid Chlorine.
cedures for Water Examination. AWWA Manual M12. AWWA, Denver,.
ods for the Examination of Water and Wastewater. APHA,* AWWA, and,
on, D.C. (16th ed., 1984).
terials relating to activity under this standard include:
y Data Sheets for forms of chlorine used (provided by suppliers).
tute, Inc.$—Chlorine Manual.
ter Quality and Treatment.
oduction to Water Treatment.
e for Water Utilities. AWWA Manual M3. AWWA, Denver, Colo
ation Principles and Practices. AWWA Manual M20. AWWA, Denver
*American Public Heal h Association, 1015 15th St. N.W.,
'Mater Pollution Cont of Federation, 2626 Pennsylvatlia4
$Chlorine Institut, In ., 70 W. 40th St., New York, NYI'1
1
as ington, DC 20005.
.W., Washington, DC 20037.
otrl
2 AWWA C651-86
Sec. 1.3 Record of Compliance
The record of compliance shall be the bacteriological test results certifying the water
sampled from the water main to be free of coliform bacteria contamination.
i
memonsa SECTION 2: FORMS OF CHLORINE
FOR DISINFECTION
The forms of ch
chlorine, sodium hyp.
Sec. 2.1 Liquid Chlorine*
Liquid chlorine
containers usually of
used only (1) in cotnbi
controlled high-conce
direct supervision of a
properties of liquid ch
may arise; and (3) w
personnel and the pu
Sec. 2.2 Sodium Hypochloritet
Sodium hypochl
containers typically ra
be available in some
15 -percent available c
storage to minimize it
when the concentrati
concentrations. Perce�r
Sec. 2.3 Calcium Hypochlorite
Calcium hypochlorite is available in granular form or in approximately 5-g tablets, and
contains approximately 65 -percent available chlorine by weight. The material should be
stored in a cool, dry, and dark environment to minimize its deterioration.
orine that may be used in the disinfection operations are liquid
•hlorite solution, and calcium hypochlorite granules or tablets.
ontains 100 -percent available chlorine and is packaged in steel
00-1b, 150-1b, or 1 -ton net chlorine weight. Liquid chlorine shall be
at ion with appropriate gas -flow chlorinators and ejectors to provide a
tration solution feed to the water to be chlorinated; (2) under the
. erson who is familiar with the physiological, chemical, and physical
orine, and who is trained and equipped to handle any emergency that
en appropriate safety practices are observed to protect working
lic.
111
rite is available in liquid form in glass, rubber -lined, or plastic
ging in size from 1 qt to 5 gal; containers of 30 gal or larger sizes may
areas. Sodium hypochlorite contains approximately 5 -percent to
lorine, but care must be used in control of conditions and length of
deterioration. (Available chlorine is expressed as a percent of weight
n is 5 percent or less, and usually as a percent of volume for higher
t X 10 = grams of available chlorine per litre of hypochlorite.)
111 II 1 111 1
SECTION 3: BASIC DISINFECTION PROCEDURE ■■w
"I'he basic disinfection procedure consists of:, ,
1. Preventing c Qntaminating materials from e' ink to water main during storage,
construction, or repai
2. Removing, b flushing or other means, those Materials that may have entered the
water main.
3. Chlorinating any residual contamination that may remain, and flushing the
chlorinated water fro the main.
4. Determining the bacteriological quality by laboratory test after disinfection.
*See AWWA B301—Stanand for Liquid Chlorine.
tSee AWWA B300—Stanand for Ilypochlorites.
1 1
II
DISINFECTING WATER MAINS 3
SECTION 4 PREVENTIVE AND CORRECTIVE
MEASURES DURING CONSTRUCTION
Heavy panic later generally contain bacteria and prevent even very high chlorine
concentrations fro contacting and killing such organisms. It is, therefore, essential that the
procedures of this section be observed to assure that a water main and its appurtenances are
thoroughly clean or the final disinfection by chlorination.
Sec. 4.1 Keeping Pipe Clean
Precautions s
contamination. Pi
foreign material. I
laying is stopped
meal periods. Rod
are not practicably
means.
Delay in placement of delivered pipe invites contamination. The more closely the rate
of delivery is correlated to the rate of pipe laying, the less likelihood of contamination.
and Dry
all be taken to protect the interiors of pipes, fittings, and valves against
e delivered for construction shall be strung so as to minimize entrance of
11 openings in the pipeline shall be closed with watertight plugs when pipe
it the close of the day's work or for other reasons, such as rest breaks or
ent-proof plugs may be used where it is determined that watertight plugs
and where thorough cleaning will be performed by flushing or other
Sec. 4.2 Joints
Joints of all
accumulates in th
Sec. 4.3 Packing Materials
Yarning or p
treated paper or of
Packing material s
used, it shall be h
water -carrying po
Sec. 4.4 Sealing Materials
No contamit
microorganisms s
in a manner that
gaskets shall be si
containers and sh
Sec. 4.5 Cleaning and Swab
If dirt enters
the dirt will not t
cleaned by mecha
disinfecting solut
undertaken only
operation will not
Sec. 4.6 Wet -Trench Constr
If it is not pos
be made to assure
available -chlorine
adding calcium h}
into a wet trench,
ipc in the trench shall be completed before work is stopped. If water
trench, the plugs shall remain in place until the trench is dry.
I 01
;eking material shall consist of molded or tubular rubber rings, or rope of
her approved materials. Materials such as jute or hemp shall not be used.
hall be handled in a manner that avoids contamination. If asbestos rope is
ndled in a manner that prevents asbestos from being introduced into the
rtion of the pipe.
ated material or any material capable of supporting prolific growth of
all be used for sealing joints. Sealing material or gaskets shall be handled
voids contamination. The lubricant used in the installation of sealing
itable for use in potable water. It shall be delivered to the job in closed
11 be kept clean.
Bing
:he pipe, and in the opinion of the owner's engineer or job superintendent
e removed by the flushing operation, the interior of the pipe shall be
nical means and then shall he swabbed with a 1 -percent hypochlorite
ion. Cleaning with the use of a pig, swab, or "go -devil" should be
hen the owner's engineer or job superintendent has determined that such
force mud or debris into pipe -joint spaces.
uction
Bible to keep the pipe and fittings dry during installation, every effort shall
that any of the water that may enter the pipe -joint spaces contains an
concentration of approximately 25 mg/I.. This may be accomplished by
pochlorite granules or tablets to each length of pipe before it is lowered
or by treating the trench water with hypochlorite tablets.
i
iiALL_
4 AWWA C65I-86
Sec. 4.7 Flooding by Storm or Accident During Construction
If the main is flooded during construction, it shall he cleared of the flood water by
draining and flushing with potable water until the main i clean. The section exposed to the
flood water shall then be filled with a chlorinated potab c water that, at the end of a 24-h
holding period, will have a free chlorine residual of not les than 25 mg/L. The chlorinated
water may then be draied or flushed from the main. Affer construction is completed, the
main shall be disinfecteld using the continuous -feed or slug method.
SECTION 5: M
THODS OF CHLORI
NATION
Three methods of chlorination are explained in thiS section: tablet, continuous feed,
and slug. Information i the foreword will be helpful in d tcrrnining the method to be used.
The tablet method g es an average chlorine dose 4 f approximately 25 mg/L; the
continuous -feed metho gives a 24-h chlorine residual of of less than 10 mg/L; and the slug
method gives a 3-h exposure of not less than 50 mg/L f •e chlorine.
Sec. 5.1 Tablet Method
The tablet metho consists of placing calcium hypo hlorite granules and tablets in the
water main as it is being installed and filling the main with potable water when installation is
completed.
This method may e used only if the pipes and appurtenances are kept clean and dry
during construction.
5.1.1 Placing 0 calcium hypochlorite granules. During construction, calcium
hypochlorite granules all be placed at the upstream end of the first section of pipe, at the
upstream end of each b anch main, and at 500 -ft intervals. The quantity of granules shall be
as shown in Table 1.
WARNING: This ocedure must not be used on soh ent-welded plastic or on screwed -
joint steel pipe becaus of the danger of fire or explosion from the reaction of the joint
compounds with the c lcium hypochlorite.
Table 1 Ounces of Calcium Hypochlorite Granules to be Placed at Beginning of
Main and at Each 500 -ft Interval
Pipe Diameter
in.
16 a
4
8
12
id larger
5.1.2 Placing of
hypochlorite tablets sh
placed in each hydrant,
required for each pipe s
is the inside pipe diam
shows the number of t
Calcittrit ypochlorite
IGra rules
oz
0.5
1.0
10
4.0
�.0
calcium hypochlorite tablets. During construction, 5-g calcium
11 be placed in each section of pipe and also one such tablet shall be
hydrant branch, and other appur enance. The number of 5-g tablets
action shall be 0.0012 d2L rounde to the next higher integer, where d
ter, in inches, and L is the length f the pipe section, in feet. Table 2
blcts required for commonly use sizes of pipe. The tablets shall be
1
1
1
1
1
1
1
1
1
1
1
1
t1
1
Table 2 Numbe
25 mg/L*
11
DISINFECTING WATER MAINS 5
- of 5-g Calcium Hypochlorite ablets Required for Dose of
I'ipe
Diameter
in.
4
6
8
10
12
16
13
18
or less
2
3
4
ngth of ipe Secti
on
Number of 5-g Calciu Hypochlorite Tablets
1
1
2
3
4
6
1 1
2 2
3 4
4 5
6 7
10 13
*Based on 3.25 g availa Ic chlorine per tablet; any portion of ta.'et rounded to next higher number.
attached by an adh sive such as Permatex No 1* or a ual. 'There shall be no adhesive on the
tablet except on the broad side attached to the surface f the pipe. Attach all the tablets inside
and at the top of the main, with approximately equal rt mbers of tablets at each end of a given
pipe length. If the tablets are attached before the pi a section is placed in the trench, their
position shall be marked on the section so it can b readily determined that the pipe is
installed with the *blets at the top.
5.1.3 Filling and contact. When installation as been completed, the main shall be
filled with water at a rate such that water within the ain will flow at a velocity no greater 1
than 1 ft/s. Precautions shall be taken to assure that air pockets are eliminated. This water
shall remain in the pipe for at least 24 h. If the water temperature is less than 41°F (5°C), the
water shall remain n the pipe for at least 48 h. Valves shall be positioned so that the strong
chlorine solution i the treated main will not flow into water mains in active service.
Sec. 5.2 Continuous -Feed M thod
The continuo s -feed method consists of placin calcium hypochlorite granules in the
main during const uction (optional), completely fill ng the main to remove all air pockets,
flushing the compl ted main to remove particulates, nd filling the main with potable water
chlorinated so that after a 24-h holding period in the main there will be a free chlorine
residual of not less
5.2.1 Placing
hypochlorite granu
of this procedure i�
water that flows do.
of pipe is such that this first flow of water will flow
5.2.2 Prelimi wr v flushing. Before being ch.
eliminate air pockets and shall be flushed to remove p
main shall not be less than 2.5 ft/s unless the ow
determines that conditions do not permit the required flow to be discharged to waste. Table
3 shows the rates of flow required to produce a velocity of 2.5 ft/s in pipes of various sizes.
Note that flushing is no substitute for preventive easures during construction. Certain
contaminants, such as caked deposits, resist flushin at any feasible velocity.
In mains of 4 -in. or larger diameter, an ac eptable alternative to flushing is to
broom -sweep the main, carefully removing all swee ings prior to chlorinating the main.
than 10 mg/L.
calcium hypochlorite granules. At the option of the engineer, calcium
les shall be placed in pipe sections as specified in Sec. 5.1.1. The purpose
to provide a strong chlorine con -entration in the first flow of flushing
vn the main. This procedure is recommended particularly where the type
nto annular spaces at pipe joints.
urinated, the main shall be filled to
rticulates. The flushing velocity in the J
er's engineer or job superintendent II
*.\ product of the fern
atex Go.. Brooklyn, N.Y., and Kansas ty, Kan.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6 AWWA C65I-86
1
Table 3 Required Fl wand Openings to Flush Pipe
in Water Main)*
lines (40 psi Residual Pressure
Pipe
Diameter
I)7.
4
6
8
I0
12
16
*With a 40 -psi p,
approximately I
tNumber of tap
Flow Required
to Produce
.5 ft/s (approx.)
clocity^in Main
gnu
essure in th
100 gpm an
on pipe ba:
100
200
400
600
900
1600
Size of
in.
11/2
Numb<
Taps on
rap
r of
Pipet
2
1
2
2
4
Number
of 2'/2 -in.
Hydrant Outlets*
2
•2
main with the hydrant flowing to atmosp
a 41/22 -in. hydrant outlet will discharge a
cd on discharge through 5 ft ofgalvaniz
5.2.3 Chlorinating the main.
1. Water from the existing distribution system o
shall be made to flow It a constant, measured rate into
absence of a meter, the rate may be approximated by meth
the discharge, measuring the time to fill a container of
trajectory of the discha
2. At a point not
water entering the new
the water will have not less than 25 mg/L free chlorine. 7
provided, measure the chlorine concentration at regular
procedures described in the current edition of Standar
Water or Wastewater of AWWA Manual M12, or using
Appendix A.)
1i
ere, a 21/2 -in. hydrant outlet will discharge
proximately 2500 gpm.
1 iron (GI) pipe with one 90° elbow.
other approved source of supply
he newly laid water main. In the
ds such as placing a Pitot gauge in
nown volume, or measuring the
"ge and using the formula shown in Figure 1.
more than 10 ft downstream froi the beginning of the new main,
main shall receive a dose of chlor ne fed at a constant rate such that
o assure that this concentration is
intervals in accordance with the
! Methods for the Examination of
ppropriate chlorine test kits. (See
Figure 1 Suggested Combination Blowoff and Sa
pling Tap
it
18 -in. ,.
E
1/2 -in. hose
bib
__
minimum
,
to
E
for bacteria samples
E
III -TM
12 in. minimum.
tme-
.--- \
,--
--'//
I/I
P/A.1.1/.4`,./1
/1
-Y/A .f i(, iY71 r7icv/,1..,'//I
Formula for estimat tg rate of discharge
2.83d2S,,
i
III
Q=
where: S
Q = discharge i gp
t
d = inside diamete of discharge pipe
t
d, Sx, Sy measurid in inches
Figure 1 Suggested Combination Blowoff and Sa
pling Tap
Table Chlori
by Dia eter
II 11
flll
)ISINFECTING WATER MAINS
11i 011,1III
'l•
e Required to Produce 25-mg/LConcentratiorn in 100 ft of Pipe
i
Pipe 100 -percent
1)iatnct. Chlorine
in lh
4
6
8
10
12
16
013
030
054
085
120
217
1 -percent
Chlorine Solution
gal
.16
.36
.65
1.02
1.44
2.60
Tale 4 giv . the amount of chlorine required for each 100 ft of pipe of variou
diamet. s. Soluti ns of I -percent chlorine may be prepared with sodium hypochlorite or
calciu hypochlorite. The latter solution requires 1 lb of calcium hypochlorite in 8 gal of
water.
3. During tete application of chlorine, valve$ shall be positioned so that the strong
chlorin solution n the main being treated will not iflow into water mains in active service.
Chlori applicat n shall not cease until the entire main is filled with heavily chlorinated
water. i he chlori atcd water shall be retained in the main for at least 24 h, during which time
all valvas and hyd ants in the treated section shall be operated to ensure disinfection of the
appurt. ances. A the end of this 24-h period, the treated water in all portions of the main
shall ha e a resid al of not less than 10 mg/L free chlorine.
4. Direct -feed chlorinators, which operate solely from gas pressure in the chlorine
cylinde shall not a used for application of liquid chlorine. (The danger of using direct -feed
chlorin• tors is th t water pressure in the main can exceed gas pressure in the chlorine
cylinde This allows a backflow of water •into the cylinder, resulting in severe cylinder
corrosi . n and escape of chlorine gas.) The preferred equipment for applying liquid chlorine
is a solu ion -feed, 'acuum-operated chlorinator and a booster pump. The vacuum -operated
chlorin • tor mixes the chlorine gas in solution water; the booster pump injects the chlorine -
gas sol ion into the main to be disinfected. Hypochlorite solutions may be applied to the
water in with a asoline or electrically powered chemical -feed pump designed for feeding
chlorin; solutions Feed lines shall be of such material and strength as to safely withstand the
corrosi . n caused y the concentrated chlorine solutions and the maximum pressures tha. :
may be created b the pumps. All connections shall be checked for tightness before th
solutio is applied to the main.
Sec. 5.3 Slug Meth t d
Th slug metktod consists of placing calcium hypochlorite granules in the main during
constru tion, comiletely filling the main to eliminate all air pockets, flushing the main to
remove • articulates, and slowly flowing through the main a slug of water dosed with chlorine
to a co entration of 100 mg/L. The slow flow ensures that all parts of the main and its
appurte ances will be exposed to the highly chlorinated water for a period of not less than 3 h.
5.3 1 Placin calcium hypochlorite granules. Sanne as Sec. 5.2.1.
5.3 2 Yrelin 'nary flushing. Same as Sec. 5.2.2.
5.3 3 Cltlort taring the main.
1. Same as ec. 5.2.3(1).
2. At a poi t not more than 10 ft downstream from the beginning of the new main,
water e tering th new main shall receive a dose of chlorine fed at a constant rate such that
the wat r will have not less than 100 mg/L free chlorine. To ensure that this concentration i
li
p�
1 Id
8 AWWA C651-86
provided, the chlorine 4oncentration should be measured at regular intervals. The chlorine
shall be applid continuously and for a sufficient period to develop a solid column, or "slug,"
of chlorinate water th t will, as it moves through the main, expose all interior surfaces to a
concentration of appro imately 100 mg/L for at least 3 h.
3. The free chlo ine residual shall be measured in the slug as it moves through the
main. If at dny time i drops below 50 mg/L, the flow shall be stopped, chlorination
equipment shall be relo atcd at the head of the slug, and, as flow is resumed, chlorine shall be
applied to reltore the f ee chlorine in the slug to not less than 100 mg/L.
4. As the chlorin ted water flows past fittings and valves, related valves and hydrants
shall be oper ted so as to disinfect appurtenances and pipe branches.
ism= SECTION 6: FINAL FLUSHING
Sec. 6.1 Clearing the M
After th
prolonged ce
damage to th
chlorine me
higher than
Sec. 6.2 Disposing of H
The env
If there is an
then a reduci
chlorine resi
Where nece
determine sti
ain of Havily Chlorinated Water
applicab a retention period, heavily chlorinated water should not remain in
ntact with pipe. In order to prevent damage to the pipe lining or corrosion
pipe itself, the heavily chlorinated water shall he flushed from the main until
surements show that the concentration in the water leaving the main is no
hat generally prevailing in the system or is acceptable for domestic use.
avily Chlorinated Water
ironment to which the chlorinated water is to be discharged shall be inspected.
question that the chlorinated discharge will cause damage to the environment,
ng agent shall be applied to the water to be wasted to neutralize thoroughly the
dual remaining in the water. (See Appendix B for neutralizing chemicals.)
sary, fed ral, state, and local regulatory agencies should be contacted to
ecial prov cions for the disposal of heavily chlorinated water.
SECTION 7: B CTERIOLOGICAL TESTS
Sec. 7.1 Standard Conditions
After fl
shall be collected from
accordance ith Stand
show the ab ence of c
option of th engineer.
from each br
along the len
al flushing and bcfore the water main is placed in service, a sample or samples
the end of the line, shall be tested for bacteriological quality in
rd Methods for the Examination of Water and Wastewater, and shall
liform organisms. A standard plate count may be required at the
At least one sample shall be collected from the new main and one
nch. In case of extremely long mains, it is desirable that samples be collected
:th of the line as well as at its end.
Sec. 7.2 Special Condit ons
If, duri g construction, trench water has entered the main, or if in the opinion of the
owner's engi eer or lob superintendent, excessive quantities of dirt or debris have entered
the main, bacteriological samples shall be taken at intervals of approximately 200 ft and shall
be identified by location. Samples shall be taken of water that has stood in the main for at
least 16 h after final flushing has been completed.
Sec. 7.3 Sampling Procedure
Sample for bacteriological analysis shall be collected in sterile bottles treated with
sodium thio ulfate as required by Standard Methods fir the Examination of Water and
1
1
1
1
1
r
1
1
1
1
1
1
1
t
1
DISINFECTING WATER MAINS 9
Wastew ter. No hose or fire hydrant shall be used in collection of samples. A suggested
combination blowoff and sampling tap useful for mains up to and including 8 -in. diameter is
shown ' Figure . A corporation cock may be installed in the main with a copper -tube
goosen k assembly. After samples have been collected, the gooseneck assembly may be
remove and retai led for future use.
sommwi SECTION 8: REDISINFECTION ornmerarimommumumm
If t e initial disinfection fails to produce satisfactory bacteriological samples, the mai
may be eflushed and shall be resampled. If check samples show the presence of colifor
organis s, then t main shall be rechlorinated by the continuous -feed or slug method o
chlorination until atisfactory results are obtained.
NOTE: High elocities in the existing system, resulting from flushing the new main,
may disturb sediment that has accumulated in the existing mains. When check samples are
taken, it is well to sample water entering the new main.
, SECTION 9: DISINFECTION PROCEDURES WHEN
CUTTING INTO OR REPAIRING EXISTING MAINS
The followin procedures apply primarily when mains are wholly or partially
dewatered. After he appropriate procedures have been completed, the main may b
returned to servic prior to completion of bacteriological testing in order to minimize the
time customers are out of water. Leaks or breaks that are repaired with clamping device
while the mains remain full of pressurized water present little danger of contamination andt
require no disinfe ion.
Sec. 9.1 Trench Treatment
Wh n an old ain is opened, either by accident
be wet nd may be badly contaminated from
hypochl rite appli to open trench areas will lessent
have the advantag in such a situation because they
hypochlorite as wa er is pumped from the excavatio
Sec. 9.2 Swabbingwith Hyp. chlorite Solution
The interiors f all pi pe and fittings (par
the repai shall he s 'ahhed or sprayed with a
installed
Sec. 9.3 Flushing
y design, the excavation will likely 1
1:,), sewers. Liberal quantities of
e anger from such pollution. Tablets
isolve slowly and continue to release
i�1
Thorough flus ing is the most practical means
during repairs. If alve and hydrant locations per
from bot directio s is recommended. Flushing sh
complete and shall be continued until discolored
Sec. 9.4 Slug Chlori ation 10Ida
Wh re practical, in addition to the procedures
break is 1 cated s ha I be isolated, all service connect io
chlorinat d as descibed in Sec. 5.3, except that the
plings and sleeves) used in making
pochlorite solution before they are
(moving contamination introduced
flushing toward the work location
e started as soon as the repairs are
is eliminated.
ye, a section of main in which the
ut off, and the section flushed and
may be increased to as much as
10 AWWA C651-86
300 mg/L and the con
shall be resu ed and c
noticeable chlorine otic
Sec. 9.5 Sampling
act time reduced to as little as 15 mi
ntinucd until discolored water is Blit
Bacteriological sa ple � shall be taken after repairs are comp eted to provide a record for
determining the proced re's effectiveness. If the direction of flow is unknown, samples shall
be taken on each side o the main break. If positive bacteriological samples are recorded, the
situation shat be evalu ed by a qualified engineer who can determine corrective action, and
daily sampli g shall be continued until two consecutive negative samples are recorded.
ter chlorination, flushing
ted and the water is free of
SECTION 10: PECIAL PROCEDURE FOR
CAULKED TAPPING SLEEVES nommon
Before tapping sleeve is installed, the exterior of the main to be tapped shall be
thoroughly ceaned, an the interior surface of thesleeve shall be lightly dusted with calcium
hypochlorite powder.
Tappinsleeves a used to avoid shutting down the main to be tapped. After the tap is
made, it is impossible ti disinfect the annulus without shutting down the main and removing
the sleeve. The space between the tapping sleeve and the tapped pipe is normally 1/2 in., more
or less, so that as little a 100 mg of calcium hypochlorite powder per square foot will provide
a chlorine concentratio of over 50 mg/L.
11!
APPENDIX A
41"11 Chlorine Residual Testing
This appendix is for information on/V 1111,1 is nor (1 pint of AWWA C651.
SECTION A.1: DPD DROP DILUTION
METHOD (FOR FIELD TEST) imioNMEMIN
e DPI) drop dilution method of approximating total residual chlorine is suitable for
trations above 10 mg/L, such as are applied in the disinfection of water mains or
T
conce
tanks.
Appartus:
1. A graduated cylinder for measuring distilled water.
2. An automatic or safety pipette.
3. Two dropping pipettes that deliver a 1 -ml. sample in 20 drops. One pipette is
dispen.ing the water sample and the other is for dispensing the DPD and buffer solutio
The pieettes should not be interchanged.
4. A comparator kit containing a suitahlc range of standards.
Reagen s:
1. DPI) i dicator solution. Prepare as prescribed in Standard Methods for t
Exams anon 4 1 'ater and Wastewater, (16t11 cd.), tinction 408E, p. 309.
2. Phosph to buffer solution. Prepare as prescribed in Standard Methods for t
Exams ation of I ater and Wastewater, (16th ed.). Section 408E, p. 309.
Proced re:
1. Add 10 drops of DPD solution and 10 drops of buffer solution (or 20 drops
combi ed DPD -buffer solution) to a comparator cell.
2. Fill the comparator cell to the 10 -mi. mark with distilled water.
3. With a dropping pipette, add the water sample one drop at a time, allowing mixin
until a ed color is formed that matches one of the color standards.
4. Record the total number of drops used and the final chlorine reading obtained (th
is, the hlorine reading of the matched standardl.
5. Calculate the milligrams per litre of free residual chlorine as follows:
mg/L Chlorine �cal ing > 200
II drops of sample
SEC
Se
to use,
ION A.2: HIGH -RANGE CHLORINE TEST KITS
eral manufacturers produce high -range chlorine test kits that are inexpensive, easy
nd satisfactory for the precision required.
11
11
Sulfur
Dioxide
(S02)
Sodium
Bisulfate
(NaHS0t
1. Che
2. Ch
of the chemi
Table B.1 1'
Concentrat
APPENDIX B
Disposal of Heavily Chlorinated Water
This appt•ndix is for information only and rs not a part of A it"WA 0651.
ck with Iocal sewer department for conditions of disposal to sanitary sewer.
trine residual of water being disposed will be neutralized by treating with one
als listed in 'fable B. 1.
II
unds of Chemicals Required to Neu li
ons in 100 000 gal of Water*
Residual
Chlorin
Conccntrat on
mg/L
2
10
50
*Except for rest
0.8
1.7
8.3
41.7
1.2
2.5
12.5
62.6
e Various Residual Chlorine
Sodium
Sulfite
gNa2SO'l
1.4
2.9
14.6
73.0
ual chlorine foncentration, all amounts arc in pounds.
12
Sodium
Thiosulfate
(Na2S20t•5H20)
1.2
2.4
12.0
60.0
J
CONSTRUCTION
SPECIFICATIONS
MI
H.T. HYDROSTATIC TESTING
1. SCOPE:
The work consists of the hydrostatic testing of water distribution
lines. Pressure tests and leakage tests shall be conducted
concurrently. The Contractor shall provide all required equipment,
materials and labor. The Engineer shall witness tests.
2. GENERAL
A. The Contractor shall notify the Engineer in writing 48 hours in
advance of all hydrostatic testing.
B. No tests shall be conducted until at least 7 days have elapsed
after the last concrete thrust restraint has been cast. When approved
by the Engineer a thirty-six hour minimum elapse time may be allowed
if high -early -strength cement is used in thrust blocks.
C. No allowance shall be made for pressure reductions accomplished by
means of pressure reducing valves or other mechanical means.
D. Prior to tests, inspect valves within the test section to make sure
they are fully open. When fire hydrants are in the test section, the
test shall be conducted with the hydrant main valve closed and the
hydrant isolation valve open.
3. PRESSURE TEST
A. Preparation.
1
Slowly fill the pipe section to be tested with water. Remove all
air from the test section. Install corporation cocks at high points to
evacuate the air if permanent air vents are not located there. The
pipe filled with water shall stand a minimum of 24 hours prior to the
hydrostatic pressure test, if cement mortar lined pipe is bein
tested.
i
B. Test pressure.
1. The test pressure shall be 150% the working pressure measured at
the highest elevation of the pipeline test section or the working
pressure plus 50 psi, whichever is greater
2. Pressure shall be maintained within +5 psig of the required test
pressure for at least 2 hours.
3. CAUTION: Contractor shall isolate test sections such that the test
pressure at the lowest elevation in the test section is the minimum
rating for the valves or 150 psi, whichever is less.
HT -1
JEROME GAMBA & ASSOCIATES, INC.
QONSULI1NG ENGINEERS & LAND SURVEYORS
4. LEAKAGE TEST
T
A. Definition: Leakage is the quantity of water that must he added
to the pipeline to maintain pressure within 5 psi of the specified
test pressure after the air has been expelled and the pipe is filled
with water.
B. Maximum allowable leakage:
k
L = ND IT- H
7,400
where: L = maximum allowable leakage
in gallons
N = number of joints in the
length of pipeline tested
D = nominal pipe diameter in
inches
P = average test pressure
during the leakage test in
psig
H = number of test hours
1. When testing' against closed metal -sealed valves, an
additional leakage per closed valve of 0.0078 gal/hour/inch of nominal
valve size will be allowed.
2. Certainteed C-900 couplings with two gaskets shall be counted
as one joint and not as two.
5. ACCEPTANCE
A. Acceptance of the work shall be based on the successful
completion of the hydrostatic tests.
B. The contractor shall locate and repair defective materials and
joints if the tests disclose leakage greater than that specified.
C. Tests shall be repeated until the leakage is within the
permitted allowance.
D. All visible leaks shall be repaired re ardless of the amount of
leakage.
6. Measurement and Payment
The successful completion of the Project shall be dependent upon
satisfactory compliance with the intent of this section. There shall
be no extra payment for this Work, but it is construed to be a part of
all phases and items of the Work involved in the Project.
HT -2
1
AMBA & ASSOCIATES, INC.
U1NG ENGINEERS & LAND SURVEYORS
rpt
CONSTRUCTION SPECIFICATIO
SERVICE CONNECTIONS, SERVICE LINES, MET
kS
i
OR
AND APPURTENANCES
1. Scope.
The work consists of the furnishing of all labor and equipment for
and performing the work of the installation of corporation stops,
service lines, meters, yokes, meter boxes and pressure reducing
valves for services. Unless otherwise specified in SPECIAL
CONDITIONS, the contractor shall furnish all materials and
supplies for the work.
2. Materials.
(a) Saddles --Saddles shall be brass (ASTM B-62 & AWWA C-800) with
flattened, silicon bronze straps and brass alloy (ASTM B-62 & AWWA
C-800) nuts or stainless steel with double flat stainless steel
straps and nuts. Manufactured by Ford or Mueller or equal.
(b) Corporation Stops --Corporation stops shall be all brass
construction (AWWA C-800) with threads suitable for the coupling
or saddle to which the connection is being made, and shall be
Mueller H-15008 or Ford F-1000, no substitutes.
(c) Service Lines --Service lines shall be Type K copper, soft,
meeting ASTM B88-62 for service lines from 3/4 inch to 2 inch.
Service connections larger than 2 inch shall be considered water
mains and shall be as specified under the applicable sections.
All copper service line connections shall e compression joints,
or silver soldered joints.
(d) Curb Stops --Curb stops shall be Mueil
"B" 44 Ball valve, no substitutes.
(e) Valve Boxes for Curb Stops-- Valve boxes
Mueller buffalo pattern or equal. ly��
(f) Meters --Meters shall be Rockwell SR, SR2 or compound with ECR
touch -read pad.
(g) Pressure Reducing Valve --Pressure reducing valves (PRV) for
service lines shall be Cash -Acme Type EB -74 (1/2" through 1") or,
Type EB -86 (1-1/4" through 2"0 or approved equal with a range of
adjustment of discharge pressure from 20 to 70 psi.
(h) Isolation Valves --Isolation valves shall be brass, ball type
valves similar or equal to (d) curb stops.
H-1504 or Ford Model
for curb stops shall,
3 Service Connection Installation
(a) Service connection bury shall be at the depth called for on
the plans and/or in the SPECIAL CONDITIONS specifications.
W SERVICE 1
GAMBA & ASSOCIATES, INC.
NG ENGINEERS & LAND SURVEYORS
(b) A gooseneck shall be formed in the copper service line at the
corporation stop. The Tap angle of the corporation stop shall be
22 1/2 deg. from the horizontal. The top of the gooseneck shall
not be higher than the top of the water main.
(c) The curb stop shall be located in an accessible location at
the property line, adjacent to a right-of-way or easement. If a
service connection is not to be immediately connected, the end
location of the unconnected service shall be marked with a 4"x4"x
4 foot wooden post. The top of the post shall be painted light
blue and the post shall be set vertically over the end of the
service with the top two feet exposed.
(d) The meter installation shall be in a freeze -proof, convenient
and easily accessible area. If a meter is located in a crawl
space, an access hatch is to be provided within 10 feet of the
water meter. A telephone jack must be installed within five feet
(5') of the meter to provide for future automated meter reading.
(e) A pressure reducing valve is required on all services and
shall be installed ahead of and adjacent to the meter.
(f) Isolation valves of service line size shall be installed ahead
of the pressure reducing valve (PRV) and after the meter (i.e.
valve, PRV, meter, valve).
(g) The touch -read pad shall be located on the front of the
building, five feet (5') above ground in an all weather accessible
location and connected to the meter installation with signal wire.
4. Pipe Bedding and Trench Backfill
(a) All trenches shall be backfilled immediately after service
pipe and fittings have been installed and inspected.
(b) All trench backfill shall be free of frozen material, stumps,
roots, brush, or other organic material, cinders or other
corrosive material, debris and rocks greater in size than those
noted in paragraphs (c) and (e) below.
(c) Pipe bedding material placed around and up to a point six
inches (6") over the pipe shall consist of select earth, sand, or
fine gravel free from clods, lumps of frozen material or stones
larger than 3/4 inch in their maximum dimension. In the absence
of bedding material noted above, the bedding shall consist of
granular material defined as well graded crushed stone or gravel
meeting ASTM C33, gradation 67 (3/4 to No.4), or crushed rock or
gravel with 95% passing 1/2" sieve and not more than 5% passing
No. 4 sieve. Itl1
(d) The pipe bedding material shall be placed around the pipe by
hand and compacted by hand tamping. Water settling of the trench
backfill will not be allowed, and the addition of water shall be
limited to that required for optimum compaction.
W SERVICE 2
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
1 11111 i'i�
Mt]
(e) After the select pipe bedding material has been placed and,
compacted as called for above, the remainder of the trench shall!,
be backfilled. All backfillmaterial shall be free from cinders,
ashes, refuse, organic and frozen material, boulders of other
unsuitable material. From one foot above the pipe to a point 24
inches below the surface or road subgrade, stones which do not
exceed 15 inches in maximum dimension may be included in the
backfill.
5. Compaction
Materials used for backfill shall be placed in the trench in
layers suitable to the equipment used for compaction, wetted to
optimum moisture content if necessary and compacted to the
following minimum densities relative to Standard Proctor (ASTM
(a) 100% for: subgrade under footings, foundations or structures,
subgrade under paved and shoulder slopes of State highways and top;
2 feet of paved areas, sidewalks and other areas to received
pavement, all bedding and backfill of pipelines in berms or dams
which are intended to retain standing water on one or both sides.
(b) 95% for: subgrade under gravel roadways, pipe trench barrier
material, trench backfill and bedding below 100% compacted top.
D698 or AASHTO T-99) optimum density.
(c) 90% for: sodded or lawn areas and fields.
(d) equal to density of undisturbed adjacent material for: field!
areas as directed by the engineer.
(e) Where granular materials are used in lieu of cohesive soils,
ASTM D2049 shall apply and above percentages shall be reduced by
15% to arrive at relative density.
(f) Field density tests to determine compliance with compaction
requirements shall be made by methods meeting the following
standards: ASTM D2922 (Nuclear), ASTM D1556 (Sand Cone) or ASTM
2167 (Rubber-Balloon)I..
I�I
6 Measurement and Payment
1
Measurement will be made by counting the number of units installed
and payment will be made at the contract unit price(s) tabulated
in the Bid Schedule.,o.,
W SERVICE 3
N
1
JEROME GAMBA & ASSOCIATES, INC.;
CONSULTING ENGINEERS & LAND SURVEYORS?
CONSTRUCTION SPECIFICA
11l1
ONS P.C.C. PORTLA EMENT CONCRETE
1. Scope 1'
The work consists of the construction of Portland cement concrete
structures and street pavement including all materials and labor
necessary for the designed structures or pavement.
2. Materials HI I'
(a) Cement. Cement shall conform to ASTM C 150, C 175 or C 595.
The cement supplier shall submit to the Engineer a certification
that the cement used on the project conforms to the applicable
specifications with complete mill analysis.
The following table illustrates the type of cement which shall be
used for particular structures;
TYPE IA --Slabs, pavement, sidewalks, driveways, curbs and gutters.
TYPE II Pipeline encasements
TYPE I, II, or III Thrust blocks, vaults, cut-off walls
(b) Aggregate. Shall conform to ASTM C 33. Fine aggregate in the
sieve size range of 3/8" to #100 shall comprise 34% to 39% by
weight of the total aggregate and shall conform to AASHTO M-6. The
coarse aggregate in the sieve size rang 1-1/2" to #4 shall
conform to AASHTO M-80 fl II
(c) Admixtures. Air entraining admixtures shall conform to ASTM C
260. Type A water reducing admixtures (normal setting) shall
conform to ASTM C 494 and may be used when air temperature is
between 40 and 80 degrees F. Type D water reducing admixtures
(retarders) shall conform to ASTM C 494 and may be used when air
temperature is over 80 degrees F. Type E water reducing
admixtures (accelerating) shall conform to ASTM C 494. Fly -ash
shall conform to ASTM C 618 and when fly -ash is used, the
proportions of materials shall be determined in accordance with
the American Concrete Institute (ACI) Standard 318-77 Section 4.2.
(d) Materials for curing concrete. These materials shall be
liquid membrane curing compound (white) conforming to ASTM C 309,
or sheet material conforming to ASTM C171.
(e) Joint filling compound. Where joints are required to be
filled, material shall be hot poured rubber asphalt joint filling
compound conforming to AASHTO-M-173 or Federal Specification
SS -S-164 or SS -S -1401a.
(f) Water. If water quality is questionable, it shall be tested
in accordance with AASHTO-T-26.
PCC -1
IN
JE o
MBA & ASSOCIATES, INC.
NG ENGINEERS & LAND SURVEYORS
3. Proportioning
cement
air content
coarse aggrega
470 pounds peer 4iI is yard minimum
5% to 8% lIt
1-1/2 inch maximum, but not greater
than one-fourth of the thickness of
the slab or structure wall.
slump 2 to 4 inch maximum for surface
vibrated or 1 to 3 inch maximum
for internally vibrated.
4. Strength Required
All concrete shall have a specified compressive strength of 4000
psi at 28 days. Conformance to strengtjrequirements shall be
determined by ASTM C 94 Section 16.5.1. 1
5. Applicable Standards
(a) "Specifications for Structural Concrete for Buildings" ACI
301.
(b) "Building Code Requirements for Reinforced Concrete" ACI 318.
(c) "Standard Specification for Ready Mixed Concrete" ASTM C
94 or ACI 304.
6. Reinforcement Steel
All reinforcement steel bars shall confor
616 or ASTM A 617, Grade 60.
7. Mixing and Hauling
All ready -mixed concrete shall meet the requirements of either
ASTM C 94 or AASHTO-M-157. The maximum elapsed time from time
water is added to the mix until the concrete is in place shall not
exceed 1.5 hours when concrete is transported in revolving -drum
truck bodies.
ASTM A 615, ASTM A ,
8. Forming
The subgrade or subbase under the forms shall be compacted and cut
to grade so that the forms when set will be at the required
elevation. Forms shall be of such configuration as to produce the
structure or pavement shown on the plans. They shall be of such
strength and so secured as to resist the pressure of the concrete
when placed and the impact and vibration of any equipment which
they support, without springing or settlement. The method of
connection between form sections shall be such that the joints
shall not move in any direction. The maximum deviation of any
final structure surface shall not exceed 1/4 inch in 10 feet.
Forms shall be capable of being removed without causing damage to
the structure or pavement. Flexible or curved forms of proper
radius shall be used for pavement curves of 100 feet radius or
less
PCC -2
1�
JEROME GAMBA & ASSOCIATES, INC,,
CONSULTING ENGNEERS & LAND SURVEYORSi!
When concrete is to be placed against rock, t
be scaled and cleaned with a high press e
loose material.
e rock surface shall
hose to remove all N
All forms shall be cleaned to remove all mortar, grout or other
foreign material from the surfaces and oiled prior to each use.
Form oil shall be light colored paraffin oil, or other
non -staining material. For exposed surfaces not in contact with
earth backfill, acceptable chemical release agents are Protex
Industries "Pro -Cote", Symons Corp., "Magic Kote", L & M "Debond"
or equal.
Form ties shall be commercially manufactured, permanently embedded
type with removable ends for all exposed surfaces. The
permanently imbedded portion of the tie shall terminate not less
than one inch from the face of the concrete.
Chamfer strips shall be placed in forms to bevel salient edges and
concrete corners of exposed surfaces, except for the top edges of
walls and slabs which are to be tooled. Unless otherwise noted on
the Drawings, bevels shall be 3/4 inch wide.
Forms shall remain in place a minimum of 12 hours after concrete
is placed.
The edge of previously placed concrete
as grade for a road pavement slab.
section may be used
9. Placing
The concrete shall be deposited in the structure forms or on the
pavement grade in such a manner as to require as little rehandling
as possible. Necessary hand movement or placement of concrete
shall be done with shovels, not rakes. All reasonable care shall
be taken to prevent any segregation of the concrete materials.
Workmen shall not be allowed to walk in freshly mixed concrete
with boots or shoes which are coated with earth or foreign
substances. ``
11
10. Vibrating
The concrete shall be thoroughly consolidated throughout by means
of vibrators inserted in the concrete.M Vibrators shall not be
permitted to come in contact a joint assembly or the subgrade.
Vibrators shall not be used to drag the concrete into place and
shall not be operated longer than 10 seconds in one place.
11. Job Conditions
Concrete shall not be placed during rain,
protection is provided to prevent preci it
concrete mix.
PCC -3
now or sleet unless
on from entering the
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS do LAND SURVEYORS
N
(a) Cold Weather Concreting. The work shall conform to the
specifications of ACI 306, "Recommended Practice for Cold Weather
Concreting". The Temperature of concrete when placed shall not be
less than that shown in the following table.
Air Temp. F
30 to 45
0 to 30
below 0
Minimum concrete temp. F in sections
with least dimensions
Under 12 inches 12 inches & over
60
65
70
50
55
60
Temperature of concrete when placed shall n t exceed 85 F.
Prior to placing concrete, all ice, snow, surface and subsurface
frost shall be removed from surfaces to be in contact with new
concrete and said surfaces shall be at least 35 degrees F but less
than 90 degrees F. 1h1 1,
Concrete shall be protected from freezing during the specified
curing period. Heated enclosures shall provide adequate
protection of corners, edges and thin sections. Heating units
shall not heat or dry concrete, or during the first 24 hours,
expose the concrete to exhaust gasses containing carbon dioxide.
I
(b) Hot Weather Concreting. The work shall conform to
specifications of ACI 305, "Recommended Practice for Hot Weather
Concreting". Temperature of concrete when placed shall not exceed
85 F. Forms and reinforcing steel shall be cooled to a maximum of
90 F with water spray prior to placing concrete. Concrete shall
not be placed when the actual or anticipated evaporation rate
equals or exceeds 0.20 pounds per square foot per hour, as
determined by Figure 2.1.4 of ACI 305. Approved set retarding
and water reducing admixtures may be used when ambient air
temperature is 90 F or above to offset the accelerating effects of
high temperature.
11. Measurement and Payment
Measurement shall be made by computing the volume contained within
the designed or field modified and approved structure. Payment
shall be made at the contract unit price per cubic yard for
completed concrete structures or pavement.
it
JER
E GAMBA & ASSOCIATES, INC.
NG ENGINEERS & LAND SURVEYORS
CONSTRUCTION
1. Scope
The work consists of furnishing and installing a vacuum operated,
solution feed type, direct cylinder mounted gas chlorinator
complete with booster pump, tubing and miscellaneous equipment.
CIFICATION CHL CHL
R SYSTEM
2. Materials and Installation
Chlorinator --the chlorinator system shall be ADVANCE SERIES 480 by
CAPITAL CONTROLS COMPANY, INC., model 481C1 or approved equal.
The chlorinator shall have a maximum capacity of 100 pounds per
day of chlorine feed per day. The chlorinator system shall be
complete with 1 vacuum regulator with chlorine gas flowmeter and
rate valve, a chlorine Supply indicator and vent, 25 feet of
vacuum and vent tubing with screen, and 1 ejector/diffuser with 10
feet of flexible rubber hose.
Water Booster Pump --the water booster pump shall be GOULDS, 1/2
hp, 115/230, Model H B 05 or approved equal.
Water Pressure Gauge --one water pressure gauge will be installed
on each sides of the chlorine ejector as shown on the plan. The
gauges shall register um to 200 psi in increments of 5 psi. The
gauges shall be RYAN HERCO, Plast -O -Matic #5342 PVDF-030 or
approved equal
Ball Valve --the ball valve shall be RYAN HERCO True Union, Type
346 #5016-010 or approved equal. The ball valve shall be
resistant to saturated chlorine solutions.
Exhaust Fan --the exhaust fan shall be mounted as shown in the
plans. The exhaust duct must take in air for exhausting at a
point no more than 6 inches above the floor of the chlorine room.
A louvered fresh air supply intake grille shall be located at
ceiling level as illustrated in the plans. This exhaust system
shall be capable of exhausting 110 cubic feet of air per minute
from the chlorine room. The exhaust fan shall be wired to
automatically activate when the light switch is turned to the "ON"
position. The light switch shall be located outside the door to
the chlorine room. Additionally, a pressure type switch shall be
located to activate the exhaust fan when the door is opened.
111Chlorine Cylinder Scale --a scale shall be poided capable of
weighing a single chlorine cylinder.
li
Chlorine Cylinder safety restraint --safety restraints shall be
provided for the chlorine cylinder on the scale and for one spare
cylinder. The restraints shall be capable of preventing tipping
of the chlorine cylinders and shall not result in incorrect
readings on the scale.
CHL -1
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
Gas Mask --a canister type gas mask of a type approved by the U.S.
Bureau of Mines must be provided and stored in a wall mounted
cabinet in the metering and control room.
Window in Door --the door shown in the plans for the chlorine room
shall be equipped with a one -foot square "one light" window. The
center of the window shall be approximately 65 inches above the
floor of the room.
Wall heater --the wall heater shall be installed as shown on the
plans and shall be CHROMALOX HS022, 4,200 BTU, 120v, 1250w with
integral thermostat or equal.
3. Operation and Maintenance Instructions
The contractor shall furnish to the owner, 3 sets of operation and
maintenance manuals of instructions for all mechanical and
electrical equipment including electrical schematic drawings and
pump operating curves.
4. Measurement and Payment
This work shall be paid for
chlorinator system.
11
1�
1
at the lump sum,unit price bid for
CHL -2
JEROME GAMBA & ASSOCIATES, INC.
ONSULTING ENGINEERS & LAND SURVEYORS
CONSTRUCTION SPECIFICATION E. E VATION
1. Scone
The work shall consist of the excavatrequired by the
drawings and specification and disposal .f the excavated
materials.
2. Classification
Excavation will be classified as common cavation or rock
excavation in accordance with the followi • 1efinition or will
be designated as unclassified.
Common excavation shall be defined as the excavation of all
materials that can be excavated, transported, and unloaded by
the use of heavy ripping equipment and wheel tractor -scrapers
with pusher tractors or that can be excavated and dumped into
place or loaded onto hauling equipment by means of excavators
having a rated capacity of three cubic yards and equipped with
attachments such as shovel, backhoe, bucket, dragline or clam
shell) appropriate to the character of the materials and the
site conditions.
MII I
Rock excavation shall be defined as the ex aviation of all hard,
compacted or cemented materials the accomplishment of which
requires blasting or the use of excavators larger than defined
for common excavation. The excavation and removal of isolated
boulders or rock fragments larger than one cubic yard in volume
encountered in materials otherwise conforming to the definition
of common excavation shall be classified as rock excavation.
Excavation will be classified according to the above
definitions by the engineer, based on His judgment of the
character of the materials and the site conditions.
The presence of isolated boulders or rock fragments larger than
one cubic yard in size will not in itself be sufficient cause
to change the classification of the surrounding material.
For the purpose of this classification, the following
definitions shall apply:
Heavy ripping equipment shall be defined as rear -mounted, heavy
duty, single -tooth, ripping attachment mounted on a tractor
having a power rating of at least 300 horsepower (at the
flywheel).
Wheel tractor -scraper shall be defined as„a, self -loading (not
elevating) and unloading scraper havingjl, s ruck bowl capacity
of 12 to 20 cubic yards.
E-1
MBA & ASSOCIATES, INC.
NG ENGINEERS & LAND SURVEYORS
Pusher tractor shall be defined as a trac
a power rating of at least 300 net horspo
equipped with appropriate attachments. '
111
3. Unclassified Excavation
Items designated as "Unclassified Excavatio ' shall include all
materials encountered regardless of their nature or of the
manner in which they are removed. When excavation is
unclassified, none of the definitions or classifications stated
in Section 2 of this specification shall apply.
tractor having
t the flywheel)
4. Blasting
The transportation, handling, storage, and use of dynamite and
other explosives shall be directed and supervised by a person
of proven experience and ability in blasting operation and who
shall be currently licensed and/or permitt'd for such work by
all prevailing government agencies.
1
Blasting shall be done in such a way as prevent damage to
the work or unnecessary fracturing of the undation and shall
conform to any special requirements led for in the
specifications.
5. Use of Excavated Materials
To the extent that they are needed, all suitable materials from
the specified excavations shall be used in, the construction of
required permanent earth fill or rock fill. The suitability of
materials for specific purposes will bei4etermined by the
engineer. The contractor shall not waste jj!DD otherwise dispose
of suitable excavated materials.
6. Disposal of Waste or Surplus Materials
All surplus or unsuitable excavated materials will be
designated as surplus or waste and shall be disposed of at the
locations shown on the plans and/or staked in the field by the
engineer.
7. Bracing and Shoring
Excavated surfaces too steep to be s e and stable if
unsupported shall be supported as necessary to safeguard the
work and workmen, to prevent sliding or settling of the
adjacent ground, and to avoid damaging existing improvements.
The width of the excavation shall be increased if necessary to
provide space for sheeting, bracing, shoring and other
supporting installations. The contractor shall furnish, place
and subsequently remove such supporting installations.
0' 4
E-2
ik
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
8. Structure and Trench Excavation
Structure and trench excavation shall be completed to the
specified elevations and to sufficient length and width to
include allowance for forms, bracing and supports, as
necessary, before any concrete forms, concrete, pipe, or other
structures for which the excavations are iritended are placed in
the excavation.
9. Borrow Excavation; ri
When the quantities of suitable mate
specified excavatio is are insufficient
specified fills, additional materials sh
the designated borrow areas. The extent
pits shall be as directed by the engineer.fll
Borrow pits shall be excavated and finall
to eliminate steep or unstable side slopes
or unsightly conditions.
10. Overexcavation
Excavation in rock beyond
be corrected by filling
i
ials obtained from
construct the
11 be obtained from
and depth of borrow
II I
dressed in a manner
or other hazardous
the specified line's and grades shall
the resulting voids with portland
cement concrete made of materials and mix proportions approved
by the engineer. Concrete of this nature that will be exposed
to the atmosphere when construction is completed shall contain
not less than 6 sacks of cement per cubic yard of concrete.
Concrete that will be permanently covered shall contain not
less than 4 1/2 sacks of cement per cubic yard. The concrete
shall be placed and cured as called for by the engineer.
Excavation in earth beyond the specified lines and grades shall
be corrected by filling the resulting voids with approved
compacted earth fill, except that earth that is to become the
subgrade for rip -rap, rock fill, sand and gravel fill, or drain
fill may be filled with material conforming to the
specifications for the rip -rap, rock, sand and gravel or drain
material.
11. Measurement and Payment
The work shall be paid for at the contract unit prices bid for
the respective classifications and types of excavation.
Quantities for payment shall be measured and computed to the
nearest cubic yard by the method of average cross-sectional end
areas. Regardless of quantities excavated, the measurement for
payment will be made to the specified pay limits, except that
excavation outside the specified lines and grades directed by
the engineer to remove unsuitable material will be included,
but only to the extent that the unsuitable condition is not a
result of the contractor's operations.
E-3
1
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGNEERS & LAND SURVEYORS
I���,
1
The pay limits shall be as designated on
not designated, the upper limit shall be
surface as it existed prior to the st
operations except that where excavation
areas designated for previous excavation
limit shall be the modified ground surface
specified previous excavation or fill.
Payment for each type and class of excavat
contract unit price shall constitute full
all labor, materials, equipment and all of
and incidental to the performance of the w
he drawings, or if
he original ground
t of construction
performed within
k. fill the upper
�epulting from the
made at the
mpensation for
items necessary
k, except that
extra payment for backfilling required overexcavation will be
made in accordance with the following provisions: payment
for backfilling overexcavation, as specified in Section 10 of
this specification, will be made only if the excavation
outside specified lines and grades is directed by the
engineer to remove unsuitable material and :if the unsuitable
condition is not the,result of the contrac or's operation.
E-4
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
CONSTRUCTION SPECIFICATION F. E
1. Scope
The work shall consist of the constructio
and other earth fills required by
specifications. I
2. Materials
All fill materials shall be obtained fro
and designated borrow areas. The select
and disposition of materials in the ya
subject to approval by the engineer.
Fill materials shall contain no sod,b
perishable materials. Rock particles 1a
size specified for each type of fill sha
compaction of the fill.
The types of materials used in the va3i
listed and described in the specification- ad
3. Foundation Preparation
Foundations for earth fill shall be str'pped to remove
vegetation and other unsuitable materials car s1 all be excavated
TH
ILL
oe arth embankments
the drawings and
enquired excavations
n,(( tending, routing
ots fills shall be
e
s f
roots or other
han the maximum
removed prior to
lls shall be as
drawings.
as specified.
Except as otherwise specified, earth foundation surfaces shall
be graded to remove surface irregular$ties and shall be
scarified parallel to the axis of the fill or otherwise
acceptably scored and loosened to
The moisture content of the
controlled as specified for the
materials of the foundation shall
the first layer of earth fill
layers of earth fill.
a minimum depth of 6 inches.
loosened material shall be
earth fill, and the surface
be compalcted and bonded with
as spec fed for subsequent
NI
Earth abutment surfaces shall be free o
earth in excess of 2 inches in depth nor
shall be at such moisture content that t
compacted against them to effect a good b
and the abutment.
odse, uncompacted
a to the slope and
e e rth fill can be
n between the fill
Rock foundation and abutment surfaces shall be cleared of all
loose materials and shall be free of standing water when fill
is placed upon them. Occasional rock outcrops in earth
foundations for earth fill, shall not require special treatment
if they do not interfere with compaction of the foundation or
placement and compaction of layers of the fill.
Foundation and abutment surfaces
F-1
shall not be
111
steeper than
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
1 1/2 horizontal t
Test pits or other
earth fill conformin
to be placed upon th
4. Placement
Fill shall not be
foundation preparati
has been inspected
not be placed upon
frozen material be i
Fill shall be place
thickness of each la
maximum thickness sp
piles or windrows s
the specified thickn
fill including fil
tampers, shall be
compaction does not
layers of fill compa
Fill placed adjacent
which will prevent d
structures to assu
uniformly. The hei
shall be increased a
of the structure.
If the surface of a
proper bond with th
parallel to the axis
inches before the ne
The top surfaces
approximately level
cross -slope of not
insure effective dr
Embankments shall b
where openings t
specifically called
5. Control of Moist
During placement an
of the materials b
specified range.
vertical unle
vities shall be f
o the specifica.' o
oundation.
ced until the req
have been complfte
approved by th e.
frozen surface, Ino
rporated in the i1'
n approximately hor
before compaction
fied Materials
l be spread unifor
before being corppa
compacted by mann
ced in layers who
eed the maximum th
d by manually direc
structures shall
ge.to the structur
the loads from the
of the fill adja
pproximately the s
layer becomes too
ucceeding layer,, i
the fill to a dep_
layer is placed.
f embankments s -a
in.g construction, epc
s than 2 percent s 1
age and except as o
onstructed in con
facilitate othe
in the plans and s
Content
ompaction of fil
placed shall bi
F-2
r ise specified.
d with compacted
o the earth fill
d excavation and
d the foundation
eer. Fill shall
all snow, ice or
t 1 layers. The
1 not exceed the
e by dumping in
t not more than
Hand compacted
directed power
t ickness before
ess specified for
power tampers.
laced in a manner
nil will allow the
1gradually and
to a structure
r.te on all sides
d
a
f
and smooth for
1 be scarified
not less than 2
1 be maintained
pt that a crown or
•e maintained to
ae wise directed.
yup layers except
o struction are
if cations.
moisture content
awned within the
ARIBA & ASSOCIATES, INC.
L11NG ENGINEERS & LAND SURVEYORS
The application of
accomplished at the
may be applied by s
the fill, if necessa
obtained by discing,
compaction of the la
Material that is to
either removed or b
prior to compaction.
If the top surface o
a foundation or abu
the fill becomes to
scarified and moiste
content prior to pla
6. Compaction
Earth fill shall
requirements. Each
necessary to make th
the minimum density
the portion of th
particle size used
otherwise specified,
optimum standard pro
Fill adjacent to st
equivalent to that
tamping or by man
vibrators. Heavy eq
of any structure.
within 5 feet of an
weights operating fr
The passage of heav
type of conduit unt
placed to a height e
2 feet which ever is
Compacting of fill a
until the concrete
engineer for this pu
compression testing
this purpose and cur
in ASTM Method C 31
into service.
1
E
j
ater to the fi
row areas insofa
nkling the mater
Uniform moistu
ading or other a
et when deposit
ried to the so
he preceding 14
ntsurface in t
ry to permit su
by sprinkling tea
ent of the next
e=ials shall be
aeticable. Water
f er placement of
r bution shall be
ethods prior to
compacted accor•in
ayer of fill Oa
ensity of the fill
ecified. The fill
fill material fi41e
the compaction tes
e minimum densit s
I
✓ density.
tures shall be jc.o
the surrounding i
ly directed pe;
►ent shall not be o
orating rollers !sh
ructure. Compact
s crane or hoistiwi
quipment shall rot
the backfill above
1 to 1/2 the di e
tater.
cent to structu
attained the st
se. The streng
test cylinders
at, the work site,
determining wh
F-3
p
fill shall be
oisture content
mpacted fill or
f contact with
nd,it shall be
ptable moisture
fill.
the following
compacted as
x not less than
is defined as
n the maximum
cified. Unless
e 95 percent of
et to a density
by means of hand
a Pers or plate
t d within 2 feet
of be operated
by means of drop
of be permitted.
allowed over any
Conduit has been
of the conduit or
11 not be started
Opecified by the
e determined by
he engineer for
anner specified
cures may be put
A v1BA & ASSOCIATES, I NC.
A]1NG ENGINEERS & LAND SURVEYORS
When the required stt
described above, co
shall not be starte
elapsed after placerru
Structure
Retaining walls and
Walls backfilled on
simultaneously
Precast, bedded cond
3
cath of the concri:et
Ction of fill Ad
ntil the followg
of the concrete;
nterforts
h sides
ent of Defective
ies lower tha
ure contents
,moisture con
irements of the
quirements or
he replacement
which it is to
of this specif
placement,
7. Removal and Repla i
Fill placed at den
density or at mo
acceptable range
conforming to the r
reworked to meet the
an acceptable fill.
abutment surfaces up,
to all requirement
preparation, appro
compaction.
8. Testing
During the course o
tests as are requi
compaction character
to determine density
by the engineer wil
to the requirements
intended to provide
him for the proper e.
shall not relieve t4
tests for that purpo'
9. Limits of Contrac
Unless otherwise spec
approved by writte?
contractor shall i
boundaries defined
"clearing and grub'
When necessary, si
3
i
3
i
h
t
e
0
1
he work, the engine
to identify mate
$.cs , to determif
fill in place;
used to verif'►IIth
‘he specificatidns
contractor with in
ution of the work
contractor of t
Work Activity
ied in the plans: a
authorization from
fine all work a
the construction
g "excavation" a
for material ;an
F-4
not specified as
nt to structures
e intervals have
Interval
14 days
days
day
p cif ied minimum
the specified
otherwise not
c tions shall be
aid replaced with
dJ foundation and
ced shall conform
for foundation
el content and
wf.11 perform such
s, to determine
ttire content, and
e tests performed
the fills conform
uch tests are not
anion required by
their performance
ssity to perform
specifications or
hej engineer, the
i y within the
k s which define
r "earth fill".
gUipment storage
A IBA & ASSOCIATES, I NC.
ENGINEERS & LAND SURVEYORS
outside the work a ea will be designate, by the engineer.
Destruction of construction stakes through careless activity of
the contractor shall result in replacement of the stakes at the
expense of the contractor. The engineer shall be the sole
judge of whether construction stakes were lost through normal
activity or carelessness.
10. Measurement and Payment
Payment for each type and class of earth fill shall be made at
the contract unit price for the specific terials computed to
the nearest cubic yard by the method of ave age cross-sectional
end areas. Unless otherwise specified, noodeduction in volume
will be made for embedded conduits and appurtenances.
The pay limits shall be as defined below), with the further
provision that earth fill required to fill voids resulting from
overexcavation of the foundation, outside the specified lines
and grades, will be included in the measurement for payment
only where such overexcavation is directed by the engineer to
remove unsuitable material and where the unsuitable condition
is not a result of the contractor's operations.
The pay limits shallbe as designated on the drawings, and if
not shall be the measured surface of e foundation when
approved for placement of fill and the sp cified neat lines of
the fill surface.
��I ISI ll i
Payment for each type and class of earth ill at the contract
unit price shall constitute full compensation for all labor,
materials, equipment and all other i' ems necessary and
incidental to the performance of the wk
1
F-5
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
1 l NP i iWi i L I i
CONSTRUCTION SPECIFIC
ON CMP. CORRUGATED
1. Scope
The work shall consist of furnishing and
arched or eliptical corrugated metal
fittings.
Ii
AL
PIPE CONDUITS
la ing circular,
B and necessary
2. Materials
Pipe and fittings shall conform to the requirements of the
following specifications: ASTM A 444, AASHO M 36, AASHO M 190,
WW P 405b or the most recent revisions thereof.
3. Laying and Bedding the Pipe
Unless otherwise specified, the pipe shall be installed in
accordance with the manufacturer's recommendations. The pipe
shall be laid with the outside laps of circumferential joints
pointing upstream and with longitudinal laps at the sides at
about the vertical midheight of the pipe. Field welding of
corrugated galvanized iron or steel pipe will not be permitted.
Unless otherwise specified, the pipe shall be firmly and
uniformly bedded throughout its entire length to the depth and
configuration shown on the drawings.
Perforated pipe shall be laid with the perforations down and
oriented symmetrically about a vertical center line.
Perforations shall be clear of any obstructions as the pipe is
laid.
The pipe
backfill
bedding.
ilf- -
shall be loa ed sufficiently during the compaction of
around the s des to prevent its being lifted from the
I
4. Strutting ties shall �
When required, struts and horizontal e installed to
maintain shape and configuration of the pice during placement
and backfilling. Struts and ties shall rens in place until
the backfill has been placed to a height cf .5 ;feet above the
top of the pipe, or has been completed if t e finished height
is less than 5 feet above the top of the pipe, at which time
they shall be removed „by the contractor.
it
5. Handling the Pipe
The Contractor shall furnish such equipment as is necessary to
Place the pipe witho, damaging the pipe or coatings. The pipe
shall be transported nd handled in such a manner as to prevent
brusing, scaling or breaking of the spelter coating or
bituminous coating.
CMP -1
JEROME GAMBA & ASSOCIATES, INC.
CONSUL] NG ENGINEERS & LAND SURVEYORS
6. Repair of Damaged Coatings
Any damage to the zinc coatings shall be repaired by thoroughly
wire brushing the damaged area to bright metal, removing all
loose and cracked coating, removing all dirt and greasy
material with solvent, and painting with 'two coats of zinc
dust -zinc oxide primer conforming to the requirements of
Federal Specification TT -P-641. If the coating is damaged in
any individual area larger than 12 square inches, or if more
than 0.2 percent of the total surface of a joint of pipe is
damaged, then the joint will be rejected.
Breaks or scuffs in bituminous coatings that are less than 36
square inches in area shall be repaired by the application of
two coats of hot asphaltic paint or a coating of cold -applied
bituminous mastic. The repair coating shall be at least 0.05
inches thick after hardening and shall bond securely and
permanently to the pipe. The material shall meet the physical
requirements called for in AASHO M 190 and WW P 405b. Whenever
individual breaks exceed 0.5 percent of the total surface area
of the pipe, the pipe will be rejected.
7. Measurement and Payment
The work shall be paid for at the specific contract unit prices
established in the contract. The quantity of each type, class,
size and gage of pipe shall be determined to the nearest 0.1
feet of length. Such payment will constitute full compensation
for furnishing, tr sporting and installing the pipe and
fittings and all of �r items necessary and incidental to the
completion of the wo
CMP -2
111
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
CONSTRUCTI
1. SCOPE
SPECIFICATION R D. RECORD DRAWINGS
The work consist of preparation of project record drawings
throughout the course of the project. The purpose of these drawings is
to provide informatitp for the preparation of "as -built" drawings of
the project.
I
A. The Contractor wibe provided with add.tional sets of prints of
the design plans to use as base maps for record drawings
B. The Contractor sh
apart from documents
1 store the drawings
sed for construction.
c. The Contractor shall maintain the record
legible condition an in good order.
11
2. RECORDING
A. Each drawing sha
printed letters. �I
at the construction site
I
documents in a clean, dry,
e labeled "DRAWING OF RECORD" in neat large
� I
B. Information sha be recorded concurrently with construction
progress. Work shat not be covered until required information is
recorded.
C. Marking of Proje Records: Record drawings shall be made with
pencil. I
D. Drawings shall beIinarked to record actua `onstruction, and shall
show: II
1. Field Dimensions, elevation, and details.
2. Changes made by Modification.
3. Details not on original Drawings.
4. Horizontal and vertical locations of underground utilities and
appurtenances, referenced to a minimum of two permanent surface
improvements.
5. Depths of vari s elements of work in relation to project datum.
RD -1
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS
3. SUBMISSION
A. At the completion
drawings to the Eng
containing:
�f the work, the Contractor shall submit the
eer with a transmittal letter in duplicate
1. Date.
2. Project title and number.
3. Contractor's name, address and telephone number.
4. Title and number of each Record Document. i
5. Signature of Contractor or his authorized representative.
4. MEASUREMENT AND PAYMENT
The successful completion of the Project shall be dependent upon
satisfactory compliance with the intent of this section. There shall
be no extra payment for this Work, but it is construed to be a part of
all phases and items the Work involved in the Project.
RD -2
Ito
1,0
JEROME GAMBA & ASSOCIATES, INC.
�I I I CONSULTING ENGNEERS do LAND SURVEYORS
CONSTRUCTION SPE FICATIONS R.G. R
1. Scone of Work
Restoration of grounds (also called clean-up) shall be a
continuous process from project start-up to Final Acceptance of
the work by the engineer. The Contractor shall, at all times,
keep property on which Work is in progress free from an
accumulation of waste material or rubbish caused by employees
or caused by the Work, and he shall cax.ry op a constant program
to maintain plant areas, structure sites, rights-of-way, and
the surface of streets and roads in a condition satisfactory to
the appropriate authority, grantor of the rights-of-way, and
the Engineer. Upon completion of the W rk, the Contractor
shall remove all remaining rubbish, tools, equipment, scaffolds
and surplus materials from the job and leave the Work areas
clean and free of debris. Unless other w se provided for in
the construction specifications, clean-upi shall include the
re -grading, re -surfacing , rebuilding and replacing of all oil,
gravel and concrete on roads on which construction took place
or affected. It shall also include the regadinq or rebuilding
of all borrow pits, borrow ditches, irr.gation ditches and
driveways disturbed by the constructioh. Clean-up shall
commence as soon as the construction site is occupied and shall
be a continuous pro'ess, if necessary; in rder that the site
of the work shall ,�4ways have an appear nCeland/or utility
equal to that which existed at start of the work.
STORAT
O, OF GROUNDS
1. Measurement and Payment
The successful completion of the Project shall be dependent
inte t of this section.
nth Work, but it is
an _tLms of the Work
upon satisfactory compliance with the
There shall be no extra payment fo
construed to be a part of all phase
involved in the Project
RG -1
1
JEROME GAMBA & ASSOCIATES, INC.
CONSULTING ENGINEERS & LAND SURVEYORS