332
UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South Carolina PROJECT MANUAL PROJECT NO. E16-001 SEPTEMBER 27, 2018 City of Anderson Public Works - Engineering C/ O: Mr. Chris Eberhart, PE, PLS 1100 Southwood Street Anderson, South Carolina 29624 Telephone: (864) 231-2246

UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

UNDER THE BRIDGE

CLOCK PROJECT

City of Anderson, South Carolina

PROJECT MANUAL

PROJECT NO. E16-001

SEPTEMBER 27, 2018

City of Anderson Public Works - Engineering

C/ O: Mr. Chris Eberhart, PE, PLS 1100 Southwood Street

Anderson, South Carolina 29624 Telephone: (864) 231-2246

Page 2: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

i

UNDER THE BRIDGE CLOCK PROJECT

CITY OF ANDERSON SOUTH CAROLINA

September 27, 2018 PROJECT MANUAL

TABLE OF CONTENTS Section Description Pages BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT AFB Advertisement for Bids 1 - 2 00200 Instructions to Bidders 1 - 9 00410 Bid Form (including Bid Schedule) 1 - 7 Supplement to Bid Form 1 - 1 Appendix “A” List of Subcontractors 1 - 1 Appendix “B” List of Suppliers 1 - 1 Appendix “C” Non-Collusion Affidavit 1 - 1 Appendix “D” Contractor Financial and Experience Questionnaire 1 - 14 00430 Bid Bond 1 - 2 00510 Notice of Award 1 - 1 00520 Agreement Between Owner and Contractor 1 - 7 00550 Notice to Proceed 1 - 1 00610 Performance Bond 1 - 2 00615 Payment Bond 1 - 2 00620 Application for Payment 1 - 3 00625 Certificate of Substantial Completion 1 - 1 00700 Standard General Conditions 1- 41 00800 Supplementary Conditions 1 - 7 00941 Change Order 1 - 1 Section Description Pages DIVISION 1 – GENERAL REQUIREMENTS 01110 Summary of Work .................................................................................................. 1 - 2 01111 Construction Sequence.......................................................................................... 1 – 2 01112 Work by Owner ....................................................................................................... 1 – 1 01140 Work Restrictions ................................................................................................... 1 – 2 01200 Measurement and Payment .................................................................................. 1 - 3 01290 Payment Procedures .............................................................................................. 1 - 5

Page 3: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

ii

Table of Contents (continued)

Section Description Pages 01310 Project Management and Coordination ............................................................... 1 - 5 01330 Submittal Procedures ............................................................................................ 1 - 10 01400 Quality Requirements ............................................................................................ 1 - 6 01410 Regulatory Requirements ...................................................................................... 1 - 2 01600 Materials and Equipment ...................................................................................... 1 - 8 01724 Field Engineering ................................................................................................... 1 - 3 01770 Closeout Procedures .............................................................................................. 1 - 5 01781 Project Record Documents .................................................................................... 1 – 3 DIVISION 2 – SITE CONSTRUCTION 02220 Demolition .............................................................................................................. 1 - 11 02300 Earthwork ................................................................................................................ 1 - 15 02504 Precast Concrete Utility Structures ....................................................................... 1 - 10 02614 Brick Work .............................................................................................................. 1 - 5 02720 Aggregate Base Course ......................................................................................... 1 - 2 02743 Asphaltic Concrete Paving .................................................................................... 1 - 4 02830 Planting .... .............................................................................................................. 1 - 8 02995 Clean Up .................................................................................................................. 1 - 1 DIVISION 3 – CONCRETE 03200 Concrete Reinforcement ........................................................................................ 1 - 4 03300 Cast-in-Place Concrete ........................................................................................... 1 - 23 03310 Concrete Sidewalks and Brick Foundations......................................................... 1 - 3 03600 Grout........................................................................................................................ 1 - 4

DIVISION 4 – MASONRY Not Used DIVISION 5 – METALS 05500 Metal Fabrications .................................................................................................. 1 - 14 05522 Aluminum Railings ................................................................................................. 1 - 8 05530 Metal Gratings ........................................................................................................ 1 - 5 DIVISION 6 - WOOD & PLASTICS Not Used

Page 4: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

iii

Table of Contents (continued)

Section Description Pages DIVISION 7 – THERMAL & MOISTURE PROTECTION 07920 Joint Sealants ......................................................................................................... 1 - 9

DIVISION 8 – DOORS & WINDOWS Not Used DIVISION 9 – FINISHES Not Used DIVISION 10 - SPECIALTIES Not Used DIVISION 11 – EQUIPMENT Not Used DIVISION 12 – FURNISHINGS Not Used DIVISION 13 – SPECIAL CONSTRUCTION Not Used DIVISION 14 – CONVEYING SYSTEMS Not Used DIVISION 15 – MECHANICAL Not Used

Page 5: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

iv

Table of Contents (continued)

Section Description Pages DIVISION 16 – ELECTRICAL 16010 General Provisions ................................................................................................. 1 - 3 16100 Basic Materials ....................................................................................................... 1 - 6 16110 Electric Raceways ................................................................................................... 1 - 3 16130 Conductors .............................................................................................................. 1 - 3 16401 Service & Distribution ............................................................................................ 1 - 1 16405 Underground Electrical Work ................................................................................ 1 - 1 16450 Grounding ............................................................................................................... 1 - 2 16500 Lighting ................................................................................................................... 1 - 2

Page 6: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

AFB - 1

ADVERTISEMENT FOR BIDS

CITY OF ANDERSON Public Works - Engineering 1100 SOUTHWOOD STREET ANDERSON, SOUTH CAROLINA 29624 Sealed BIDS for the Under the Bridge Clock Project (herein called the Project), will be received by the City of Anderson, (herein called the Owner) at City of Anderson Public Works Stormwater Office, 1100 Southwood Street, Anderson, South Carolina, 29624, until 2 p.m. local time on Tuesday, October 16, 2018, at which time and place all BIDS will be publicly opened and read aloud. The Project consists of, but is not limited to, the following: This project consists of the demolition and replacement of existing curb and gutter, repaving of asphalt surface, modifications to storm drain system, landscape and irrigation system installation, decorative sidewalk installation, pavement striping, installation of new electrical system, project management, traffic control, etc. The site area is approximately 0.12 acres. Bids will be accepted until 2 p.m. local time on Tuesday, October 16th, 2018, at the City of Anderson, Public Works Stormwater Office, 1100 Southwood Street, Anderson, SC 29624, at which time all bids will be publicly opened and read aloud.

A Pre-Bid meeting will be held at 11:00 a.m. local time, Tuesday, October 9th, 2018 at the project site located at the intersection of W. Earl Street and W. Orr Street. Representatives of the Owner will be present to discuss the project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. A Bid Bond in the amount of five percent (5%) of the bid amount will be required. A Performance Bond and a Payment Bond, each in the amount of one hundred percent (100%) of the contract, must be furnished by the successful bidder within 15 days after award of the contract.

Digital copies of the Contract Documents may be obtained by request via email from Lacrecia Bilbrey, Assistant City Engineer at [email protected]. Contractors and/or suppliers may download a digital file (PDF) of the contract documents via the City of Anderson's website under Request for Bids via the following link: http://www.cityofandersonsc.com/business/requests.html. Each Bidder must be qualified under the provisions of the South Carolina Contractor’s Licensing Law, 1976 Code, Section 40-11-10, et seq. The Owner reserves the right to reject any or all bids as provided in Section 16, Instructions to Bidders, and to waive any informalities and technicalities in the bid. Any bid may be withdrawn prior to the above schedule time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified will not be considered. No Bidder may withdraw a bid within ninety (90) days after the actual date of bid opening. CITY OF ANDERSON September 30, 2018 Date Linda McConnell City Manager

Page 7: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00200 – 1

INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINED TERMS

1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the me anings indicated below: A. Issuing Office --The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS

2.01 Complete sets of the Bidding Documents in the number and for the sum stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 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 for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS

3.01 No Prequalification required for this project. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions

A. The Supplementary Conditions identify:

1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents.

2. Those drawings of physical conditions in or relating to existing surface and subsurface

structures at or contiguous to the Site (except Undergro und Facilities) that Engineer has used in preparing the Bidding Documents.

B. Copies of reports and drawings referenced in Paragraph 4.01.A are attached. Those reports and drawings are not part of the Contract Documents, but the “technical data” contain ed therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidd er draws from any “technical data” or any other

Page 8: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00200 – 2

data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Docum ents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner, or others. 4.03 Hazardous Environmental Condi tion A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that Engineer has used in preparing the Bidding Documents. B. Copies of reports and drawings refere nced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. The Bidder shall bear the cost of reproduction. Those reports and drawings are not part of the Contract Documents, but the “technical data” contained therein upon which Bi dder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any “techn ical data” or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect t o subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions conce rning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in Paragraph 4.06 of the General Conditions.

4.05 On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completi on of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. 4.06 Reference is made to Article 7 of the Supplementary Conditions for the identificat ion of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work contemplated by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such other work. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, the other related data identified in the Bidding Documents, and any Addenda; B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work;

Page 9: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00200 – 3

C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work; D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or conti guous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Par agraph 4.02 of the General Conditions, and (2) reports and drawings of Hazardous Environmental Conditions at the Site which have been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions; E. obtain and carefu lly study (or accept consequences of not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site whi ch may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques, sequen ces, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified i n the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder dis covers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and fur nishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient t o indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 A Pre-Bid Conference will be held at 11:00 a.m. local time on Tuesday, October 9th, 2018 , at the project site . Representatives of Owner and Engineer will be present to discuss the Project.

Page 10: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00200 – 4

Bidders are encouraged to attend and participate in the c onference. Engineer will transmit to all prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unles s otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarific ations considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions , verbal or written, received after Thursday, October 11th, 2018, by 4:00 pm will not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Docu ments as deemed advisable by Owner or Engineer. ARTICLE 8 - BID SECURITY 8.01 A Bid must be accompanied by Bid security made payable to Owner in an amount of 5% of Bidder’s maximum Bid price and in the form of a certif ied check or bank money order or a Bid bond (on the form attached) issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has ex ecuted the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furn ish the required contract security within 15 days after 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 other Bidders whom Owner believes to have a reasonable chance of rec eiving the award may be retained by Owner until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. 8.03 Bid security of other Bidders wh om Owner believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening.

Page 11: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00200 – 5

ARTICLE 9 - CONTRACT TIMES 9.01 The number of days within which, or the dates by w hich, the Work is to be substantially completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND “OR -EQUAL” ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without con sideration of possible substitute or “or -equal” items. Whenever it is specified or described in the Bidding Documents that a substitute or “or -equal” item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, applicati on for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement.

ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Cond itions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so request ed, shall submit with the bid a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Within five days after the Bid opening the apparent Successful Bidder shall submit an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation , has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Success ful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute gr ounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Own er and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12.03 Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection.

Page 12: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00200 – 6

ARTICLE 13 - PREPARATION OF BID 13.01 The Bid Form is included with the Bidding Documents. Additional copies may be obtained from Engineer . 13.02 All blanks on the Bid Form shall be completed by printing in ink or by typewriter and the Bid signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words “No Bid,” “No Change,” or “Not Applicable” entered.

13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vi ce-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the s ignature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown b elow the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown below the signature. 13.06 A Bid by an individual shall show the Bidder’s name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint ventu re shall be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder’s authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification p rior to award of the Contract. Bidder’s state contractor license number, if any, shall also be shown on the Bid Form. ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS 14.01 Lump Sum A. Bidders s hall submit a Bid on a lump sum basis for the base Bid and include a separate price for each alternate described in the Bidding Documents as provided for in the Bid Form. The price for each alternate will be the amount deleted from the base Bid if Owner s elects the alternate. In the comparison of Bids, alternates will be applied in the same order as listed in the Bid form.

Page 13: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00200 – 7

ARTICLE 15 - SUBMITTAL OF BID 15.01 With each copy of the Bidding Documents, a Bidder is furnished one separate unbound copy of the Bid Form, and, if required, the Bid Bond Form. The unbound copy of the Bid Form is to be completed and submitted with the Bid security and the following data: A. Power of Attorney for Bid Bond. B. List of Subcontractors, if requested in Special Conditions. C. Preliminary Breakdown of Lump Sum Bid, if requested, in Special Conditions. D. Additional information required to be submitted with the Bid Form as l isted in Special Conditions and Supplement to Bid Form . 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope plain ly marked with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, South Carolina contractor license number, and shall be accompanied by the Bid security and other re quired documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation “BID ENCLOSED.” ARTICLE 16 - MODIFICATION AND WITHDRAWA L OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prio r to the date and time for the opening of Bids. 16.02 If within 24 hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the Advertisement or Invitation to Bid and, unless obviously non -responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids.

Page 14: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00200 – 8

ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 – EVALUATION OF BIDS AND AWARD OF CONTRACT 19.01 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds , after reasonable inquiry and evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to wai ve all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be consid ered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, Owner will consider the quali fications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or en tities must be submitted as provided in the Supplementary Conditions. 19.05 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Supplier s, individuals, or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner’s requirements as to performance and payment bonds and insurance. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds and appropriate insurance certificates.

Page 15: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00200 – 9

ARTICLE 21 - SIGNING OF AGREEMENT

21.01 When Owner gives a Notice of Award to the Successful Bidder, it shall be accompanied by

the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within 10 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within 7 days thereafter, Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with ap propriate identification.

ARTICLE 22 – NON-RESIDENTS WITHHOLDING TAX

22.01 The Contractor’s attention is directed to Section 12 -9-310 of the South Carolina Income Tax

Code dealing with “Withholding Agents and Withholdings,” a portion of which is stated below to acquaint with these requirements.

Anyone hiring or contracting or having a contract with a non -resident taxpayer conducting a business of a temporary nature carried on within the state where such contract exceeds $10,000.00 or could be expected to e xceed this amount, must withhold two percent (2%) of each and every payment made to the non -residents. This provision pertains to corporations, partnerships, estates, trusts, etc., as well as individuals.

This provision may be waived only if the non -resid ent makes application to the South Carolina Tax Commission for relief and posts a bond with the Tax Commission for 2% of the contract price to insure his compliance with all applicable provisions of the South Carolina Income Tax Act. This bond must be sec ured by cash, which shall bear no interest, securities approved by the State Treasurer, or by any insurance company licensed by the South Carolina Insurance Commission. The withholding agent must withhold on each payment until he receives official notice from the Tax Commission waiving this requirement.

22.02 Further information may be obtained from the South Carolina Tax Commission, Income Tax

Division, P.O. Box 125, Columbia, South Carolina 29214.

Page 16: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00410 - 1

BID FORM

ARTICLE 1 – BID RECIPIENT

1.01 This Bid is submitted to:

City of Anderson Public Works - Engineering C/O: Mr. Chris Eberhart, PE, PLS 1100 Southwood Street Anderson, SC 29624

1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.

ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS

2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.

ARTICLE 3 – BIDDER’S REPRESENTATIONS

3.01 In submitting this Bid, Bidder represents that:

A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged.

Addendum No. Addendum Date

B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work.

D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06.

Page 17: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00410 - 2

E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto.

F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents.

G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.

H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents.

I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder.

J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted.

K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement.

ARTICLE 4 – FURTHER REPRESENTATIONS

4.01 Bidder further represents that:

A. this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation;

B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;

C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and

D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner.

ARTICLE 5 – BASIS OF BID

5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s):

Page 18: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00410 - 3

Page 19: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00410 - 4

Page 20: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00410 - 5

Page 21: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00410 - 6

ARTICLE 6 – TIME OF COMPLETION

6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.

6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the Contract Times.

ARTICLE 7 – ATTACHMENTS TO THIS BID

7.01 The following documents are attached to and made a condition of this Bid:

A. Required Bid security in the form of a Bid Bond (10%)

B. List of Proposed Subcontractors and Proposed Suppliers (Appendix A & B)

C. Non-Collusion Affidavit (signed and notarized) (Appendix C)

D. Contractor's Financial and Experience Qualification Questionnaire (Appendix D)

ARTICLE 8 – DEFINED TERMS

8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.

ARTICLE 9 – BID SUBMITTAL

9.01 This Bid submitted by:

If Bidder is: An Individual

Name (typed or printed): _____________________________________________________________ By: _________________________________________________________________________________ (SEAL)

(Individual’s signature)

Doing business as: ___________________________________________________________________ A Partnership

Partnership Name: ___________________________________________________________________ (SEAL) By: _________________________________________________________________________________

(Signature of general partner – attach evidence of authority to sign)

Name (typed or printed): _____________________________________________________________

A Corporation

Corporation Name: __________________________________________________________________ (SEAL)

Page 22: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00410 - 7

State of Incorporation: ________________

Type (General Business, Professional, Service, Limited Liability): ________________________ By: _________________________________________________________________________________

(Signature – attach evidence of authority to sign)

Name (typed or printed): _____________________________________________________________ Title: ________________________________________________________________________________

(CORPORATE SEAL) Attest: ______________________________________________________________________________

(Signature of Corporate Secretary)

Date of Qualification to do business in ________________ [State Where Project is Located] is

____\____\____.

A Joint Venture

Name of Joint Venturer: ______________________________________________________________ First Joint Venturer Name: ___________________________________________________________ (SEAL) By: _________________________________________________________________________________

(Signature of first joint venture partner – attach evidence of authority to sign)

Name (typed or printed): _____________________________________________________________ Title: ________________________________________________________________________________ Second Joint Venturer Name: ________________________________________________________ (SEAL) By: _________________________________________________________________________________

(Signature of second joint venture partner – attach evidence of authority to sign)

Name (typed or printed): _____________________________________________________________ Title: ________________________________________________________________________________ (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.)

Bidder’s Business address: ___________________________________________________________ _____________________________________________________________________________________ Phone: _______________________________ Facsimile: __________________________________ Submitted on ______________________________, 20_____. State Contractor License No. ________________. (If applicable)

Page 23: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

SUPPLEMENT TO BID FORM To: City of Anderson - Public Works - Engineering 1100 Southwood Street, Anderson, South Carolina 29624

Project: Under The Bridge Clock Project Date: Submitted by: (full name) (full address)

In accordance with the Instructions to Bidders, we include the Supplements To Bid Form Appendices listed below. The information provided shall be considered an integral part of the Bid Form. These Appendices are as follows:

Appendix A - Subcontractors: Include the names of all Subcontractors and the portions of the Work they will perform. Appendix B – Suppliers: Include the name of all suppliers and the equipment or products they will supply. Appendix C - Non-Collusion Affidavit Appendix D - Contractor Financial and Experience Qualification Questionnaire

SUPPLEMENTS TO BID FORM SIGNATURE(S) The Corporate Seal of ____________________________________________________________________________________ (Bidder - please print the full name of your Proprietorship, Partnership, or Corporation) was hereunto affixed in the presence of: ____________________________________________________________________________________ (Authorized signing officer Title) (Seal) ______________________________________________________________________________________ (Authorized signing officer Title) (Seal)

END OF SUPPLEMENTS TO BID FORM

Page 24: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

APPENDIX A - LIST OF SUBCONTRACTORS

Herewith is the list of Subcontractors referenced in the bid submitted by: (Bidder) (Owner) City of Anderson, SC Dated and which is an integral part of the Bid Form. The following work will be performed (or provided) by Subcontractors and coordinated by us: WORK SUBJECT NAME

Page 25: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

APPENDIX B - LIST OF SUPPLIERS

Herewith is the list of Subcontractors referenced in the bid submitted by: (Bidder) (Owner) City of Anderson, SC Dated and which is an integral part of the Bid Form. The following work will be performed (or provided) by Subcontractors and coordinated by us: WORK MATERIAL NAME

Page 26: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

1

Appendix C

Supplement to Bid Form

NON-COLLUSION AFFIDAVIT Under The Bridge Clock Project

TO BE EXECUTED

BY BIDDER AND SUBMITTED WITH BID STATE OF SOUTH CAROLINA ) ) CITY OF ANDERSON ) PERSONALLY appeared before me_____________________________________________, being first duly sworn, who deposes and states that he or she is ___________________________ of ______________________________, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, Contractor, association, organization, limited liability Contractor or corporation; that the bid is genuine and not collusive or a sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, Contractor, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. __________________________________________ Signature of Bidder SWORN to before me this _________ day of _________________________, 20___

_____________________________(L.S.) NOTARY OF PUBLIC FOR SOUTH CAROLINA My Commission Expires:____________________. (Attach Notary Seal)

Page 27: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

APPENDIX D

CONTRACTOR FINANCIAL AND EXPERIENCE QUALIFICATION QUESTIONAIR

CITY OF ANDERSON UNDER THE BRIDGE CLOCK PROJECT

PROJECT NO. E16-001

1. Name of Applicant __________________________________________________

2. Address of Applicant

a. Mailing: __________________________________________________

__________________________________________________

b. Business: __________________________________________________

__________________________________________________

c. Telephone number: __________________________________________________

d. Fax number: __________________________________________________

3. Contact Person:

a. Name: __________________________________________________

b. Title: __________________________________________________

c. Address: __________________________________________________

__________________________________________________

d. Telephone Number: __________________________________________________

e. Fax Number: _________________________________________________ _

e. Email Address: __________________________________________________

4. License to do business in the State of South Carolina

a. Classification: __________________________________________________

b. Description: __________________________________________________

c. License No.: __________________________________________________

Page 28: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 2 of 14 Other State licenses held: __________________________________________________

__________________________________________________

5. If Applicant is a corporation, indicate:

a. State of incorporation: __________________________________________________

b. Names and addresses of officers of the corporation and their length of time with corporation. Indicate by an asterisk (*) those authorized to sign contracts.

__________________________________________________ ________ years

__________________________________________________ ________ years

__________________________________________________ ________ years

__________________________________________________ ________ years

__________________________________________________ ________ years

c. Number of years corporation has been in continuous business: ________ years

d. Attach Board of Director's authorization for signatory authority of those listed as authorized to sign contracts.

6. If Applicant is a partnership, indicate:

a. Names and addresses of all partners _______________________________________

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

b. Date of organization: ______________________________________________________

7. If Applicant is a sole proprietorship, indicate:

a. Number of years sole proprietorship has been in continuous business: years

Page 29: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 3 of 14

8. How many people does your organization regularly employ?

a. Office / Administrative:

b. Superintendents:

c. General Foremen:

d. Craftsmen:

e. Labor:

f. Other:

g. Total:

9. How many years of experience in stormwater and grading construction work has your organization had:

a. As a general contractor? ______ years

b. As a joint venture partner? ______ years

c. As a subcontractor? ______ years

10. Has your organization ever failed to complete any awarded work?

_____ Yes _____ No If yes, provide details on a separate sheet.

11. Are there any judgments, claims, or suits pending or outstanding against your organization?

_____ Yes _____ No If yes, provide details on a separate sheet.

12. Is your organization now, or has it ever been, involved in bankruptcy or reorganization proceedings? _____ Yes _____ No If yes, provide details on a separate sheet.

13. Has any private entity or local, state, or federal agency ever denied prequalification to your organization on a project within the last 10 years?

_____ Yes _____ No If yes, provide details on a separate sheet for each instance.

Page 30: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 4 of 14 14. Has any potential client ever denied a contract award after your organization was the “apparent low bidder”

on a project within the last 10 years? _____ Yes _____ No If yes, provide details on a separate sheet for each instance. 15. Has your organization ever, as an "apparent low bidder," retracted your offer or requested a post-bid

adjustment because of an error in bidding on a project within the last 10 years?

_____ Yes _____ No If yes, on a separate sheet, list the name(s) of the project(s), Owner's name, address, and phone number, and state the outcome and the reasons for each instance.

16. Has any officer or partner of your organization ever been an officer or partner of another organization that

failed to complete a construction contract?

_____ Yes _____ No If yes, on a separate sheet, list the name(s) of the individual(s), other organization(s), and give full details.

17. Has any officer or partner of your organization ever failed to complete a construction contract handled in

their own name as an individual? _____ Yes _____ No If yes, on a separate sheet, list the name(s) of the individual(s),

other organization(s), and give full details. 18. List all names previously used by Applicant:

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

Page 31: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 5 of 14

19. Submit your organization’s two most current audited financial statements. A complete balance sheet and income statement must be included with each. The statements shall be enclosed in a separate sealed envelope and included in the application package.

20. Submit a list of all construction projects your organization has completed during the past 5 years, and all projects currently under contract. For each project, list the name and location; Owner's name, address, contact person, and telephone number; engineer's name, address, contact person, and telephone number; name of construction manager (if any); description of project; contract amount, start date, and completion date; and a description of disputes and/or claims (if any).

21. Provide a list of at least five (5) projects, which you have completed in the past 10 years that most closely resemble the City of Anderson – Under The Bridge Project. For each project, list the name and location; Owner's name, address, contact person, and telephone number; engineer's name, address, contact person, and telephone number; name of construction manager (if any); description of project; contract amount, start date, and completion date; and a description of disputes and/or claims (if any). Be complete - this information will be used to help determine your organization's ability to perform the work specified in a timely manner. One Form for Similar Scope Projects and References shall be completed for each project. Blank forms are attached at the end of the Application for Contractor Prequalification.

22. Provide the names, addresses, and phone numbers of at least five (5) of your clients who will act as references, having knowledge of the type and quality of work you have performed; one Form for Similar Scope Projects and References shall be attached for each reference.

23. Bonding and Surety

a. What is your approximate total bonding capacity? $____________________________

b. What is your approximate remaining bonding capacity? $_______________________

c. Provide a notarized letter from your surety company that certifies your total bonding limits as stated above.

d. Provide the name, address, telephone number and AM Best rating of your predominant bonding company: __________________________________________________________________________

__________________________________________________________________________

e. Will you use this company as Surety? ______ Yes ______ No

f. Is this company authorized to do business by the South Carolina Department of Insurance, and does it have a registered agent in the State of South Carolina?

______ Yes ______ No

Page 32: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 6 of 14 24. Has your organization ever been refused surety, bond, or liability insurance?

_____ Yes _____ No If yes, please explain.

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

25. Insurance

a. What is your insurance company? ____________________________________________

b. List below the limits of your insurance coverage:

Minimum Required Your Limits

Worker’s Compensation Statutory $ ___________________

Employer’s Liability $ 500,000 $ ___________________

General Liability:

Bodily Injury:

Each occurrence $1,000,000 $ __________________

Aggregate $1,000,000 $ __________________

Property Damage:

Each occurrence $1,000,000 $ __________________

Aggregate $1,000,000 $ __________________

Automobile Liability:

Bodily Injury:

Each occurrence $1,000,000 $ __________________

Aggregate $1,000,000 $ __________________

Property Damage:

Page 33: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 7 of 14 Each occurrence $1,000,000 $ __________________

Aggregate $1,000,000 $ __________________

Excess Liability:

Umbrella Form: $5,000,000 $ __________________

Other: $5,000,000 $ __________________

26. Attach your safety record for the last 5 years. Attach a list of OSHA citations levied during the past 3 years. Describe the infractions and whether there was a warning or fine imposed and the dollar amount of each.

27. Does Applicant affirm that it will comply with government regulations regarding nondiscrimination of employment and employment practices on the basis of sex, race, color, national origin, ancestry, age, religious conviction, veteran status, handicap status, political beliefs or non-job related criteria?

_____ Yes _____ No

28. Has your organization been assessed liquidated damages on any project in the past 5 years? _____ Yes _____ No If yes, explain.

29. Have you ever had any unresolved liens filed against a project owner's property by you or your subcontractors that resulted in a loss of any of your retainage held by the project owner or payment by you to the project owner to satisfy the lien?

_____ Yes _____ No If yes, please list.

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

Page 34: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 8 of 14 30. List all claims, arbitration, mediation, and lawsuits your organization has been involved with as a

plaintiff or defendant in the last 5 years. Include the name of the claim, the nature of the claim, when and where filed, status, final disposition, if resolved, and location of the project.

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

31. What percentage of the work pertaining to this contract will you perform with your own employees? __________

32. What type of work do you anticipate subcontracting?

_________________________________________________________________________________

_________________________________________________________________________________

33. Briefly describe the methods and computer software you use to schedule construction activities.

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

34. What major items of equipment do you own that will be available when needed for the proposed work?

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

Page 35: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 9 of 14

35. List the major items of equipment that you normally lease:

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

_________________________________________________________________________________

Page 36: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 10 of 14

36. Describe your company's involvement in extra work (change orders/contract amendments) on projects in the past 5 years. As a minimum, the history associated with extra work on similar scope projects (those listed in Item 22) and referenced clients (those listed in Item 23) must be documented.

Project Project Amount Extra, Number of Total Dollars Name Award Dollars Requests Amount

Page 37: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 11 of 14 This form must be completed in its entirety including Affidavit for Applicant to qualify.

CONTRACTOR'S FINANCIAL STATEMENT

The enclosed certified financial statement presents fairly the financial condition of __________

__________________________________. No event or transaction has occurred from the financial statement

date to the present that materially alters this firm's position or ability to consummate this firm's contracts.

I agree to furnish additional information, if required.

By: _________________________________________

Title: _______________________________________

Date: _______________________________________

ACCOUNTANT'S STATEMENT

I have examined the financial records of the above organization for the period ending ________

___________ and, in my opinion, the statements present fairly the financial position of

_________________________________________________ at that date. In addition, I have no personal financial

interest or affiliation with this organization or individual.

________________________________________________ Certified Public Accountant

Provide the bank name, address, and name of the account manager with an accredited banking institution

familiar with your banking history.

Bank name: _____________________________________________________________________

Account manager: _______________________________________________________________

Address: ________________________________________________________________________

Telephone: ______________________________________________________________________

Page 38: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 12 of 14

JOINT VENTURE STATEMENT OF INTENT

We, the undersigned, do hereby give notice of our intent to bid as a joint venture on the City of Anderson, Recreation Center Drainage Improvements. _________________________________________________________________________________________ (Name of Joint Venture

___________________________ ___________________________ ___________________________ (Name of Firm) (Name of Firm) (Name of Firm)

___________________________ ___________________________ ___________________________ (Signature) (Signature) (Signature)

___________________________ ___________________________ ___________________________ (Title) (Title) (Title)

If by a corporation: If by a corporation: If by a corporation:

(seal) (seal) (seal)

Subscribed and sworn to Subscribed and sworn to Subscribed and sworn to

before me this____day of before me this____day of before me this____day of

_________________, 2018. _________________, 2018. _________________, 2018.

My commission expires: My commission expires: My commission expires:

___________________________ ___________________________ ___________________________

___________________________ ___________________________ ___________________________ (Notary Public) (Notary Public) (Notary Public)

(seal) (seal) (seal)

Page 39: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 13 of 14

AFFIDAVIT FOR APPLICANT

I, the undersigned, ____________________________________ (typed name) as the authorized representative for ______________________________________ (typed company/joint venture name), an interested contractor on this City of Anderson project, do hereby attest that all statements and representations made herein are true and correct to the best of my knowledge. These statements are made openly and freely without intent to influence or embellish actual conditions or circumstances that occurred.

I understand that the City of Anderson will investigate any and all statements and representations made by me and my firm in this questionnaire, and we freely give our permission for them to do so. Should releases be required by any of our professional, financial, or bonding institutions to release verification of the enclosed data, I have attached them to this submittal. I agree to waive any claims against the City of Anderson, and/or any third party for the release of the information necessary to evaluate this questionnaire.

I am hereto sworn ________________________________(signature)

_________________________________________________(printed name)

_________________________________________________(title)

_________________________________________________(firm name)

This date _________________________, 2018

County of __________________________, State of ____________________.

The foregoing instrument was acknowledged before me this ______ day of ______________________ , 2018

_______________________________________ (Notary signature) _______________ (serial no.)

_______________________________________ (typed Notary name)

My commission expires ________________________________ (seal)

Page 40: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

Contractor Financial and Experience Qualification Questionnaire September 2018 Under The Bridge Clock Project Page 14 of 14

FORM FOR SIMILAR SCOPE PROJECTS AND REFERENCES

Project name and location: ________________________________________________________________ Bid amount: _________________________ Final Contract amount: ________________________

Contract time: ____________ days Actual Completion time:___________________days

Year Started: ___________Year Completed: ___________ Extra claims amount: $ ______________

Description of work: _____________________________________________________________________

________________________________________________________________________________________

________________________________________________________________________________________

________________________________________________________________________________________

________________________________________________________________________________________

Explanation of any time extensions and/or changes in contract amount: ______________________

________________________________________________________________________________________

________________________________________________________________________________________

Name, address, and telephone number of owner:

________________________________________________________________________________________

________________________________________________________________________________________

________________________________________________________________________________________

Name, address, and telephone number of architect or engineer:

________________________________________________________________________________________

________________________________________________________________________________________

This form should be copied as necessary ~ to provide one page per similar scope project (Item 22) or reference (Item 23).

Page 41: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

PENAL SUM FORM

EJCDC NO. C-430 (2002 Edition) 00430-1

BID BOND

Any s ingu lar re fe rence to Bidder, Su re ty, Owner, o r o ther party sha ll be cons idered p lu ra l where app licab le .

BIDDER (Nam e and Add ress ): SURETY (Nam e and Address o f Principa l Place o f Bus iness ): OWNER (Nam e and Add ress ): City o f Ande rson 401 South Ma in Stree t Anderson , Sou th Caro lin a 29624 BID Bid Du e Date : 2 p .m . loca l tim e, Tuesday, October 16, 2018 Pro ject: Th is p ro ject cons is ts of the dem olition and rep lacem ent o f exis ting curb and gu tte r, repavin g o f asphalt su rface , m odifica tions to s to rm dra in s ys tem , landscape and irriga tion sys tem ins ta lla tion , decora tive s idewalk ins ta lla tion , pavem ent s trip ing , ins ta lla tion o f new e lectrica l sys tem , p ro ject m anag em ent, tra ffic con tro l, e tc. The s ite a rea is approxim ate ly 0.12 acres ., and a ll o ther inciden ta l work item s necessary to p rovid e a qua lity p ro ject as in tended by the d rawings an d specifica tions , e tc. BOND Bond Num b er: Date (Not la te r than Bid due da te ):

Pena l sum (Words ) (Figures ) Sure ty and Bidder, in tend ing to be lega lly bound h ereby, sub ject to the te rm s prin ted on the reverse s ide hereof, do each cause th is Bid Bond to be du ly execu ted on its beha lf by its au thorized o fficer, agen t, o r represen ta tive . BIDDER SURETY

(Seal)

(Sea l)

Bidder's Nam e and Corpo ra te Sea l Sure ty’s Nam e and Corpo ra te Sea l By: By: S igna ture and Title S igna ture and Title

(Attach Power o f Atto rney)

Attes t: Attes t: S igna ture and Title S igna ture and Title Note : Above addresses a re to be used fo r g iving requ ired no tice .

Page 42: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

PENAL SUM FORM

EJCDC NO. C-430 (2002 Edition) 00430-2

1. Bidd er and Sure ty, jo in tly and seve ra lly, b in d them selves , the ir he irs , execu tors , ad m in is tra to rs , successors and ass igns to pay to Owner upon defau lt o f Bidder the pena l sum se t fo rth on the face o f th is Bond . Paym ent o f the pena l sum is the exten t o f Sure ty’s liab ility. 2. Defau lt o f Bidder sha ll occur upon the fa ilu re o f Bidder to de live r with in the tim e requ ired by the Bidd ing Docum ents (o r any extens ion thereof agreed to in writing b y Owner) the execu ted Agreem ent requ ired by the Bidd ing Docum ents and any perfo rm ance and paym ent bonds requ ired by the Bidd ing Docum ents . 3. Th is ob liga tion sha ll b e nu ll and vo id if:

3.1. Owner accep ts Bidde r's Bid and Bidde r de live rs with in the tim e requ ired by the Bidd ing Docum ents (o r any extens ion thereof agreed to in writing by Owner) the execu ted Agreem ent requ ired by the Bidd ing Docum ents and any pe rfo rm ance and paym ent bonds requ ired by the Bidd ing Docum ents , o r

3.2. All Bids a re re jected by Owner, o r 3.3. Owner fa ils to is sue a Notice o f Award to

Bidder with in the tim e specified in the Bidd ing Docum ents (o r any extens ion thereof ag reed to in writing by Bidder and , if app licab le , consen ted to by Sure ty when requ ired b y Paragraph 5 hereof).

4. Paym ent under th is Bond will be due and payab le upon defau lt b y Bidd er and with in 30 ca lendar d ays a fte r rece ip t by Bidde r and Sure ty o f written no tice o f defau lt from Owner, which no tice will be g iven with reasonab le p ro m ptness , iden tifying th is Bond and the Pro ject and includ ing a s ta tem ent o f the am oun t due . 5. Sure ty wa ives no tice o f any and a ll defenses based on o r a ris ing ou t o f any tim e extens ion to is sue Notice o f Award agreed to in writing by Owner and Bidde r, p rovided tha t the to ta l tim e fo r is su ing Notice o f Award includ ing extens ions sha ll no t in the aggrega te exceed 120 d ays fro m Bid du e da te withou t Sure ty's written consen t. 6. No su it o r action sha ll be com m enced und e r th is Bond prio r to 30 ca lendar days a fte r the no tice o f defau lt requ ired in Parag raph 4 above is rece ived by Bidder and Sure ty and in no case la te r than one yea r a fte r Bid due da te .

7. Any su it o r action under th is Bond sha ll be com m enced on ly in a court o f com peten t ju risd iction loca ted in the s ta te in which the Pro ject is loca ted . 8. Notices requ ired h ereunder sha ll be in writing and sen t to Bidd er and Sure ty a t the ir respective addresses shown on the face o f th is Bond . Such no tices m ay be sen t by personal de livery, com m ercia l courie r, o r b y United Sta tes Reg is te red o r Certified Mail, re tu rn rece ip t requ es ted , pos tage p re-pa id , and sha ll be deem ed to be e ffective upon rece ip t by the p arty conce rned . 9. Sure ty sha ll cause to be a ttached to th is Bond a curren t and e ffective Power o f Atto rney evid encing the au thority o f the o fficer, agen t, o r represen ta tive who execu ted th is Bond on beha lf o f Sure ty to execu te , sea l, and de liver such Bond and b ind the Sure ty thereb y. 10. Th is Bond is in tended to conform to a ll app licab le s ta tu to ry requ irem ents . Any app licab le requ irem ent o f an y ap p licab le s ta tu te tha t ha s been om itted fro m th is Bond sha ll be deem ed to be included he re in as if s e t fo rth a t leng th . If any p rovis ion o f th is Bond co nflicts with any app licab le s ta tu te , then the p rovis ion o f sa id s ta tu te sha ll govern and the rem a inde r o f th is Bond tha t is no t in conflict therewith sha ll con tinue in fu ll fo rce and effect. 11. The te rm "Bid" as us ed he re in includes a Bid , o ffe r, o r p roposa l as app licab le .

Page 43: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC No. C-510 (2002 Edition) Page 1 of 1 Prepared by the Engineers' Joint Contract Documents Committee and endorsed by the Associated General Contractors of America and the Construction Specifications Institute.

Notice of Award Dated Project: Under The Bridge Clock Project

Owner:

City of Anderson

Owner's Contract No.:

Contract:

Engineer's Project No.:

E16-001 Bidder: Bidder's Address: (send Certified Mail, Return Receipt Requested)

You are notified that your Bid dated , for the above Contract has been considered.

You are the Successful Bidder and are awarded a Contract for

The Contract Price of your Contract is : Dollars ($ ). 4 copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award.

5 sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the follow ing conditions precedent within 15 days of the date you receive this Notice of Award. 1. Deliver to the Owner [ 2] fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract security Bonds as spec ified in the

Instructions to Bidders (Article 20), and General Conditions (Paragraph 5.01) and Supplementary Conditions.

3. Other conditions precedent:

Deliver appropriate Certificates of Insurance as provided in paragraphs 5.03, 5.04 and 5.06 of the General Conditions and the Supplementary Conditions (including “all risk” insurance). List Owner, Contractor, Subcontractors, and Engineer as insureds or additional insured parties. Insure that all insurance certificates contain a provision or endorseme nt that coverage will not be cancelled or materially changed, or renewal refused until at least thirty days’ prior written notice has been given to the Owner and the Engineer by certified mail. Delete the phrase “Endeavor to give notice.”

Provide insura nce carrier with a copy of this sheet, along with copies from General Conditions and Supplementary Conditions of sections relating to insurance.

Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. City of Anderson Owner

By: Authorized Signature

Copy to Engineer Linda McConnell, City Manager Title

Page 44: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC C-520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price)

Copyright 8 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520-1

EJCDC AGREEMENT BETWEEN

OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

THIS AGREEMENT is by and between City of Anderson (Owner) and (Contractor) Owner and Contractor, in consideration of the mutual covenants set forth herein, agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows:

A. The Under the Bridge Clock Project. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows:

A. The project site is at the intersection of W. Earl Street, W. Orr Street and N. Murray Avenue Bridge. It is a small island parking area consisting of 16 spaces. We will be removing exist curb and gutter on the N. Murray Avenue Bridge side and widening the drive through to 24 ft to allow 90 degree parking and one handicapped parking space. New curb and gutter will be placed. The existing 18” storm drain will be replaced and relocated to the outer side of the project and a new decorative yard grate will be installed to replace the existing catch basin lid. A walkway to connect all four sides of the park to the circular pad where the clock base will sit, will be installed as stamped concrete framed with brick pavers. There will be grassed areas as well as garden areas with plants and mulch. There will be two knee wall seating areas and two bench seating areas. Bollard lighting will be placed at the entrances to each walkway. Electrical will be placed for lighting and the Clock itself, as well as irrigation for the garden areas. The total disturbed area is 5392 square foot, .12 acres. There will be limited disturbances in traffic flow while the project is in progress due to its location.

ARTICLE 3 - ENGINEER 3.01 The Project has been designed by: None (City 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 the completion of the Work in accordance with the Contract Documents.

Page 45: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC C-520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price)

Copyright 8 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520-2

ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence

A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion and Final Payment

A. The Work will be substantially completed within 30 days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions within 45 days after the date when the Contract Times commence to run. 4.03 Liquidated Damages

A. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed 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 $200 for each day that expires after the time specified in Paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $200 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. 4.04 Bonus

A. The parties also recognize that completing the project ahead of the date specified for substantial completion is reason for a reward to be paid to the contractor in the amount of $200 for each day the project is completed ahead of the scheduled date for substantial completion as specified in Paragraph 4.02. ARTICLE 5 - CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to Paragraphs 5.01.A, 5.01.B, and 5.01.C below: A. For all Work, at the prices stated in Contractor’s Bid, attached hereto as an exhibit. ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments

A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions.

Page 46: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC C-520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price)

Copyright 8 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520-3

6.02 Progress Payments; Retainage

A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor’s Applications for Payment no more than twice per month. The contractor must have any pay requests to the city engineer for confirmation of quantities and approval no later than Wednesday of any given week in order to be processed for payment on the Friday of the following week. This excludes holidays, etc. that may alter the day on which the contractor is paid. The contractor may submit for payment twice per month during performance of the Work as provided in Paragraphs 6.02.A.1 and 6.02.A.2 below. All such payments will be measured by the schedule of values established as provided in Paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements:

1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions:

a. Ninety (90) percent of Work completed (with the balance being retainage). If the Work has

been 50 percent completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage; and

b. Ninety (90) percent of cost of materials and equipment not incorporated in the Work (with the

balance being retainage).

2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 95 percent of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.B.5 of the General Conditions and less 10 percent of Engineer’s estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion.

6.03 Final Payment

A. Upon final completion and acceptance of the Work in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 7 - INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the rate of 5 percent per annum. ARTICLE 8 – CONTRACTOR’S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement Contractor makes the following representations:

A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents.

Page 47: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC C-520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price)

Copyright 8 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520-4

B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work.

D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions.

E. Contractor has obtained and carefully studied (or assumes responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto.

F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents.

G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents.

H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents.

I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor.

J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents

A. The Contract Documents consist of the following:

1. This Agreement (pages 1 to 7 , inclusive).

2. Performance bond (pages 1 to 2 , inclusive).

3. Payment bond (pages 1 to 2 , inclusive).

4. General Conditions (pages 1 to 41 , inclusive).

Page 48: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC C-520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price)

Copyright 8 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520-5

5. Supplementary Conditions (pages 1 to 7 , inclusive).

6. Specifications as listed in the table of contents of the Project Manual. 7. Drawings consisting of nine ( 9 ) sheets total numbered C-1 through D-3, with each sheet

bearing the following general title: Under the Bridge Clock Project.

8. Exhibits to this Agreement (enumerated as follows):

a. Contractor’s Bid (pages 1 to 1 , inclusive).

b. Supplement to Bid Form.

c. Appendix “A” – List of Subcontractors.

d. Appendix “B” – List of Suppliers.

e. Appendix "C" - Non-Collusion Affidavit

f. Appendix "D" - Contractor Financial and Experience Qualification Questionnaire

9. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto:

a. Notice to Proceed (pages 1 to, 1 inclusive).

b. Work Change Directives.

c. Change Order(s).

B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted

otherwise above).

C. There are no Contract Documents other than those listed above in this Article 9.

D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 10 - MISCELLANEOUS 10.01 Terms

A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract

A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless

Page 49: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC C-520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price)

Copyright 8 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520-6

specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns

A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability

A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Other Provisions

Not Applicable.

IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in duplicate. One counterpart each has been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or identified by Owner and Contractor or on their behalf. This Agreement will be effective on , (which is the Effective Date of the Agreement).

Page 50: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC C-520 Suggested Form of Agreement Between Owner and Contractor for Construction Contract (Stipulated Price)

Copyright 8 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00520-7

OWNER: CONTRACTOR: City of Anderson By: By: Linda McConnell Title: City Manager Title:

[CORPORATE SEAL] [CORPORATE SEAL] Attest: Attest: Title: Title: Address for giving notices: Address for giving notices: 401 South Main Street Anderson, SC 29624 License No.: (If Owner is a corporation, attach evidence of authority to sign. If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Owner-Contractor Agreement.)

(Where applicable)

Agent for service or process: (If Contractor is a corporation or a partnership, attach

evidence of authority to sign.)

Page 51: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC No. C-550 (2002 Edition) Page1 of 1 Prepared by the Engineers' Joint Contract Documents Committee and endorsed by the Associated General Contractors of America and the Construction Specifications Institute.

Notice to Proceed Dated Project: Under The Bridge Clock Project

Owner:

City of Anderson Owner's Contract No.:

Contract:

Engineer's Project No.:

E16-001 Contractor: Contractor's Address: [send Certified Mail, Return Receipt Requested]

You are notified that the Contract Times under the above contract will commence to run on . On or before that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement, the date of Substantial Completion is , and the date of readiness for final payment is . Before you may start any Work at the Site, Paragraph 2.01.B of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insureds) certificates of insurance which each is r equired to purchase and maintain in accordance with the Contract Documents. Also, before you may start any Work at the Site, you must: Subm it a project schedule outlin ing project m iles tone dates , subm it applicable shop drawing

subm ittals , hold project preconstruction conference, notify adjacent property owners of planned road

closure dates and tim es , obtain any applicable s tate or local perm its and/or license, subm it a ll

certificates of insurance (including those for all subcontractors), schedule and conduct a

preconstruction m eeting to include (utility com pany representatives , subcontractors , city

representatives and representative of each subcontractor,

City of Anderson Owner

Given by:

Authorized Signature

Linda McConnell, City Manager Title

Date

Page 52: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00610-1

PERFORMANCE BOND

Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (Name and Address): City of Anderson 401 South Main Street Anderson, SC 29624 CONTRACT Date: Amount: Description (Name and Location): BOND Bond Number: Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent, or representative.

CONTRACTOR AS PRINCIPAL SURETY Company: Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal By: Signature and Title (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.)

Attest: Signature and Title CONTRACTOR AS PRINCIPAL SURETY Company: Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal By: Signature and Title (Attach Power of Attorney) Attest: Signature and Title:

EJCDC No. C-610 (2002 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects.

Page 53: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00610-2

1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 2. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 3.1. 3. If there is no Owner Default, Surety's obligation under this Bond shall arise after:

3.1. Owner has notified Contractor and Surety, at the addresses described in Paragraph 10 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and

3.2. Owner has declared a Contractor Default and formally terminated

Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 3.1; and

3.3. Owner has agreed to pay the Balance of the Contract Price to:

1. Surety in accordance with the terms of the Contract;

2. Another contractor selected pursuant to Paragraph 4.3 to perform the

Contract. 4. When Owner has satisfied the conditions of Paragraph 3, Surety shall promptly and at Surety's expense take one of the following actions:

4.1. Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or

4.2. Undertake to perform and complete the Contract itself, through its agents

or through independent contractors; or

4.3. Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and Contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or

4.4. Waive its right to perform and complete, arrange for completion, or obtain

a new contractor and with reasonable promptness under the circumstances:

1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or

2. Deny liability in whole or in part and notify Owner citing reasons

therefor. 5. If Surety does not proceed as provided in Paragraph 4 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 4.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner.

6. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 4.1, 4.2, or 4.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To a limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for:

6.1. The responsibilities of Contractor for correction of defective Work and completion of the Contract;

6.2. Additional legal, design professional, and delay costs resulting from

Contractor's Default, and resulting from the actions or failure to act of Surety under Paragraph 4; and

6.3. Liquidated damages, or if no liquidated damages are specified in the

Contract, actual damages caused by delayed performance or non-performance of Contractor.

7. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 8. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12. Definitions.

12.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract.

12.2. Contract: The agreement between Owner and Contractor identified on the

signature page, including all Contract Documents and changes thereto.

12.3. Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract.

12.4. Owner Default: Failure of Owner, which has neither been remedied nor

waived, to pay Contractor as required by the Contract or to perform and complete or comply with the other terms thereof.

FOR INFORMATION ONLY – Name, Address and Telephone Surety Agency or Broker Owner’s Representative (engineer or other party)

Page 54: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00615-1

PAYMENT BOND

Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (Name and Address): CONTRACT Date: Amount: Description (Name and Location): BOND Bond Number: Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative.

CONTRACTOR AS PRINCIPAL SURETY Company: Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal By: Signature and Title (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.)

Attest: Signature and Title CONTRACTOR AS PRINCIPAL SURETY Company: Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal By: Signature and Title (Attach Power of Attorney) Attest: Signature and Title:

EJCDC No. C-615 (2002 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors.

Page 55: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00615-2

1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor:

2.1. Promptly makes payment, directly or indirectly, for all sums due Claimants, and

2.2. Defends, indemnifies, and holds harmless Owner from all claims,

demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default.

3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until:

4.1. Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the addresses described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim.

4.2. Claimants who do not have a direct contract with Contractor:

1. Have furnished written notice to Contractor and sent a copy, or

notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and

2. Have either received a rejection in whole or in part from Contractor,

or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and

3. Not having been paid within the above 30 days, have sent a written

notice to Surety and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor.

5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance. 6. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surety's expense take the following actions:

6.1. Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed.

6.2. Pay or arrange for payment of any undisputed amounts.

7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety.

8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related Subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. DEFINITIONS

15.1. Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's Subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished.

15.2. Contract: The agreement between Owner and Contractor identified on

the signature page, including all Contract Documents and changes thereto.

15.3. Owner Default: Failure of Owner, which has neither been remedied nor

waived, to pay Contractor as required by the Contract or to perform and complete or comply with the other terms thereof.

FOR INFORMATION ONLY – Name, Address and Telephone Surety Agency or Broker: Owner’s Representative (engineer or other party):

Page 56: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 57: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 58: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 59: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 60: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 61: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 62: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 63: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 64: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 65: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 66: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 67: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 68: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 69: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 70: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 71: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 72: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 73: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 74: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 75: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 76: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 77: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 78: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 79: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 80: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 81: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 82: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 83: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 84: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 85: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 86: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 87: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 88: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 89: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 90: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 91: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 92: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 93: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 94: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 95: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 96: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 97: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 98: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 99: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 100: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 101: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

SUPPLEMENTARY CONDITIONS OF THE CONSTRUCTION CONTRACT INDEX Item Title Page

1. Defined Terms 1

2. Copies of Documents 1

3. Commencement of Contract Time; Notice to Proceed 1

4. Intent 1

5. Certificates of Insurance 1

6. Contractor's Liability Insurance 2

7. Property Insurance 3

8. Waiver of Rights 4

9. Concerning Subcontractors, Suppliers, and Others 5

10. Mediation 5

11 Arbitration 5

Page 102: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00800 - 1

SUPPLEMENTARY CONDITIONS These Supplem entary Conditions am end or supplem ent the S tandard Genera l Conditions of the Cons truction Contract (No. 1910-8, 2002 Edition) and other provis ions of the Contract Docum ents as indica ted below. All provis ions which are not so am ended or supplem ented rem ain in fu ll force and effect. 1. SC-1.01 Defined Term s

The term s used in these Supplem entary Conditions which are defined in the S tandard Genera l Conditions of the Cons truction Contract (No. 1910-8, 2002 ed.) have the m eanings ass igned to them in the Genera l Conditions .

2. SC-2.02 Copies of Docum ents

Am end the firs t sentence of Paragraph 2.02 of the Genera l Conditions to read as fo llows :

OWNER shall furnish to the CONTRACTOR up to three prin ted or hard copies of the Drawings and Project Manual. Additional copies as are reasonably necessary for the execution of the WORK will be furnished upon reques t a t the cos t of reproduction.

3. SC-2.03 Com m encem ent of Contract Tim e: Notice to Proceed

Am end the las t sentence of Paragraph 2.03 of the Genera l Conditions to read as fo llows :

In no event will the Contract Tim e com m ence to run la ter than the ninet ie th day after the day of Bid opening or the th irt ie th day after the Effective Date of the Agreem ent, whichever date is earlier.

4. SC-3.01 Intent Add the following sentence a t the end of Paragraph 3.01.C of the Genera l

Conditions : If there is any conflict be tween the provis ions of the Contract Docum ents and

any such referenced provis ions , the language of the Contract Docum ents will take precedent over tha t of any s tandard specifica tion, m anual or code.

Page 103: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00800 - 2

5. SC-5.03 Certifica tes of Insurance Add Paragraph C. Fa ilure of Owner to dem and such certifica tes or other evidence of Contractor's full com pliance with these insurance requirem ents or fa ilure of Owner to identify a deficiency in com pliance from the evidence provided sha ll not be construed as a waiver of Contractor's obliga tion to m ainta in such insurance . Add Paragraph D. Owner does not represent tha t insurance coverage and lim its es tablished in th is Contract necessarily will be adequate to protect Contractor. Add Paragraph E. The insurance and insurance lim its required here in sha ll not be deem ed as a lim ita tion on Contractor's liability under the indem nities granted to Owner in the Contract Docum ents .

6. SC-5.04 Contractor's Liability Insurance

Add the following new paragraph im m edia te ly after paragraph 5.04.B: C. The lim its of liability for the insurance required by Paragraph 5.04 of the

Genera l Conditions shall provide coverage for not les s than the following am ounts or greater where required by Laws and Regula tions :

1. Worker's Com pensation and re la ted coverages under Paragraphs

5.04.A.1 and 5.04.A.2 of the Genera l Conditions :

a . S ta te : S ta tu tory b . Applicable Federa l (e .g ., Longshorem an 's ): S ta tutory c. Em ployer's Liability: 1) Each Accident $500,000 2) Disease – Each Em ployee $500,000 3) Disease – Policy Lim it $500,000 NOTE: All cont ractors and sub-cont ractors m us t provide Worker's Com pensat ion regardless of the s ize of the com pany or num ber of em ployees . See City of Anderson regula t ions and ordinances .

2. CONTRACTOR’s Com prehens ive Genera l Liability under Paragraphs

5.04.A.3 through 5.04.A.6 of the Genera l Conditions which shall include com pleted opera tions and product liability coverages .

a . Bodily Injury and Property Dam age 1) Each Occurrence $1,000,000 b . Personal and Advertis ing Injury $1,000,000 c. Genera l Aggregate $2,000,000 d . Com pleted Operations and Product Liability – Aggregate $2,000,000

3. Com prehens ive Autom obile Liability under paragraph 5.04.A.6 of the

Genera l Conditions :

Page 104: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00800 - 3

a . Bodily Injury and Property Dam age 1) Com bined S ingle Lim it (each accident) $1,000,000

4. Excess (um brella) liability insurance over and above the coverage

lim its previous ly addressed under paragraphs 5.04.A.3 through 5.04.A.6 of the Genera l Conditions :

a . Each Occurrence $5,000,000 b . Aggregate $5,000,000

5. The Contractual Liability required by Paragraph 5.04.B.4 of the Genera l Conditions shall provide coverage for not les s than the following am ounts :

a . Bodily Injury – Each Occurrence $1,000,000 b . Property Dam age – Each Occurrence $1,000,000 c. Annual Aggregate $1,000,000

7. SC-5.06 Property Insurance

Dele te Paragraph 5.06.A of the Genera l Conditions in its entire ty and insert the fo llowing in its p lace: A. CONTRACTOR shall purchase and m ainta in property insurance upon

the Work a t the S ite in the am ount of the full replacem ent cos t thereof. This insurance shall:

1. include the in teres ts of OWNER, CONTRACTOR,

Subcontractors , ENGINEER, ENGINEER’s Consultants and any other individuals or entities identified in the Supplem entary Conditions , and the officers , d irectors , partners , em ployees , agents and other consultants and subcontractors of each and any of them , each of whom is deem ed to have an insurable in teres t and shall be lis ted as an insured or additional insured;

2. be written on a Builder’s Risk “a ll-risk” (ins ta lla tion floa ter) or

open peril or specia l causes of loss policy form that shall a t leas t include insurance for phys ica l loss and dam age to the Work, tem porary build ings , fa lsework, and m ateria ls and equipm ent in trans it and shall insure agains t a t leas t the following perils or causes of loss : fire , lightning, extended coverage , theft, vandalism and m alicious m ischief, earthquake, collapse , debris rem oval, dem olition occas ioned by enforcem ent of Laws and Regula tions , water dam age (including flooding), and such other perils or causes of loss as m ay be specifica lly required by the Supplem entary Conditions .

Page 105: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00800 - 4

3. include expenses incurred in the repair or replacem ent of any

insured property (including but not lim ited to fees and charges of engineers and architects );

4. cover m ateria ls and equipm ent s tored a t the S ite or a t another

location that was agreed to in writing by OWNER prior to being incorpora ted in the Work, provided that such m ateria ls and equipm ent have been included in an Applica tion for Paym ent recom m ended by ENGINEER; and

5. a llow for partia l u tiliza tion of the Work by OWNER; 6. be m ainta ined in effect until fina l paym ent is m ade unless

o therwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER within 30 days written notice to each other additional insured to whom a certifica te of insurance has been is sued.

B. Am end the firs t sentence of Paragraph 5.06.B of the Genera l Conditions

to read as fo llows : "Contractor shall purchase and m ainta in such m achinery insurance or

additional property insurance as m ay be required by the Supplem entary Conditions or Laws and Regula tions which will include the in teres t of Owner, Contractor, Subcontractors , and Engineer, and any other individuals or entities identified in the Supplem entary Conditions , and the officers , d irectors , partners , em ployees , agents , consultants and subcontractors of each and any of them , each of whom is deem ed to have an insurable in teres t and shall be lis ted as an insured or additional insured:"

C. The policies of insurance required to be purchased and m ainta ined by

CONTRACTOR in accordance with th is paragraph SC-5.06 shall com ply with the requirem ents of paragraph 5.06.C of the Genera l Conditions .

Dele te paragraph 5.06.E in its entire ty. 8. SC-5.07 Waiver of Rights

Replace Paragraph 5.07.A to read as fo llows : A. Owner and Contractor in tend that a ll policies purchased in

accordance with Paragraph 5.06 will protect Owner, Contractor,

Page 106: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00800 - 5

Subcontractors , and Engineer, and a ll o ther individuals or entities identified in the supplem entary Conditions to be lis ted as insured 's or additional insured 's (and the officers , d irectors , partners , em ployees , agents , consultants and

subcontractors of each and any of them ) in such policies and will provide prim ary coverage for a ll losses and dam ages caused by the perils or causes of loss covered thereby. All such policies shall conta in provis ions to the effect tha t in the event of paym ent of any loss or dam age the insurers will have no rights of recovery agains t any of the insured 's or

additional insured 's there under. The Contractor waives a ll rights agains t the owner and their respective officers , d irectors , partners , em ployees , agents , consultants and subcontractors of each and any of them for a ll losses and dam ages caused by, aris ing out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive a ll such rights

agains t Subcontractors , and Engineer, and a ll o ther individuals or entities identified in the Supplem entary Conditions to be lis ted as insured or additional insured (and the officers , d irectors , partners , em ployees , agents , consultants and subcontractors of each and any of them ) under such policies for losses and dam ages so caused. None of the above waivers shall extend to the rights tha t any party m aking such waiver m ay have to the proceeds of insurance held by Owner as trus tee or o therwise payable under any policy so is sued.

9. SC-6.06 Concerning Subcontractors , Suppliers and Others

Add the following sentence a t the end of Paragraph 6.06.C of the Genera l Conditions :

OWNER and ENGINEER m ay furnish to any such Subcontractor, Supplier or o ther individual or entity, to the extent practicable , inform ation about am ounts paid to CONTRACTOR on account of Work perform ed for CONTRACTOR by a particular Subcontractor, Supplier, or o ther individual or entity.

10. SC-16.02 Media tion Add the following new paragraph im m edia te ly after paragraph 16.01: A. OWNER and CONTRACTOR agree tha t they shall subm it any and a ll

unsettled Cla im s or countercla im s , d isputes , or o ther m atters in ques tion between them aris ing out of or re la ting to the Contract Docum ents or the breach thereof to m edia tion by a m utually agreed

Page 107: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00800 - 6

m edia tor. [prior to e ither of them initia ting agains t the other a dem and for arbitra tion pursuant to paragraph SC-16.03, unless delay in in itia ting arbitra tion would irrevocably pre judice one of the parties . The 30 day tim e lim it within which to file a dem and for arbitra tion as provided in paragraphs SC-16.03.B and 16.03.C shall be suspended with respect to a d ispute subm itted to m edia tion within tha t tim e lim it and shall rem ain suspended until 10 days after the term ination of the m edia tion.] The m edia tor of any dispute subm itted to m edia tion under th is agreem ent shall not serve as arbitra tor of such dispute unless o therwise agreed.

11. SC-16.03 Arbitra tion Add the following new paragraph im m edia te ly after paragraph SC-16.02. A. All Cla im s or countercla im s , d isputes , or o ther m atters in ques tion

between OWNER and CONTRACTOR aris ing out of or re la ting to the Contract Docum ents or the breach thereof (except for Cla im s which have been waived by the m aking or acceptance of fina l paym ent as provided by paragraph 14.09) not resolved under the provis ions of paragraph SC-16.02 will be decided by binding arbitra tion in accordance with the rules of the Am erican Arbitra tion Associa tion then obta ining, subject to the lim ita tions of th is paragraph SC-16.03. This agreem ent to arbitra te and any other agreem ent or consent to arbitra te entered in to will be specifica lly enforceable under the prevailing law of any court having jurisdiction.

B. No dem and for arbitra tion of any Cla im or countercla im , d ispute , or

o ther m atter tha t is required to be referred to ENGINEER initia lly for decis ion in accordance with paragraph 9.09 will be m ade until the earlier of: (i) the date on which ENGINEER has rendered a written decis ion, or (ii) the 31s t day after the parties have presented their fina l evidence to ENGINEER if a written decis ion has not been rendered by ENGINEER before tha t da te . No dem and for arbitra tion of any such Cla im or countercla im , d ispute , or o ther m atter will be m ade la ter than 30 days after the date on which ENGINEER has rendered a written decis ion in respect thereof in accordance with paragraph 10.05; and the fa ilure to dem and arbitra tion within sa id 30 day period will result in ENGINEER’s decis ion being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders decis ion after arbitra tion proceedings have been in itia ted , such decis ion m ay be entered as evidence but will not supersede the arbitra tion proceedings , except where the decis ion is acceptable to the parties concerned.

C. Notice of the dem and for arbitra tion will be filed in writing with the

other party to the Contract and with the se lected arbitra tor, and a

Page 108: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00800 - 7

copy will be sent to ENGINEER for inform ation. The dem and for arbitra tion will be m ade within the 30 day period specified in paragraph SC-16.03.B, and in a ll o ther cases within a reasonable tim e after the Cla im or countercla im , d ispute , or o ther m atter in ques tion has arisen, and in no event shall any such dem and be m ade after the date when ins titu tion of legal or equitable proceedings based on such Cla im or o ther d ispute or m atter in ques tion would be barred by the applicable s ta tue of lim ita tions .

D. Except as provided in paragraph SC-16.03.E, no arbitra tion aris ing out

of or re la ting to the Contract Docum ents shall include by consolidation, jo inder, or in any other m anner any other individual or entity (including ENGINEER, and ENGINEER’s Consultants and the officers , d irectors , partners , agents , em ployees or consultants of any of them ) who is not a party to th is Contract unless :

1. the inclus ion of such other individual or entity is necessary if

com plete re lief is to be afforded am ong those who are a lready parties to the arbitra tion; and

2. such other individual or entity is subs tantia lly involved in a

ques tion of law or fact which is com m on to those who are a lready parties to the arbitra tion and which will a rise in such proceedings ; and

3. the written consent of the other individual or entity sought to

be included and of OWNER and CONTRACTOR has been obta ined for such inclus ion, which consent shall m ake specific reference to th is paragraph; but no such consent shall cons titu te consent to arbitra tion of any dispute not specifica lly described in such consent or to arbitra tion with any party not specifica lly identified in such consent.

E. Notwiths tanding paragraph SC-16.03.D, if a Cla im or countercla im ,

d ispute , or o ther m atter in ques tion between OWNER and CONTRACTOR involves the Work of a Subcontractor, e ither OWNER or CONTRACTOR m ay jo in such Subcontractor as a party to the arbitra tion between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in a ll subcontracts required by paragraph 6.06.G a specific provis ion whereby the Subcontractor consents to being jo ined in arbitra tion between OWNER and CONTRACTOR involving the Work of such Subcontractor. Nothing in th is paragraph SC-16.03.E nor in the provis ions of such subcontract consenting to jo inder shall crea te any cla im , right, or cause of action in favor of Subcontractor and agains t OWNER, ENGINEER, or ENGINEER’s Consultants tha t does not o therwise exis t.

F. The award rendered by the arbitra tors will be fina l, judgem ent m ay be

Page 109: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

00800 - 8

entered upon it in any court having jurisdiction thereof, and it will not be subject to m odifica tion or appeal.

Page 110: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC No. C-941 (2002 Edition) Page 1 of 2 Prepared by the Engineers' Joint Contract Documents Committee and endorsed by the Associated General Contractors of America and the Construction Specifications Institute.

Change Order No. ___________

Date of Issuance: Effective Date:

Project: Under The Bridge Clock Project

Owner: City of Anderson

Owner's Contract No.:

Contract: Date of Contract:

Contractor: Engineer's Project No.: E16-001

The Contract Documents are modified as follows upon execution of this Change Order: Description:

Attachments: (List documents supporting change):

CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Contract Times: Working days Calendar days Substantial completion (days or date):

$ Ready for final payment (days or date):

[Increase] [Decrease] from previously approved Change Orders No.____________ to No.____________:

[Increase] [Decrease] from previously approved Change Orders No.____________ to No.____________:

Substantial completion (days):

$ Ready for final payment (days):

Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date):

$ Ready for final payment (days or date):

[Increase] [Decrease] of this Change Order: [Increase] [Decrease] of this Change Order: Substantial completion (days or date):

$ Ready for final payment (days or date):

Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion (days or date):

$ Ready for final payment (days or date):

RECOMMENDED: ACCEPTED: ACCEPTED:

By: By: By: Engineer (Authorized Signature) Owner (Authorized Signature) Contractor (Authorized Signature)

Date: Date: Date:

Approved by Funding Agency (if applicable): Date:

Page 111: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

EJCDC No. C-941 (2002 Edition) Page 2 of 2 Prepared by the Engineers' Joint Contract Documents Committee and endorsed by the Associated General Contractors of America and the Construction Specifications Institute.

Change Order Instructions

A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times, cross out the part of the tabulation that does not apply.

Page 112: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 1

GENERAL REQUIREMENTS

Under The Bridge Clock Project

Page 113: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01110 - 1

SECTION 01110

SUMMARY OF WORK

PART 1 - GENERAL

1.1 SUMMARY

1. Pro ject Iden tifica tion : Th is p ro ject cons is ts o f the dem olition and rep lacem ent o f exis ting curb and gu tte r, repaving o f asphalt surface , m odifica tions to s to rm dra in sys tem , landscape and irriga tion sys tem ins ta lla tion , decora tive s idewalk ins ta lla tion , pavem ent s trip ing , ins ta lla tion o f new e lectrica l sys tem , p ro ject m anag em ent, tra ffic con tro l, e tc. The s ite a rea is approxim ate ly 0.12 acres ., and a ll o ther inciden ta l work item s necessary to p rovid e a qua lity p ro ject as in tended by the d rawings and specifica tions , e tc.

2. Pro ject Loca tion : The g rassed is land and parking a rea a t the in te rsection o f W. Earl S tree t and W. Orr Stree t, Ande rson , SC.

3. Owner: City o f And erson , 401 South Main Stree t, Anderson , SC 29624.

1.2 WORK COVERED BY CONTRACT DOCUMENTS

A. Furn ish a ll labor, m ate ria ls , equ ipm ent, and inciden ta ls requ ired and com ple te work in its en tire ty as shown in th e Pro ject Manual.

B. Perform work com ple te , in p lace , and ready fo r con tinuous service . Work includes perm its , cleanup , repa irs , rep lacem ents and re s to ra tion requ ired as a resu lt o f dam ag es caused during cons truction .

C. Com ply with a ll m unicipa l, coun ty, s ta te , fede ra l, and o the r codes , which a re app licab le to the wo rk.

D. Work includes , bu t is no t necessarily lim ited to the fo llowing :

1. Acquis ition o f e lectrica l perm it and g rad ing perm it from bu ild ing and codes . 2. Coord ina tion with u tility com panies to p reven t d is rup tion o f se rvice . 3. Dem olition o f exis ting s idewalks and curb & gu tte r. 4. Tem porary e ros ion con tro l during cons truction . 5. Dem olition o f exis ting pavem ent 6. Ins ta lla tion o f new s to rm -dra in ca tch bas ins . 7. Modifica tions o f se lect ca tch bas ins 8. Ins ta lla tion o f new sub-dra in sys tem .

Page 114: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01110 - 2

9. Re-grad ing o f s ite 10. Ins ta lla tion o f Handicap Ram ps 11. Ins ta lla tion o f decora tive s idewalk with b rick pave rs . 12. Ins ta lla tion wate r va lves and m ete r boxes 13. Rem oving of exis ting asphalt. 14. Repaving of d rive and pa rking space a reas . 15. Perm anent s trip ing and m arking o f asphalt. 16. Ins ta lla tion o f clock base 17. Ins ta lla tion o f ligh ted bo lla rds 18. Ins ta lla tion o f knee wa lls and benches 19. Traffic con tro l. 20. Pro ject m anag em ent an d coord ina tion o f a ll subcontracto rs and m ate ria l

supp lie rs . 21. Ins ta lla tion o f Landscap ing and Irriga tion Sys tem p er p lans and specs . 22. Ins ta lla tion o f new e lectrica l sys tem with m ete r an d con tro l pane l per p lans . 23. Ins ta lla tion o f new ligh ts per e lectrica l p lans and specs . 24. Any o ther inciden ta l work necessary to com ple te a qua lity p ro ject as in tended

by the des ign docum ents .

1.3 CONTRACT

A. Pro ject will b e cons tructed under a gen era l cons truction con tract.

PART 2 - PRODUCTS

Not Used .

PART 3 - EXECUTION

Not Used .

END OF SECTION

Page 115: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01111 - 1

SECTION 01111

CONSTRUCTION SEQUENCE

PART 1 - GENERAL

1.1 SUMMARY

A. The Work is to be pe rfo rm ed a t the g rassed is lan d and pa rking a rea a t the in te rsection o f W. Earl S tree t and W. Orr Stree t. Dis rup tio ns o f access to th is a rea sha ll be m in im ized as m uch as poss ib le . Tem pora ry closure o f the s tree t m ay occur, bu t m us t be p rep lanned so tha t the pub lic and ad jacen t p roperty owners will have sufficien t no tice . Exis ting u tilities m us t rem ain in opera tion .

B. Perform work in an o rde rly m anner to cause the leas t d is rup tion to exis ting bus iness activities in th is a rea .

C. Where necessary to p reven t o r m in im ize in te rrup tions o f exis ting u tilities and bus iness opera tions , schedule work fo r sys tem tie -ins o r se rvice trans fers during lo w dem and periods .

D. No tim e extens ion o r increased cos t cla im s will be cons idered fo r overtim e work as a resu lt o f com ple ting wo rk in accordance with the requ irem ents es tab lished here in .

1.2 SUBMITTALS

A. Subm it to the City Engin eer and City Adm in is tra tion the ove ra ll p lan o f cons truction p rio r to in itia tion o f cons truction . A precons truction m eeting will be subm itted a fte r a p lan is subm itted fo r ap proval. Shop drawing s ubm itta ls fo r a ll item s m us t a lso be subm itted before com m encem ent o f cons truction .

1.3 PROJ ECT SITE CONDITIONS

A. The Under The Bridge Clock Pro ject a rea is as shown on the des ign d rawings cover shee t. The p ro ject a rea g enera lly cons is t o f the g rassed is land and parking area a t the in te rsection o f W. Earl S tree t and W. Orr Stree t, An derson , SC.

B. Minim ize co m ple te closure o f Earl S tree t and Orr Stree t. Through tra ffic flow sha ll be m ain ta in ed . Short dura tion closure o f one s ide o f the p ro ject a rea is perm itted . Traffic con tro l to be p rovided and coord ina ted by con tracto r as necessary.

C. Contracto r m us t coord ina te a ll s cheduled closure s and /or partia l closures with loca l bus inesses and with City Adm in is tra tion , po lice and fire depa rtm ents and the City Engineer.

Page 116: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01111 - 2

1.4 SEQUENCING AND SCHEDULING

A. Com ply with fo llowing in deve lop ing overa ll p lan o f cons truction .

B. Sequencing : (Th is sequence is genera l and m ay be ad jus ted with written p re-approval from City Enginee r and City Adm in is tra tion)

1. Ins ta ll necessary safe ty fence and barricades , as necessary. 2. Ins ta ll tem pora ry e ros ion and sed im ent con tro l BMP's . Ma in ta in and read jus t as

necessary accord ing to the sequence o f the wo rk, e tc. Add n ew BMP's as necessary to p reven t o ffs ite sed im enta tion , e tc.

3. Dem olish exis ting s idewa lks and curb & gu tte r. 4. Ins ta ll s to rm dra in p ip ing and ca tch bas in . 5. Ins ta ll curb and gu tte r, s tam ped concre te walkways , cen ter pad , and in layed

le tte rs . 6. Ins ta ll b rick pave r curb ing and brick pave rs . 7. Ins ta ll knee wall sea ting . 8. Ins ta ll new e lectrica l sys tem . 9. Ins ta ll ligh ted bo lla rds . 10. Ins ta ll landscape irriga tio n sys tem . 11. Asphalt pa tch parking a reas . 12. Re-s trip parking a reas . 13. Ins ta ll landscap ing . 14. Ins ta ll benches and trash can . 15. Genera l p ro ject cleanup .

C. Cons truction Cons tra in ts :

1. All exis ting u tilities sha ll rem ain opera tiona l. Tem pora ry p ip ing and va lves , if requ ired , a re the respons ib ility o f the Contracto r and will be p rovided a t no add itiona l cos t to the Owner.

2. No work to be perfo rm ed on weekends withou t p re -approval and no tifica tion .

PART 2 - PRODUCTS

Not Used .

PART 3 - EXECUTION

Not Used .

END OF SECTION

Page 117: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01112 - 1

SECTION 01112

WORK BY OWNER

PART 1 - GENERAL

1.1 SUMMARY

A. This section includes work to be perfo rm ed by the Owner.

1.2 WORK BY OWNER

A. There is NO work to be perfo rm ed by owner (City o f Anderson) with excep tion to as s is tance with u tility repa irs o r re loca tions by Electric City Utilities an d /or o ther activities lis ted be low. The con tracto r is no t au thorized to reques t work o r as s is tance from an y City o f And erso n personnel withou t d irect written p re -appro val from the City Engineer and City Adm in is tra tion . Any ass is tance o f any kind m us t be p re -scheduled and pre-appro ved in writing on ly.

PART 2 - PRODUCTS

Not Used .

PART 3 - EXECUTION

A. None

END OF SECTION

Page 118: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01140 - 1

SECTION 01140

WORK RESTRICTIONS

PART 1 - GENERAL

1.1 USE OF PREMISES

A. Contracto r will coord ina te a rea to s to re m ateria ls and s tage cons truction .

B. The Contracto r sha ll docum ent the condition o f the work and s tag ing a rea with pho tograph ic docum enta tion . The con tracto r w ill be so le ly respons ib le fo r any dam ag e done to the a rea . No cos ts will be incurred by the City o f Anderson .

C. The Contracto r sha ll be so le ly respons ib le fo r p rovid ing security fo r a ll m ate ria l and equ ipm ent s to red on s ite during cons truction .

D. Lim it use o f p rem ises to Work in a reas ind ica ted . Do no t d is tu rb portio ns o f s ite beyond areas in which th e Work is ind ica ted .

1. Driveways and Entrances and Alleys : Keep driveways , en trances and a lleys

serving p rem ises clear and ava ilab le to Own er, Owner's em ployees , and em ergency veh icles to the m axim u m exten t p racticab le . Do no t use these a reas fo r parking o r s to rag e o f m ate ria ls .

a . Schedule de live ries to m in im ize road closure . b . Schedule de liveries to m in im ize space and tim e requ irem ents fo r s to rage

o f m ateria ls and equ ipm ent on-s ite .

1.2 OCCUPANCY REQUIREMENTS

A. Exis ting Facilities :

1. None.

B. New Facilities :

1. None.

Page 119: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01140 - 2

PART 2 – PRODUCTS

Not Used .

PART 3 – EXECUTION

Not Used .

END OF SECTION

Page 120: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01200 - 1

SECTION 01200

MEASUREMENT AND PAYMENT

PART 1 - GENERAL

1.1 REQUIREMENTS INCLUDE

A. The Bid Proposal for this Contract shall cover all Work shown on the Project Manual and specified herein.

B. All costs for providing labor, materials, equipment, tools, machinery, supplies, supervision, management, coordination and other services to fully complete the Work as shown in the Project Manual and specified herein shall be included in the lump sum prices listed in the Bid Form.

C. All work not specifically listed as a pay item in the Bid Form shall be considered to be included in the lump sum bid amount.

D. Contractor’s overhead and profit shall be included in the lump sum bid amount.

E. The Owner or his duly authorized representative will perform measurement for payment.

1.2 BID ITEMS

Item No. 1.-- Mobilization:

A. Payment under this item shall consist of preparatory work and operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; and for other work, operations or cost that are of necessity incurred prior to the beginning of construction. Bond costs, license fees, lump sum insurance premiums, and other such items of expense may be included, but any item that will be subsequently paid for as project work or material on hand shall be excluded. B. Payment shall be at the lump sum contract price as stated in the Bid Form. The cost of mobilization shall not exceed three percent (3%) of the total bid.

Item No. 2 – Traffic Control:

A. Payment under this item shall consist of providing all labor, materials, equipment, tools, and incidentals, required for traffic control. Work under this item includes, but is not limited to, development of a traffic control plan and schedule by a traffic planner., plan shall meet SCDOT and MUTCD requirements. The plan shall outline how traffic, both vehicular and pedestrian including Handicap Persons my traverse the site or portions of the site during construction operations. The use of jersey barrier barricades, cones, portable safety

Page 121: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01200 - 2

fence/gates, etc. The traffic control must take into consideration how the local businesses operate and when their operation hours. Traffic control will also include trained labor forces to operate the controlled access B. Payment shall be at the lump sum price as stated in the Bid Form.

Item No. 3 – Demolition:

a. Curb & Gutter

A. Payment under this item shall consist of providing all labor, materials, equipment, tools, and incidentals required for the demolition of existing concrete curb & gutter. Any granite curb shall be stacked on pallets and delivered to the City of Anderson. Dispose of all concrete materials offsite per applicable regulations. Include all tipping fees, taxes, hauling and disposal costs as necessary.

B. Payment shall be at Unit Price as stated in the Bid Form.

b. Existing 18” Strom Drainage

A. Payment under this item shall consist of providing all labor, materials, equipment, tools, and incidentals required for the removal of the existing 18” clay pipe as indicated on the plans. Include in unit price disposal of material removed. Include all tipping fees, taxes, hauling and disposal costs as necessary.

B. Payment shall be at Unit Price as stated in the Bid Form.

f. Miscellaneous Demolition Items

A. Payment under this item shall consist of providing all labor, materials, equipment, tools, and incidentals required for the removal and/or demolition of any items not included in other demolition line items above in order to facilitate the construction of the project per the various plans, details and specifications included herein. Contractor shall coordinate demolition of subgrade elements such as old concrete or asphalt as necessary to install the proposed irrigation system, storm drain system, electrical system, etc. Sawcut edges of removed concrete or asphalt smooth. Include in unit price disposal of material removed. Include all tipping fees, taxes, hauling and disposal costs as necessary.

B. Payment shall be at the lump sum price as stated in the Bid Form.

Remaining Work:

a. Payment under this item shall consist of providing all labor, materials, equipment, tools, and incidentals required for the completion of remaining work. Payment shall be at the price as stated in the Bid Form.

Page 122: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01200 - 3

PART 2 - PRODUCTS

Not Used.

PART 3 - EXECUTION

Not Used.

END OF SECTION

Page 123: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01290 - 1

SECTION 01290

PAYMENT PROCEDURES

PART 1 - GENERAL

1.1 SUMMARY

A. This Section specifies adm in is tra tive and procedura l requ irem ents govern ing the Contracto r's Applica tions fo r Paym ent.

1.2 SCHEDULE OF VALUES

A. Coord ina te p repa ra tion o f the Schedule o f Valu es with p repa ra tion o f the Contracto r's Cons truction Schedule .

1. Corre la te lin e item s in the Schedule o f Values with o ther requ ired adm in is tra tive schedules and fo rm s , includ ing :

a . Contracto r's Cons truction Schedule . b . Applica tion fo r Paym ent fo rm s , includ ing Continua tion Shee ts . c. Lis t o f subcontracto rs . d . Schedule o f a llo wances . e . Schedule o f a lte rna tes . f. Lis t o f p roducts . g . Lis t o f p rincipa l supp lie rs and fabrica to rs . h . Schedule o f subm itta ls .

2. Subm it the Schedule o f Values to the Engineer a t the earlies t poss ib le da te bu t no la te r than 7 days b efore the da te scheduled fo r subm itta l o f the in itia l Applica tions fo r Paym ent.

B. Form at and Conten t: Us e the Pro ject Manual tab le o f con ten ts as a gu ide to es tab lish the fo rm at fo r the Schedule o f Valu es . Line item s and quan tities sha ll corres pond with the p ro ject Bid Schedule .

1. Iden tifica tion : Include the fo llowing Pro ject iden tifica tion on the Schedule o f Values :

a . Pro ject nam e and loca tio n . b . Nam e of the Engineer. c. Pro ject num ber. d . Contracto r's nam e and ad dress . e . Date o f subm itta l.

Page 124: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01290 - 2

2. Arrang e the Schedule o f Values in tabu lar fo rm with separa te co lum ns to ind ica te the fo llowing fo r each item lis ted :

a . Rela ted Specifica tion Section o r Divis ion . b . Descrip tion o f Work. c. Nam e of subcontracto r. d . Nam e of m anufactu re r o r fabrica to r. e . Nam e of supp lie r. f. Change Ord ers (num bers ) tha t a ffect va lue . g . Dollar va lue .

1) Percen tage o f Contract Sum to nea res t one-hundred th percen t, ad jus ted to to ta l 100 pe rcen t.

3. Provide a b reakdown of the Contract Su m in sufficien t de ta il to facilita te con tinued eva lua tion o f Applica tions fo r Paym ent and p rogress reports . Coord ina te with the Pro ject Manual Tab le o f Conten ts . Break p rin cipa l subcontract am ounts down in to seve ra l lin e item s .

4. Round am ounts to nea res t whole do lla r. The to ta l sha ll equa l the Contract Su m . 5. Provide a sepa ra te line item in the Schedule o f Va lues fo r each part o f the Work

where Applica tions fo r Paym ent m ay include m ateria ls o r equ ip m ent, purchased o r fabrica ted and s to red , bu t no t ye t ins ta lled .

a . Differen tia te be tween item s s to red on-s ite and item s s to red o ff-s ite . Include requ irem ents fo r insurance and bonded warehous ing , if requ ired .

6. Provide sep ara te line item s on the Schedule o f Values fo r in itia l cos t o f the m ate ria ls , fo r each subsequen t s tage o f com ple tion , and fo r to ta l ins ta lled va lue o f tha t part o f the Work.

7. Each item in the Sched ule o f Values and Applica tion fo r Paym ent sha ll be com ple te . Include the to ta l cos t and p roportiona te share o f gene ra l o verh ead and profit m arg in fo r each item .

a . Tem porary facilities and o ther m ajor cos t item s tha t a re no t d irect cos t o f actua l work-in -p lace m ay be shown e ither as separa te lin e item s in the Schedule o f Values o r d is tribu ted as g enera l o verhead expense , a t the Contracto r's op tion .

8. Schedule Updating : Update and resubm it the Schedule o f Va lues p rio r to the next Applica tion fo r Paym ent wh en Ch ange Ord ers o r Cons truction Change Directives resu lt in a chan ge in the Contract Sum .

1.3 APPLICATIONS FOR PAYMENT

A. Each Applica tion fo r Paym ent sha ll be cons is ten t with p revious app lica tions and paym ents as certified b y the Enginee r and pa id fo r by the Owner. The in itia l Applica tion fo r Paym ent, the Applica tion fo r Paym ent a t tim e of Subs tan tia l Com ple tion , and the fina l Applica tion fo r Paym ent invo lve add itiona l requ irem ents .

Page 125: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01290 - 3

B. Paym ent-Applica tion Tim es : Progress paym ents will be m ade once a m onth . The period covered by each Applica tion fo r Paym ent s ta rts on the day fo llowing the end of the p reced ing period an d ends on the 25th o f each m onth . All Applica tions fo r Paym ent a re due by the 25th o f each m onth .

C. Paym ent-Applica tion Form s : Use Applica tion fo r Paym ent fo rm found in the Contract Docum ents , EJ CDC No. 1910-8-E (1996).

D. Applica tion Prepara tion : Com ple te every en try on the fo rm . Include no tariza tion and execu tion by a person au thorized to s ign lega l docum ents on beha lf o f the Contracto r. The Engineer will re tu rn incom ple te app lica tions w ithou t action .

1. Entries sha ll m atch da ta on the Schedule o f Values and the Contracto r's Cons truction Schedule . Use updated schedules if revis ions were m ad e .

2. Include am ounts o f Chan ge Orde rs and Cons truction Change Directives is sued p rio r to the las t day o f the cons truction period covered by the app lica tion .

E. Transm itta l: Sub m it four (4) s igned and no tarized o rig ina l cop ies o f each Applica tion fo r Paym ent to the Engineer by a m ethod ensurin g rece ip t with in 24 hours . One copy sha ll be com ple te , includ ing waivers o f lien and s im ila r a ttachm ents , when requ ired .

1. Transm it each copy with a transm itta l fo rm lis tin g a ttachm ents and record ing appropria te in fo rm ation re la ted to the app lica tion , in a m anne r accep tab le to the Engineer.

F. Waivers o f Mechan ics Lien : With each Applica tion fo r Paym ent, subm it waivers o f m echan ics liens from subcontracto rs , sub-subcontracto rs and supp lie rs fo r the cons truction period covered by the p revious app lica tion .

1. Subm it pa rtia l waive rs on each item for the am ount reques ted , p rio r to deduction fo r re ta inage , o n each item .

2. When an app lica tion shows com ple tion o f an item , subm it fina l o r fu ll waive rs . 3. The Owner rese rves the righ t to des igna te which en tities invo lved in the Work

m us t subm it waivers . 4. Waiver Delays : Sub m it each Applica tion fo r Paym ent with the Contracto r's

waiver o f m echan ics lien fo r the period o f cons truction covered by the app lica tion .

a . Subm it fina l Applica tions fo r Paym ent with o r p receded by fina l waivers from eve ry en tity invo lved with p erfo rm ance o f the Wo rk cove red b y the app lica tion who is lawfu lly en titled to a lien .

5. Waiver Form s : Subm it waivers o f lien on fo rm s , and execu ted in a m an ner, accep tab le to the Owner.

G. In itia l Applica tion fo r Paym ent: Adm in is tra tive actions and subm itta ls tha t m us t p recede o r co incide with subm itta l o f the firs t Applica tion fo r Paym ent include the fo llowing :

Page 126: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01290 - 4

1. Lis t o f subcontracto rs . 2. Lis t o f p rincipa l supp lie rs and fabrica to rs . 3. Schedule o f Values . 4. Contracto r's Cons truction Schedule (p re lim inary if no t fina l). 5. Schedule o f p rincipa l p ro ducts . 6. Schedule o f un it p rices . 7. Subm itta l Schedule (p re lim ina ry if no t fina l). 8. Lis t o f Contracto r's s ta ff as s ignm ents . 9. Copies o f au thoriza tio ns and licenses from gove rn ing au thorities fo r

perfo rm ance o f the Wo rk. 10. In itia l p rogress report. 11. Report o f p recons truction m eeting .

H. Applica tion fo r Paym ent a t Subs tan tia l Com ple tion : Fo llowing is suance o f the Certifica te o f Subs tan tia l Com ple tion , subm it an Applica tion fo r Paym ent.

1. This app lica tion sha ll re flect Ce rtifica tes o f Partia l Subs tan tia l Com ple tion is sued previous ly fo r Owner occupancy of des igna ted portions o f the Work.

2. Adm inis tra tive actions and subm itta ls tha t sha ll p recede o r co incide with th is app lica tion include :

a . Perm it to p lace in se rvice and s im ila r app rovals . b . Warran ties (guaran tees ) and m ain tenance agreem ents . c. Tes ting records . d . Maintenance ins tructions . e . Mete r read ings . f. Startup pe rfo rm ance repo rts . g . Changeover in form ation re la ted to Owner's occupancy, use , ope ra tion ,

and m ain ten ance . h . Fina l clean ing . i. Applica tion fo r reduction o f re ta inage and consen t o f su re ty. j. Advice on sh ifting insurance coverages . k. Fina l p rog ress pho tographs . l. Lis t o f incom ple te Work, recognized as excep tions to Engineer's Certifica te

o f Subs tan tia l Co m ple tio n .

I. Fina l Paym ent Applica tio n : Adm in is tra tive actions and subm itta ls tha t m u s t p recede o r co incide with subm itta l o f the fina l Applica tion fo r Paym ent include the fo llowing :

1. Com ple tion o f Pro ject closeou t requ irem ents . 2. Com ple tion o f item s specified fo r com ple tion a fte r Subs tan tia l Co m ple tion . 3. Ensure tha t unse ttled cla im s will be se ttled . 4. Ensure tha t inco m ple te Work is no t accep ted an d will be com ple ted without

undue de lay. 5. Transm itta l o f requ ired Pro ject cons truction records to the Owner. 6. Proof tha t taxes , fees , and s im ila r ob liga tions were pa id . 7. Rem oval o f tem porary facilities and services . 8. Rem oval o f su rp lus m ate ria ls , rubb ish , and s im ila r e lem ents .

Page 127: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01290 - 5

PART 2 - PRODUCTS

Not Used .

PART 3 - EXECUTION

Not Used .

END OF SECTION

Page 128: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01310 - 1

SECTION 01310

PROJ ECT MANAGEMENT AND COORDINATION

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes adm in is tra tive p ro vis ions fo r coord ina ting cons truction opera tions on the Pro ject includ ing , bu t no t lim ited to , the fo llowing :

1. Genera l p ro ject coord ina tion p rocedures . 2. Adm inis tra tive and supe rvisory pe rsonnel. 3. Pro ject m eetings .

1.2 COORDINATION

A. Coord ina tion : Coord ina te cons truction opera tions included in various Sections o f the Specifica tions to ensure e fficien t and o rde rly ins ta lla tion o f each pa rt o f the Work. Coord ina te cons truction opera tions included in d iffe ren t Sections tha t depend on each o ther fo r p rope r ins ta lla tion , connection , and opera tion .

1. Schedule cons truction opera tions in sequence requ ired to ob ta in the bes t resu lts where ins ta lla tion o f one part o f the Wo rk depends on ins ta lla tion o f o ther com ponents , before o r a fte r its own ins ta lla tion .

2. Coord ina te ins ta lla tion o f d iffe ren t com ponents with o ther con tracto rs to ensure m axim u m access ib ility fo r requ ired m ain ten ance , s e rvice , and repa ir.

3. Make adequate p rovis ions to accom m odate item s scheduled fo r la te r ins ta lla tion .

B. If necessary, p rep are m em oranda fo r d is tribu tio n to each party invo lved , ou tlin ing specia l p rocedures requ ired fo r coord ina tion . Include such item s as requ ired no tices , reports , and lis t o f a ttend ees a t m eetings .

1. Prepare s im ila r m em o ran da fo r Owner and separa te con tracto rs if coord ina tion o f the ir Work is requ ired .

C. Adm inis tra tive Procedures : Coord in a te scheduling and tim ing of requ ired adm in is tra tive p rocedures with o the r cons truction activities and activitie s o f o ther con tracto rs to avo id con flicts and to ensure o rd erly p rogress o f the Work. Such adm in is tra tive activities include , bu t a re no t lim ited to , the fo llowing :

1. Prepara tion o f Contracto r' s Cons truction Schedule . 2. Prepara tion o f the Sched ule o f Valu es . 3. Ins ta lla tion and rem oval o f tem pora ry facilities an d con tro ls . 4. Delivery and process ing o f subm itta ls .

Page 129: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01310 - 2

5. Progress m eetings . 6. Pre ins ta lla tion conferences . 7. Pro ject closeou t activities .

1.3 SUBMITTALS

A. Staff Nam es : Prio r to s ta rting cons truction opera tions , subm it a lis t o f p rincipa l s ta ff as s ignm ents , includ ing superin tenden t and o ther personnel in a ttendance a t Pro ject s ite . Iden tify ind ividua ls and the ir du ties and respons ib ilities ; lis t addresses and te lephone num bers , includ ing hom e and office te lephone num bers . Provide nam es , addresses , and te lephone num bers o f ind ividu a ls a s s igned as s tandbys in the absence o f ind ividua ls as s igned to the Pro ject.

1. Pos t cop ies o f the lis t in the Pro ject m eeting roo m , in the tem porary fie ld o ffice , and by each tem porary te lephone .

1.4 ADMINISTRATIVE AND SUPERVISORY PERSONNEL

A. Genera l: In add ition to the Pro ject superin tenden t, p rovide o ther ad m in is tra tive and supervisory p ersonnel as requ ired fo r p rope r pe rfo rm ance o f the Wo rk.

1.5 PROJ ECT MEETINGS

A. Genera l: Schedule and conduct m eetings and co nferences a t the Pro ject s ite , un less o therwise ind ica ted .

1. Attendees : In form pa rticipan ts and o thers invo lved , and ind ividua ls wh ose p resence is requ ired , o f da te and tim e of each m eeting . Notify Own er and Engineer o f scheduled m eeting da tes and tim es .

2. Agenda: Prepare the m eeting agenda . Dis tribu te the agenda to a ll invited a ttendees .

3. Minutes : Record s ign ifican t d iscuss ions and agreem ents ach ieved . Dis tribu te the m eeting m inu tes to everyone concerned , includ ing Owner and Engin eer, with in 5 wo rking days o f the m eeting .

B. Precons truction Conferen ce : Schedule a p recons truction conference before s ta rting cons truction , a t a tim e conven ien t to Owner and Engineer, bu t no la te r than 7 days a fte r execu tion o f the Agreem ent. Hold the conference a t Pro ject s ite o r ano ther conven ien t loca tion . Conduct the m eeting to review respons ib ilities and personnel as s ignm ents .

1. Attendees : Authorized represen ta tives o f City o f Anderson adm in is tra tion , City Engineer, City Sto rm water Manage r; Represen ta tives o f app licab le u tility com panies ; Contracto r and its superin tenden t; m ajo r subcontracto rs ; m anufactu rers ; supp lie rs ; and o ther concerned parties sha ll a ttend the

Page 130: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01310 - 3

conference . All pa rticipan ts a t the conference sha ll be fam ilia r with the Pro ject and au thorized to conclude m atte rs re la ting to the Work.

2. Agenda: Discuss item s of s ign ificance tha t cou ld a ffect p rogress , includ ing the fo llowing :

a . Tenta tive cons truction schedule . b . Phas ing . c. Critica l work sequencing . d . Des ignation o f respons ib le personnel. e . Procedures fo r p rocess in g fie ld decis ions and Change Orders . f. Procedures fo r p rocess in g Applica tions fo r Paym ent. g . Dis tribu tion o f the Contract Docum ents . h . Subm itta l p rocedures . i. Prepara tion o f Record Do cum ents . j. Use of the p rem is es . k. Respons ib ility fo r tem porary facilities and con tro ls . l. Parking ava ilab ility. m . Office , work, and s to rage a reas . n . Equipm ent de liveries and prio rities . o . Firs t a id . p . Security. q . Progress clean ing . r. Working hours .

C. Pre ins ta lla tion Conferences : Conduct a p re ins ta lla tion conference a t Pro ject s ite before each cons truction activity tha t requ ires coord ina tion with o ther cons truction .

1. Attendees : Ins ta lle r an d represen ta tives o f m anufactu rers and fab rica to rs invo lved in o r a ffected by the ins ta lla tion and its coord ina tion o r in tegra tion with o ther m ateria ls and ins ta lla tions tha t have p reced ed or will fo llow, sha ll a ttend the m eeting . Advise Engineer o f scheduled m eetin g da tes .

2. Agenda: Review progress o f o ther cons truction activities and prep ara tions fo r the particu la r activity u nder cons idera tion , includ ing requ irem ents fo r the fo llowing :

a . Contract Docum ents . b . Options . c. Rela ted Chang e Orde rs . d . Purchases . e . Deliveries . f. Subm itta ls . g . Review of m ockups . h . Poss ib le conflicts . i. Com patib ility p rob lem s . j. Tim e schedules . k. Weather lim ita tions . l. Manufacturer's written recom m endations . m . Warran ty requ irem ents . n . Com patib ility o f m ateria ls .

Page 131: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01310 - 4

o . Acceptab ility o f subs tra tes . p . Tem porary facilities and con tro ls . q . Space and access lim ita tions . r. Regula tions o f au thorities having ju risd iction . s . Tes ting and inspecting requ irem ents . t. Required perfo rm ance re su lts . u . Pro tection o f cons truction and personnel.

3. Record s ign ifican t conference d iscuss ions , agreem ents , and d isagreem ents . 4. Do no t p roceed with ins ta lla tion if the conference cannot be success fu lly

concluded . In itia te whatever actions a re n ecessary to reso lve im pedim en ts to perfo rm ance o f the Wo rk and reconven e the conference a t ea rlies t feas ib le d a te .

D. Progress Meetings : Co nduct p rogress m eeting s a t m onth ly in te rva ls . Coord ina te da tes o f m eetings with p repara tion o f paym ent req ues ts .

1. Attendees : In add ition to represen ta tives o f the City o f Anderson and City Engineer, each con tracto r, subcontracto r, supp lie r, and o ther en tity concerned with curren t p rogress o r invo lved in p lann ing , coord ina tion , o r perfo rm ance o f fu tu re activities sha ll be represen ted a t these m eetings . All participan ts a t the conference sha ll b e fam ilia r with the Pro ject and au thorized to conclude m a tte rs re la ting to the Wo rk.

2. Agenda: Review and correct o r app rove m inu tes o f p revious p rogress m ee ting . Review o ther item s of s ig n ificance tha t cou ld a ffect p rogress . Include top ics fo r d iscuss ion as appropria te to s ta tus o f Pro ject.

a . Contracto r's Cons truction Schedule : Review p rogress s ince the las t m eeting . Determ ine wh e ther each activity is on tim e, ah ead of schedule , o r beh ind schedule , in re la tion to Contracto r's Cons truction Schedule . Determ ine how cons truction beh ind schedule will be exped ited ; secure com m itm ents from parties invo lved to do so . Discuss whether schedule revis ions a re requ ired to ensure tha t curren t and s ubsequen t activities will be com ple ted with in the Contract Tim e.

b . Review p resen t and fu tu re needs o f each en tity p resen t, includ ing the fo llowing :

1) In te rface requ irem ents . 2) Sequence o f ope ra tions . 3) Sta tus o f subm itta ls . 4) Deliveries . 5) Off-s ite fabrica tion . 6) Access . 7) Site u tiliza tion . 8) Tem porary facilities and con tro ls . 9) Work hours . 10) Hazards and risks . 11) Progress clean ing . 12) Quality and wo rk s tandards . 13) Change Ord ers .

Page 132: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01310 - 5

14) Docum enta tion o f in form ation fo r paym ent reques ts .

3. Reporting : Dis tribu te m inu tes o f the m eeting to each pa rty p resen t an d to parties who should have been p resen t. Include a b rie f sum m ary, in narra tive fo rm , o f p rogress s ince the p revious m eeting and report.

a . Schedule Updating : Revise Contracto r's Cons truction Schedule a fte r each p rogress m eeting whe re revis ions to the schedule have been m ad e or recognized . Is sue revised schedule concurren tly with the report o f each m eeting .

PART 2 - PRODUCTS

Not Used .

PART 3 - EXECUTION

Not Used .

END OF SECTION

Page 133: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 1

SECTION 01330

SUBMITTAL PROCEDURES

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes adm in is tra tive and procedura l requ irem ents fo r subm itting Shop Drawings , Product Data , Sam ples , and o ther m isce llaneous subm itta ls . En g ineer sha ll m ean City Engin eer.

1.2 DEFINITIONS

A. Action Subm itta ls : Written and graph ic in fo rm ation tha t requ ires Engineer's respons ive action .

B. In form ationa l Subm itta ls : Written in form ation tha t does no t requ ire Engineer's approval. Sub m itta ls m ay be re jected fo r no t com plying with requ irem ents .

1.3 SUBMITTAL PROCEDURES

A. Genera l: Electron ic cop ies o f CAD Drawings o r the Contract Drawings will no t be p rovided by Engin eer fo r Contracto r's use in p reparing subm itta ls .

B. Coord ina tion : Coord ina te p repa ra tion and p rocess ing o f subm itta ls with perfo rm ance o f cons truction activities .

1. Coord ina te each subm itta l with fabrica tion , pu rchas ing , tes ting , de live ry, o ther subm itta ls , and re la ted activities tha t requ ires sequ en tia l activity.

2. Coord ina te transm itta l o f d iffe ren t types o f subm itta ls fo r re la ted parts o f the Work so p rocess ing will no t be de layed b ecause o f need to review subm itta ls concurren tly fo r coord ina tion .

a . Engineer reserves the righ t to withho ld action on a subm itta l requ iring coord ina tion with o ther s ubm itta ls un til re la ted su bm itta ls a re rece ived .

C. Process ing Tim e: Allow enough tim e fo r su bm itta l review, includ in g tim e fo r resubm itta ls , as fo llows . Tim e fo r review sha ll com m ence on Enginee r' s rece ip t o f subm itta l.

1. In itia l Review: Allow sufficien t tim e, 15 days m in im um , fo r in itia l review of each subm itta l. Allow add itiona l tim e if p rocess ing m us t be de layed to p erm it coord ina tion with subsequen t subm itta ls . Eng inee r will advise Contracto r when a subm itta l be ing p rocessed m us t be de layed fo r coord ina tion .

Page 134: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 2

2. If in te rm edia te subm itta l is necessary, p rocess it in sam e m anne r as in itia l subm itta l.

3. Allow sufficien t tim e, 15 d ays m in im u m , fo r p rocess ing each resubm itta l. 4. No extens ion o f the Co ntract Tim e will be au thorized b ecause o f fa ilu re to

transm it subm itta ls enou gh in advance o f the Work to perm it p rocess ing .

D. Iden tifica tion : Place a perm an ent lab e l o r title b lock on each sub m itta l fo r iden tifica tion .

1. Ind ica te nam e of firm or en tity tha t p repa red each subm itta l on labe l o r title b lock.

2. Provide a space approxim ate ly 4 by 5 inches on labe l o r bes ide title b lo ck to record Contracto r's review and appro val m arkings and action taken by Engin eer.

3. Include the fo llowing in form ation on labe l fo r p rocess ing and record ing action taken :

a . Pro ject nam e. b . Date . c. Nam e and address o f Engineer. d . Nam e and address o f Contracto r. e . Nam e and address o f subcontracto r. f. Nam e and address o f supp lie r. g . Nam e of m anufactu re r. h . Unique iden tifie r, includ ing revis ion nu m ber. i. Num ber and title o f appro pria te Specifica tion Section . j. Drawing num ber and de ta il re fe rences , as appropria te . k. Other necessary id en tifica tion .

E. Devia tions : High ligh t, encircle , o r o the rwise iden tify devia tions fro m th e Contract Docum ents on subm itta ls .

F. Additiona l Copies : Unless add itiona l cop ies a re requ ired fo r fina l subm itta l, and un less Engineer observes noncom pliance with p rovis ions o f the Contract Docum ents , in itia l subm itta l m ay serve as fina l subm itta l.

1. Subm it one copy of sub m itta l to concurren t reviewer in add ition to specified num ber o f cop ies to Engineer.

2. Additiona l cop ies subm itted fo r m ain tenance m an uals will no t be m arked with action taken and will b e re tu rned .

G. Transm itta l: Package each subm itta l ind ividua lly and appropria te ly fo r trans m itta l and hand ling . Transm it each subm itta l us ing a tran sm itta l fo rm . Engin eer will re tu rn subm itta ls , withou t review, rece ived from sources o ther than Contracto r.

1. On an a ttached separa te shee t, p repared on Contracto r's le tte rhead , record re levan t in form ation , req ues ts fo r da ta , revis ions o ther than those reques ted by Engineer on p revious subm itta ls , and d evia tions from requ irem ents o f the Contract Docum ents , includ ing m inor varia tions and lim ita tions . Include the sam e labe l in form ation as the re la ted subm itta l.

Page 135: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 3

2. Include Contracto r's ce rtifica tion s ta ting tha t in form ation sub m itted com p lies with requ irem ents o f the Contract Docum ents .

3. Transm itta l Form : Pro vid e loca tions on fo rm for th e fo llowing in form ation :

a . Pro ject nam e. b . Date . c. Des tina tion (To:). d . Source (From :). e . Nam es of subcontracto r, m anufactu rer, and supp lie r. f. Category and type o f subm itta l. g . Subm itta l pu rpose and descrip tion . h . Subm itta l and transm itta l d is tribu tion record . i. Rem arks . j. Signature o f transm itte r.

H. Dis tribu tion : Furn ish co p ies o f fina l subm itta ls to m anufactu rers , subco ntracto rs , supp lie rs , fabrica to rs , ins ta lle rs , au thorities having ju risd iction , and o thers as necessary fo r p erfo rm ance o f cons truction activities . Show d is tribu tion on transm itta l fo rm s .

I. Use fo r Cons truction : Use on ly fina l sub m itta ls with m ark ind ica ting action taken by Engineer in connection with cons truction .

PART 2 - PRODUCTS

2.1 ACTION SUBMITTALS

A. Genera l: Prep are and subm it Action Subm itta ls requ ired by ind ividua l Sp ecifica tion Sections .

1. Num ber o f Copies : Subm it five (5) cop ies (s ix cop ies fo r e lectrica l and ins trum enta tion and con tro ls ) o f each subm itta l, un less o therwise ind ica ted . Engineer will re tu rn th ree (3) cop ies . Mark up and re ta in one (1) re tu rn ed copy as a Pro ject Record Docu m ent.

B. Product Data : Collect in form ation in to a s ing le subm itta l fo r each e lem ent o f cons truction and type o f p roduct o r equ ipm ent.

1. If in form ation m us t be sp ecia lly p rep ared fo r subm itta l because s tanda rd p rin ted da ta a re no t su itab le fo r u se , subm it as Shop Drawings , no t as Product Data .

2. Mark each copy of each subm itta l to show which p roducts and op tions a re app licab le .

3. Include the fo llowing in fo rm ation , as app licab le :

a . Manufactu rer's written recom m endations . b . Manufacturer's p roduct specifica tions . c. Manufacturer's ins ta lla tio n ins tructions .

Page 136: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 4

d . Standard co lor charts . e . Manufacturer's ca ta log cu ts . f. Wiring d iag ram s showing facto ry-ins ta lled wiring . g . Prin ted perfo rm ance curves . h . Opera tiona l range d iagram s . i. Mill reports . j. Standard p roduct opera ting and m ain ten ance m an uals . k. Com pliance with recognized trade associa tion s tandards . l. Com pliance with recognized tes ting agency s tandards . m . Applica tion o f tes ting agency labe ls and sea ls . n . Nota tion o f coord ina tion requ irem ents .

C. Shop Drawings : Prepare Pro ject-specific inform ation , d rawn accura te ly to sca le . Do no t base Shop Drawings on reproductions o f the Contract Docum ents o r s tandard p rin ted da ta .

1. Prepara tion : Include the fo llowing in form ation , as app licab le :

a . Dim ens ions . b . Iden tifica tion o f p roducts . c. Fabrica tion and ins ta lla tio n d rawings . d . Roughing-in and se tting d iagram s . e . Shopwork m anufactu ring ins tructions . f. Tem pla tes and pa tte rns . g . Schedules . h . Des ign ca lcu la tions . i. Com pliance with specified s tandards . j. Nota tion o f coord ina tion requ irem ents . k. Nota tion o f d im ens ions es tab lished by fie ld m easu rem ent.

2. Sheet Size : Excep t fo r tem pla tes , pa tte rns , an d s im ila r fu ll-s ize d rawings , subm it Shop Drawings on shee ts a t leas t 8-1/2 by 11 inches bu t no la rge r than 30 by 40 inches .

D. Sam ples : Prepa re phys ica l un its o f m ate ria ls o r p roducts , includ ing the fo llowing :

1. Com ply with requ irem ents in Section 01400 - Quality Requirem ents fo r m ockups .

2. Sam ples fo r In itia l Se lection : Subm it m anufactu rer's co lo r charts cons is ting o f un its o r sections o f un its showing the fu ll rang e o f co lo rs , textu res , and pa tte rns ava ilab le .

3. Sam ples fo r Verifica tion : Subm it fu ll-s ize un its o r Sam p les o f s ize ind ica ted , p repared from the sam e m ate ria l to be used fo r th e Work, cured and fin ished in m anne r specified , and p hys ica lly id en tica l w ith the p roduct p roposed fo r use , and tha t show fu ll rang e o f co lo r and texture varia tions expected . Sam ples include , bu t a re no t lim ited to , the fo llowing : partia l sections o f m anufactu red o r fabrica ted com pon ents ; sm all cu ts o r con ta ine rs o f m ate ria ls ; com ple te un its o f repe titive ly used m ateria ls ; swatches showing co lor, textu re , and pa tte rn ; co lo r range se ts ; and com ponents used fo r independen t tes ting and inspection .

Page 137: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 5

4. Prepara tion : Mount, d isp lay, o r package Sam ples in m anne r specified to facilita te review of qua lities ind ica ted . Prepare Sam ples to m atch Engineer's sam ple where so ind ica ted . Attach labe l on unexposed s ide tha t includes the fo llowing :

a . Generic descrip tion o f Sam ple . b . Product nam e or nam e of m anufactu re r. c. Sam ple source .

5. Additiona l In form ation : On an a ttached separa te shee t, p repared on Contracto r's le tte rh ead , p rovide the fo llo wing :

a . Size lim ita tions . b . Com pliance with recognized s tandards . c. Availab ility. d . Delivery tim e .

6. Subm it Sam p les fo r review of kind , co lo r, pa tte rn , and textu re fo r a fina l check o f these characte ris tics with o ther e lem ents and fo r a com parison o f these characte ris tics be tween fina l subm itta l and actua l com ponent as de livered and ins ta lled .

a . If varia tion in co lo r, pa tte rn , textu re , o r o ther characte ris tic is inheren t in the p roduct represen ted by a Sam ple , subm it a t leas t th ree se ts o f pa ired un its tha t show approxim ate lim its o f the varia tions .

b . Refer to ind ividua l Specifica tion Sections fo r req u irem ents fo r Sam ples tha t illus tra te workm ans h ip , fabrica tion techn iques , de ta ils o f as sem bly, connections , opera tion , and s im ila r cons truction characte ris tics .

7. Num ber o f Sam ples fo r In itia l Se lection : Subm it o ne fu ll s e t o f ava ilab le cho ices where co lor, pa tte rn , textu re , o r s im ila r cha racte ris tics a re requ ired to be se lected from m anufactu rer's p roduct line . Eng ineer will re tu rn subm itta l with op tions se lected .

8. Num ber o f Sam ples fo r Verifica tion : Subm it th ree se ts o f Sam ples . Engineer will re ta in one Sam ple se t; rem ainde r will b e re tu rned . Mark up and re ta in one re tu rned Sam ple se t as a Pro ject Record Sam ple .

a . Subm it a s ing le Sam ple wh ere as sem bly de ta ils , workm ansh ip , fabrica tion techn iques , connections , opera tio n , and o the r s im ila r characte ris tics a re to be d em ons tra ted .

9. Dispos ition : Main ta in se ts o f approved Sam ples a t Pro ject s ite , ava ilab le fo r qua lity-con tro l com parisons th roughout the course o f cons truction activity. Sam ple se ts m ay be used to de te rm in e fina l accep tance o f cons truction associa ted with each se t.

Page 138: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 6

a . Sam ples tha t m ay b e incorpora ted in to the Work a re ind ica ted in ind ividua l Specifica tion Sections . Such Sam ples m us t be in an undam aged condition a t tim e of use .

b . Sam ples no t incorpora ted in to the Work, o r o therwise des igna ted as Owner's p rope rty, a re the p roperty o f Contracto r.

E. Product Schedule o r Lis t: Prep are a written sum m ary ind ica ting typ es o f p roducts requ ired fo r the Work and the ir in tended loca tion . Include the fo llowing in form ation in tabu lar fo rm :

1. Type of p roduct. Include un ique iden tifie r fo r each p roduct. 2. Num ber and nam e of roo m or space . 3. Location with in roo m or s pace .

F. Delegated-Des ign Subm itta l: Com ply with requ irem ents in Section 01400 - Quality Requirem ents .

G. Subm itta ls Schedule : Com ply with requ irem ents in Section 01330 - Subm itta l Procedures .

H. Applica tion fo r Paym ent: Com ply with requ irem ents in Section 01290 – Paym ent Procedures .

I. Schedule o f Va lues : Com ply with requ irem ents in Section 01290 – Paym ent Procedures .

J . Subcontract Lis t: Prepare a written sum m ary iden tifying ind ividua ls o r firm s p roposed fo r each po rtion o f the Work, includ ing those who are to fu rn ish p roducts o r equ ipm ent fabrica ted to a specia l des ign . Include the fo llowing in form atio n in tabu la r fo rm :

1. Nam e, address , and te lephone num ber o f en tity perfo rm ing subcontract o r supp lying p roducts .

2. Num ber and title o f re la ted Specifica tion Section(s ) covered by subcontract. 3. Drawing num ber and de ta il re fe rences , as appropria te , cove red by subcontract.

2.2 INFORMATIONAL SUBMITTALS

A. Genera l: Prepa re and subm it In form ationa l Sub m itta ls requ ired by o the r Specifica tion Sections .

1. Num ber o f Copies : Su bm it two cop ies o f each subm itta l, un less o therwise ind ica ted . Enginee r will n o t re tu rn cop ies .

2. Certifica tes and Certifica tions : Provide a no ta rized s ta tem ent tha t includes s igna ture o f Contracto r, tes ting agency, o r des ign p rofess iona l respons ib le fo r p reparing certifica tion . Certifica tes and ce rtifica tions sha ll be s igned b y an o fficer o r o ther ind ivid ua l au thorized to s ign docum ents on beha lf o f the com pany.

Page 139: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 7

3. Tes t and Inspection Reports : Com ply with requ irem ents in Section 01400 - Quality Requirem ents .

B. Qualifica tion Data : Prep are written in form ation tha t dem ons tra tes capab ilities and experience o f firm o r person . Include lis ts o f com ple ted p ro jects with p ro ject nam es and addresses , nam es an d addresses o f Engineers and owners , and o ther in form ation specified .

C. Product Certifica tes : Prepare written s ta tem ents on m anufactu rer's le tte rhead certifying tha t p roduct com plies w ith requ irem ents .

D. Welding Certifica tes : Prepare written certifica tion tha t weld ing p rocedures and personnel com ply with requ irem ents . Subm it record o f Weld ing Procedure Specifica tion (WPS) and Procedure Qualifica tion Record (PQR) on AWS form s . Include nam es o f firm s and pe rsonnel certified .

E. Ins ta lle r Certifica tes : Prepare written s ta tem ents on m anufactu rer's le tte rhead certifying tha t Ins ta lle r com plies w ith requ irem ents and , whe re requ ired , is au thorized fo r th is specific Pro ject.

F. Manufactu rer Certifica tes : Prepa re written s ta tem ents on m anufactu re r's le tte rh ead certifying tha t m anufactu rer com p lies with req u irem ents . Include evidence o f m anufactu ring experience whe re requ ired .

G. Mate ria l Certifica tes : Prepare written s ta tem ents on m anufactu rer's le tte rh ead certifying tha t m ateria l com plies w ith requ irem ents .

H. Mate ria l Tes t Reports : Prepare reports written by a qua lified tes ting agency, on tes ting agency's s tandard fo rm , ind ica ting and in te rp re ting tes t resu lts o f m ateria l fo r com pliance with requ irem ents .

I. Precons truction Tes t Rep orts : Prep are reports written by a qua lified tes ting agency, on tes ting agency's s tandard fo rm , ind ica ting and in te rp re ting resu lts o f tes ts perfo rm ed before ins ta lla tion o f p roduct, fo r com pliance with p erfo rm ance requ irem ents .

J . Com patib ility Tes t Reports : Prepare reports written by a qua lified tes ting agency, on tes ting agency's s tandard fo rm , ind ica ting and in te rpre ting resu lts o f com patib ility tes ts perfo rm ed before ins ta lla tion o f p roduct. Include written recom m endations fo r p rim ers and subs tra te p repara tion needed fo r adh es ion .

K. Fie ld Tes t Reports : Prep are reports written by a qua lified tes ting agency, on tes ting agency's s tandard fo rm , ind ica ting and in te rpre ting resu lts o f fie ld tes ts perfo rm ed e ither during ins ta lla tion o f p roduct o r a fte r p roduct is ins ta lled in its fina l loca tion , fo r com pliance with requ irem ents .

L. Product Tes t Reports : Prepare written repo rts ind ica ting curren t p roduct p roduced by m anufactu rer co m plies with requ irem ents . Base reports on eva lua tio n o f tes ts

Page 140: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 8

perfo rm ed by m anufactu rer and witnessed by a qua lified tes ting agen cy, o r on com prehens ive tes ts perfo rm ed b y a qua lified tes ting agency.

M. Maintenance Data : Prepare written and graph ic ins tructions and procedures fo r opera tion and norm al m ain tenance o f p roducts and equ ipm ent. Co m ply with requ irem ents in Section 01770 - Closeou t Procedures .

N. Des ign Data : Prep are written and graph ic in form ation , includ ing , bu t no t lim ited to , perfo rm ance and des ig n crite ria , lis t o f app licab le codes and regu la tions , and ca lcu la tions . Include lis t o f as sum ptions and o ther pe rfo rm ance and des ign crite ria and a sum m ary of loads . Include load d iagram s if app licab le . Provid e nam e and vers ion o f so ftware , if any, used fo r ca lcu la tions . In clude page num b ers .

O. Manufacturer's Ins tructions : Prepare written o r pu b lished in form ation tha t docum ents m anufactu rer's recom m endations , gu ide lines , and p rocedures fo r in s ta lling o r opera ting a p roduct o r equ ipm ent. Include nam e of p roduct and nam e, address , and te lephone num ber o f m anufactu rer. Include the fo llowing , as app licab le :

1. Prepara tion o f subs tra tes . 2. Required subs tra te to le rances . 3. Sequence o f ins ta lla tion o r e rection . 4. Required ins ta lla tion to le rances . 5. Required ad jus tm ents . 6. Recom m endations fo r clean ing and pro tection .

P. Manufacturer's Fie ld Reports : Prepa re written in form ation docum enting facto ry-au thorized service repre sen ta tive 's tes ts and inspections . Include the following , as app licab le :

1. Nam e, address , and te lephone num ber o f facto ry-au thorized service represen ta tive m aking report.

2. Sta tem ent on condition o f subs tra tes and the ir a ccep tab ility fo r ins ta lla tio n o f p roduct.

3. Sta tem ent tha t p roducts a t Pro ject s ite com ply with requ irem ents . 4. Sum m ary of ins ta lla tion p rocedures be ing fo llowed , whether they com ply with

requ irem ents and , if no t, what corrective action was taken . 5. Results o f opera tiona l and o ther tes ts and a s ta tem ent o f whether obse rved

perfo rm ance com plies with requ irem ents . 6. Sta tem ent whethe r conditions , p roducts , and ins ta lla tion will a ffect warran ty. 7. Other requ ired item s ind ica ted in ind ividua l Specifica tion Sections .

Q. Insurance Certifica tes an d Bonds : Prepare written in form ation ind ica tin g curren t s ta tus o f insurance o r bo nding coverag e . Include nam e of en tity covered b y insurance o r bond , lim its o f coverag e , am ounts o f deductib les , if any, and te rm of the coverag e .

R. Cons truction Photographs : Co m ply with requ irem ents in Section 01321 – Cons truction Photographs .

Page 141: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 9

S . Mate ria l Safe ty Data Shee ts : Subm it in form ation d irectly to Owner. If subm itted to Engineer, Engineer will no t review th is in form ation bu t will re tu rn it with no action taken .

PART 3 - EXECUTION

3.1 CONTRACTOR'S REVIEW

A. Review each subm itta l and check fo r com pliance with the Contract Docum ents . Note corrections and fie ld d im ens ions . Mark with approval s tam p b efore subm itting to Engineer.

B. Approval Stam p : S tam p each subm itta l with a un ifo rm , appro val s tam p. Include Pro ject nam e and loca tion , subm itta l num ber, Specifica tion Section title and num ber, nam e of reviewer, da te o f Contracto r's app roval, and s ta tem ent ce rtifying tha t subm itta l has been reviewed , checked , and approved fo r com pliance with the Contract Docum ents .

3.2 ACTION ON SUBMITTALS

A. Engineer’s Action :

1. Genera l:

a . Except fo r subm itta ls fo r record and s im ila r purp oses , where action and re tu rn on subm itta ls is requ ired o r reques ted , Engineer will review each subm itta l, m ark with ap propria te action , and re tu rn . Where subm itta l m us t be he ld fo r coord in a tion , Engineer will so ad vise Contracto r withou t de lay.

b . Engineer w ill s tam p each subm itta l with un ifo rm , se lf-exp lana tory action s tam p, appropria te ly m arked with subm itta l action .

2. Notifica tion o f Insufficien t In form ation :

a . If in form ation subm itted is no t su fficien t to com ple te review of subm itta l, Eng ineer w ill s end transm itta l to Contracto r no tifying Contracto r tha t add itiona l in form ation is requ ired .

b . Subm itta l will be p laced in an “on ho ld” s ta tus and no t re tu rned un til Contracto r p rovides add itiona l in form ation .

B. Action Stam p:

1. Marking : No Excep tions Taken :

a . Fina l Unres tricted Release : When subm itta ls a re m arked as “No Excep tions Taken ,” Work covered by subm itta l m ay p roceed p rovided it

Page 142: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01330 - 10

com plies with Contract Docum ents . Accep tance o f Work depends on tha t com pliance .

2. Marking : Note Markings :

a . Fina l-But-Res tricted Release : When subm itta ls a re m arked as “Note Markings ,” Work covered by subm itta l m ay p roceed provid ed it com plies with Engineer’s no ta tion s o r corrections on subm itta l and with Contract Docum ents . Accep tance o f Work depends on tha t com pliance . Resubm itta l is no t requ ired .

3. Marking : Re jected :

a . Subm itta l Not Accep ted : When sub m itta ls a re m arked as “Rejected ,” do no t p roceed with Work covered by subm itta l. Wo rk covered b y subm itta l does no t com ply with Co ntract Docum ents .

4. Marking : Resub m it:

a . Returned fo r Resubm itta l: When subm itta ls a re m arked as “Resubm it,” do no t p roceed with Wo rk covered by subm itta l. Do no t pe rm it Work covered by subm itta ls to be used a t Pro ject S ite o r e lsewhere whe re Wo rk is in p rogress .

b . Revise subm itta l o r p rep are n ew subm itta l in accordance with Engin eer’s no ta tions in accordance with resubm itta l requ irem ents o f th is Section . Resubm it withou t de lay. Repea t if requ ired to ob ta in d iffe ren t action m arking .

5. Marking : Confirm :

a . When subm itta ls a re m arked “Confirm ,” sub m it confirm ation tha t subm itta ls have b een rece ived and tha t a ll m arks a re unders tood .

C. The subm itta l will no t be accep ted fo r review un le ss it con ta ins com ple te in form ation and com plies w ith the specifica tions . Subm itta ls tha t a re no t accep ted will b e re tu rned with a ttached n o ta tions o f requ irem ents necessary fo r accep tance . Resubm it a fte r the m ate ria l h as been am end ed to com ply with the com m ents .

D. In form ationa l Sub m itta ls : Engineer will review each subm itta l and will no t re tu rn it, o r will re ject and re tu rn it if it does no t com ply with requ irem ents . Engineer w ill fo rward each subm itta l to approp ria te party.

E. Subm itta ls no t requ ired by the Contract Docum ents will no t be reviewed and m ay b e d iscarded .

END OF SECTION

Page 143: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01400 - 1

SECTION 01400

QUALITY REQUIREMENTS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes adm in is tra tive and pro cedura l requ irem ents fo r qua lity as surance and qua lity con tro l.

B. Tes ting and inspecting services a re requ ired to verify com pliance with requ irem ents specified o r ind ica ted . These services do no t re lieve Contracto r o f respons ib ility fo r com pliance with the Contract Docum ent requ irem ents .

1. Specific qua lity-con tro l requ irem ents fo r ind ividu a l cons truction activities a re specified in the Sections tha t specify those activities . Requirem ents in those Sections m ay a lso cove r p roduction o f s tandard p roducts .

2. Specified tes ts , inspectio ns , and re la ted actions do no t lim it Contracto r's qu a lity-con tro l p rocedures tha t facilita te com pliance with the Contract Docu m ent requ irem ents .

3. Requirem ents fo r Contracto r to p rovide qua lity-con tro l se rvices requ ired by Engineer, Owner, o r au th orities having ju risd iction a re no t lim ited by p ro vis ions o f th is Section .

1.2 DEFINITIONS

A. Quality-Assurance Services : Activities , actions , an d p rocedures perfo rm ed before and during execu tion o f the Work to guard aga ins t de fects and deficiencies and ensure tha t p roposed cons truction com plies w ith requ irem ents .

B. Quality-Contro l Se rvices : Tes ts , inspections , p rocedures , and re la ted actions during and afte r execu tion o f the Work to eva lua te tha t co m ple ted cons truction com plies with requ irem ents . Se rvices do no t include con tract enforcem ent activities p erfo rm ed by Engineer.

C. Tes ting Agency: An en tity engaged to p erfo rm specific tes ts , inspections , o r bo th . Tes ting labora to ry sha ll m ean the sam e as tes ting agency.

1.3 DELEGATED DESIGN

A. Perform ance and Des ign Crite ria : Where p rofess io na l des ign services o r certifica tions by a des ign p rofess iona l a re specifica lly requ ired o f Contracto r by the Contract Docum ents , p rovide p rod ucts and sys tem s com plying with specific perfo rm ance and des ign crite ria ind ica ted .

Page 144: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01400 - 2

1. If crite ria ind ica ted a re no t su fficien t to perfo rm services o r certifica tion requ ired , subm it a written requ es t fo r add itiona l in form ation to Engineer.

1.4 SUBMITTALS

A. Qualifica tion Data : Fo r tes ting agencies specified in Section 01400 - Quality Requirem ents to dem ons tra te the ir capab ilities and exp erience . Include p roof o f qua lifica tions in the fo rm of a recen t report on the inspection o f the tes ting agency by a recognized au thority.

B. Delegated-Des ign Subm itta l: In add ition to Shop Drawings , Product Data , and o ther requ ired subm itta ls , subm it a s ta tem ent, s igned and sea led by the respons ib le des ig n p rofess iona l, fo r each p roduct and sys tem specifica lly as s igned to Contracto r to be des igned or certified by a d es ign p rofess iona l, ind ica ting tha t the p ro ducts and sys tem s are in com pliance with perfo rm ance and d es ign crite ria ind ica ted . Include lis t o f codes , loads , and o ther facto rs used in perfo rm in g these services .

C. Schedule o f Tes ts and Inspections : Prepare in tabu lar fo rm and include the fo llowing :

1. Specifica tion Section nu m ber and title . 2. Descrip tion o f tes t and inspection . 3. Iden tifica tion o f app licab le s tandards . 4. Iden tifica tion o f tes t and inspection m ethods . 5. Num ber o f tes ts and inspections requ ired . 6. Tim e schedule o r tim e span fo r tes ts and inspections . 7. Entity respons ib le fo r perfo rm ing tes ts and inspections . 8. Requirem ents fo r ob ta in ing sam ples . 9. Unique characte ris tics o f each qua lity-con tro l se rvice .

D. Reports : Prepare and sub m it certified written reports tha t include the fo llowing :

1. Date o f is sue . 2. Pro ject title and num b er. 3. Nam e, address , and te lep hone num ber o f tes ting agency. 4. Dates and loca tions o f sam ples and tes ts o r inspections . 5. Nam es of ind ividu a ls m aking tes ts and inspections . 6. Descrip tion o f the Work and tes t and inspection m e thod . 7. Iden tifica tion o f p roduct and Specifica tion Section . 8. Com ple te tes t o r inspection da ta . 9. Tes t and inspection resu lts and an in te rpre ta tion o f tes t resu lts .

10. Am bien t cond itions a t tim e of sam ple taking and te s ting and inspecting . 11. Com m ents o r p rofess io na l op in ion on whethe r tes ted o r inspected Work

com plies with the Contract Docum ent requ irem ents . 12. Nam e and s igna ture o f labora to ry inspector. 13. Recom m endations on re tes ting and re inspecting .

E. Perm its , Licenses , and Certifica tes : For Owner's records , subm it cop ies of perm its , licenses , certifica tions , inspection reports , re leases , ju risd ictiona l se ttlem ents , no tices ,

Page 145: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01400 - 3

rece ip ts fo r fee p aym ents , judgm ents , corre spondence , records , and s im ila r docum ents , es tab lished fo r com pliance with s tandards and regu la tions bearing on perfo rm ance o f the Wo rk.

1.5 QUALITY ASSURANCE

A. Fabrica to r Qu alifica tions : A firm exp erienced in p roducing p roducts s im ila r to those ind ica ted fo r th is Pro ject and with a record o f success fu l in-service perfo rm ance , as well as su fficien t p roduction capacity to p roduce requ ired un its .

B. Factory-Authorized Se rvice Represen ta tive Qualifica tions : An au thorized represen ta tive o f m anufactu rer who is tra ined and approved by m anu factu rer to inspect ins ta lla tion o f m anufactu rer's p roducts tha t a re s im ila r in m ate ria l, d es ign , and exten t to those ind ica ted fo r th is Pro ject.

C. Ins ta lle r Qualifica tions : A firm o r ind ividua l exp erienced in ins ta lling , e recting , o r as sem bling wo rk s im ila r in m ateria l, des ign , and exten t to tha t ind ica ted fo r th is Pro ject, whose work has resu lted in cons truction with a record o f successfu l in -service perfo rm ance .

D. Manufacturer Qualifica tions : A firm experienced in m anufactu ring p roducts o r sys tem s s im ila r to those ind ica ted fo r th is Pro ject and with a record o f success fu l in -service pe rfo rm ance .

E. Profess iona l Enginee r Qu alifica tions : A profess ion a l eng in eer who is lega lly qua lified to p ractice in ju risd iction where Pro ject is loca ted and who is expe rienced in p rovid ing eng ineering services o f the kind ind ica ted . Engin eering se rvices a re d efined as those perfo rm ed fo r ins ta lla tio ns o f the sys tem , as sem bly, o r p roducts tha t a re s im ila r to those ind ica ted fo r th is Pro ject in m ate ria l, des ign , and exten t.

F. Specia lis ts : Certa in sections o f the Specifica tions requ ire tha t specific cons truction activities sha ll be perfo rm ed by en tities who are recognized expe rts in those opera tions . Specia lis ts sha ll sa tis fy qua lifica tion requ irem ents ind ica ted an d sha ll be engaged fo r the activities ind ica ted .

1. Requirem ent fo r specia lis ts sha ll no t supersede bu ild ing codes and s im ila r regu la tions govern ing the Work, nor in te rfe re with loca l trade-u n ion ju risd ictiona l se ttlem ents and s im ila r conven tions .

G. Tes ting Agency Qualifica tions : An agency with the expe rience and capab ility to conduct tes ting and inspecting ind ica ted , as do cum ented by ASTM E548, and tha t specia lizes in types o f tes ts and inspections to be perfo rm ed .

H. Precons truction Tes ting : Tes ting agency sha ll perfo rm precons truction tes ting fo r com pliance with specified requ irem ents fo r perfo rm ance and tes t m ethods .

1. Contracto r respons ib ilities include the fo llowing :

Page 146: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01400 - 4

a . Provide tes t specim ens and assem blies rep re sen ta tive o f p roposed m ate ria ls and cons truction . Provide s izes and configura tions o f as sem blies to adequate ly dem ons tra te cap ab ility o f p roduct to com ply with perfo rm ance requ irem ents .

b . Subm it specim ens in a tim ely m anne r with sufficien t tim e fo r tes ting and ana lyzing resu lts to p reven t de laying the Work.

c. Fabrica te and ins ta ll tes t as sem blies us ing ins ta lle rs who will pe rfo rm the sam e tasks fo r Pro ject.

d . When tes ting is co m ple te , rem ove assem blies ; do no t reuse m ateria ls on Pro ject.

2. Tes ting Agency Respons ib ilities : Sub m it a certified written repo rt o f each tes t, inspection , and s im ila r qua lity-assurance service to Engineer, with copy to Contracto r. In te rpre t tes ts and inspections and s ta te in each report whether tes ted and inspected work com plies with o r devia tes from the Co ntract Docum ents .

1.6 QUALITY CONTROL

A. Owner Respons ib ilities :

1. Owner will em ploy an d pay fo r the services o f an independen t te s ting labora to ry.

2. Cos ts fo r re tes ting and re inspecting cons truction tha t rep laces o r is necess ita ted by work tha t fa iled to co m ply with the Contract Docum ents will be cha rged to Contracto r.

B. Contracto r Respons ib ilities : Unless o therwise ind ica ted , p rovid e qua lity-con tro l se rvices specified and req u ired by au thorities having ju risd iction .

1. Notify tes ting agencies a t leas t 24 hours in advance o f tim e wh en Work tha t requ ires tes ting o r inspecting will be p erfo rm ed .

2. Where qua lity-con tro l s e rvices a re ind ica ted a s Contracto r's respons ib ility, subm it a certified written report, in dup lica te , o f each qua lity-con tro l se rvice .

3. Tes ting and inspecting reques ted by Contracto r an d no t requ ired b y the Con tract Docum ents a re Contracto r's respons ib ility.

4. Subm it add itiona l cop ies o f each written repo rt d irectly to au thorities having ju risd iction , when they so d irect.

5. Cos ts fo r re tes ting and re inspecting cons truction tha t rep laces o r is necess ita ted by work tha t fa iled to co m ply with the Contract Docum ents will be cha rged to Contracto r.

C. Specia l Tes ts and Inspections : Owner will eng age a tes ting ag ency to cond uct specia l tes ts and inspections requ ired by au thorities having ju risd iction as the res pons ib ility o f Owner.

1. Tes ting agency will no tify Engineer and Contracto r p rom ptly o f irregu larities and deficiencies observed in the Work during p erfo rm ance o f its se rvices .

Page 147: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01400 - 5

2. Tes ting agency will subm it a certified written repo rt o f each tes t, inspection , and s im ila r qua lity-con tro l se rvice to Engineer with copy to Contracto r an d to au thorities having ju risd iction .

3. Tes ting agency will subm it a fina l report o f specia l tes ts and inspections a t Subs tan tia l Co m ple tion , which includes a lis t o f unreso lved d eficiencies .

4. Tes ting agency will in te rpre t tes ts and inspections and s ta te in each report whether tes ted and inspected work com plies with o r devia tes from the Contract Docum ents .

5. Tes ting agency will re tes t and re inspect corrected work.

D. Manufactu rer's Fie ld Services : Where ind ica ted , engage a facto ry-au thorized service represen ta tive to inspect fie ld -assem bled com p onents and equ ipm ent ins ta lla tion , includ ing service connections . Report resu lts in writing .

E. Retes ting /Reinspecting : Rega rd less o f whethe r o rig ina l tes ts o r inspections were Contracto r's respons ib ility, p ro vide qu a lity-con tro l se rvices , includ ing re te s ting and re inspecting , fo r cons truction tha t revised o r rep laced Work tha t fa iled to com ply with requ irem ents es tab lished by the Contract Docum en ts .

F. Tes ting Agency Respons ib ilities : Coopera te with Engineer and Co ntracto r in perfo rm ance o f du ties . Provide qua lified personnel to perfo rm requ ired tes ts and inspections .

1. Notify Engineer and Contracto r p rom ptly o f irregu larities o r deficiencies observed in the Work during perfo rm ance o f its se rvices .

2. In te rpre t tes ts and inspections and s ta te in each report whether tes ted and inspected work com plies with o r devia tes fro m req u irem ents .

3. Subm it a certified written report, in dup lica te , o f each tes t, inspection , and s im ila r qua lity-con tro l se rvice th rough Contracto r.

4. Do no t re lease , revoke , a lte r, o r increase requ irem ents o f the Contract Docum ents o r appro ve o r accep t any portion o f the Work.

5. Do no t perfo rm any du tie s o f Contracto r.

G. Associa ted Se rvices : Co opera te with agencies p e rfo rm ing requ ired tes ts , inspections , and s im ila r qua lity-con tro l se rvices , and p rovide reasonab le auxilia ry se rvices as reques ted . Notify agency sufficien tly in advance o f opera tions to perm it a s s ignm ent o f personnel. Provide the fo llowing :

1. Access to the Work. 2. Inciden ta l labor and facilities necessary to facilita te tes ts and inspections . 3. Adequate quan tities o f represen ta tive sam ples o f m ate ria ls tha t requ ire tes ting

and inspecting . Ass is t agency in ob ta in ing sam ples . 4. Facilities fo r s to rag e and fie ld -curing o f tes t sam ples . 5. Delivery o f sam ples to tes ting agencies . 6. Pre lim ina ry des ign m ix p roposed fo r use fo r m ateria l m ixes tha t requ ire con tro l

by tes ting agency. 7. Security and pro tection fo r sam ples and fo r tes ting and inspecting equ ipm ent a t

Pro ject s ite .

Page 148: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01400 - 6

H. Coord ina tion : Coord ina te sequence o f activities to accom m odate requ ired qua lity-assurance and qua lity co n tro l se rvices with a m in im um of de lay and to avo id necess ity o f rem o ving and rep lacin g cons truction to accom m odate tes ting and inspecting .

1. Schedule tim es fo r tes ts , inspections , ob ta in ing sam ples , and s im ila r activities .

PART 2 - PRODUCTS

Not Used .

PART 3 - EXECUTION

3.1 REPAIR AND PROTECTION

A. Genera l: On com ple tion o f tes ting , inspecting , sam ple taking , and s im ila r se rvices , repa ir dam aged cons truction and res to re subs tra te s and fin ishes .

1. Provide m ateria ls and com ply with ins ta lla tion requ irem ents specified in o ther Sections o f these Specifica tions . Res to re pa tched areas and extend res to ra tion in to ad jo in ing a reas in a m anne r tha t e lim ina tes evidence o f pa tch ing .

B. Pro tect cons truction exposed by o r fo r qua lity-con tro l se rvice activities .

C. Repair and p ro tection a re Contracto r's respons ib ility, rega rd less o f the as s ignm ent o f respons ib ility fo r qua lity-con tro l se rvices .

END OF SECTION

Page 149: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01410 - 1

SECTION 01410

REGULATORY REQUIREMENTS

PART 1 - GENERAL

1.1 REQUIREMENTS INCLUDED

A. Provide a ll labor, m ateria ls , and equ ipm ent requ ired to com ply with the regu la to ry requ irem ents as socia ted with th is Pro ject.

1.2 PERMITS

A. Owner has ob ta in ed no perm its .

B. Contracto r sha ll ob ta in p erm its requ ired fo r Work, includ ing , bu t no t lim ited to , the fo llowing :

1. Electrica l Perm it.

2. Applicab le s ta te and / o r federa l perm its as deem ed necessary fo r the type o f work included in th is con tract.

1.3 NOTICES

A. Provide no tices in accordance with requ irem ents o f Genera l Conditions to fo llowing agencies o r ind ividua ls and to o thers as requ ired e lsewhere in Contract Docum ents .

1. Engineer:

a . Notice : 3 working days p rio r to s ta rt o f cons truction .

2. Fire , Po lice , and She riff' s Departm ent:

a . Notice : 24 hour m in im um , o r as requ ired by loca l agencies , p rio r to clos ing s tree ts o r perfo rm ing opera tions a ffecting veh icu lar tra ffic.

3. Utilities :

a . Notice : 72-hour m in im u m . b . Notice : In accordance with perm it o r app roved le tte rs found in Appendix.

4. Others as requ ired in Contract Docum ents .

1.4 REGULATIONS

Page 150: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01410 - 2

A. Com ply with loca l, s ta te , and fede ra l laws , ru les , o rd inances , and regu la tions . Give Engineer no tice o f va ria tions in accordance with Genera l Conditions .

1.5 MEASUREMENT AND PAYMENT

A. Cons ider Work specified in th is section inciden ta l and include cos t as part o f appropria te lum p su m prices in Bid Fo rm .

PART 2 - PRODUCTS

Not Used .

PART 3 - EXECUTION

Not Used .

END OF SECTION

Page 151: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01600 - 1

SECTION 01600

MATERIALS AND EQUIPMENT

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes the fo llowing adm in is tra tive and procedura l requ irem ents :

1. Selection o f p roducts fo r use in Pro ject. 2. Product de livery, s to rage , and hand ling . 3. Manufactu rer’s s tandard warran ties on p roducts . 4. Specia l wa rran ties . 5. Product subs titu tions , and com parab le p roducts .

1.2 DEFINITIONS

A. Products : Item s purchased fo r incorpora ting in to the Work, whether pu rchased fo r Pro ject o r taken fro m previous ly pu rchased s tock. The te rm "product" includes the te rm s "m ate ria l," "equ ipm ent," "sys tem ," and te rm s of s im ila r in ten t.

1. Nam ed Products : Item s iden tified by m anufactu rer's p roduct nam e, includ ing m ake or m ode l nu m ber o r o ther des igna tion , shown or lis ted in m anufactu rer's pub lished p roduct lite ra tu re tha t is curren t as o f da te o f the Contract Docum ents .

2. New Products : Item s th a t have no t p revious ly b een incorpo ra ted in to an o ther p ro ject o r facility, excep t tha t p roducts cons is ting o f recycled-con ten t m ateria ls a re a llowed , un less exp licitly s ta ted o therwise . Products sa lvaged or recycled from o ther p ro jects a re n o t cons idered new produ cts .

3. Com parab le Product: Product tha t is dem ons tra ted and approved th rough subm itta l p rocess , o r where ind ica ted as a p ro duct subs titu tion , to have the ind ica ted qua lities re la ted to type , function , d im ens ion , in -service perfo rm ance , phys ica l p roperties , appearance , and o ther characte ris tics tha t equal o r exceed those o f specified p roduct.

B. Subs titu tions : Changes in p roducts , m ateria ls , equ ipm ent, and m ethods o f cons truction from those requ ired by the Contract Docum ents and pro posed by Contracto r.

C. Bas is -o f-Des ign Product Specifica tion : Where a specific m anufactu rer's p roduct is nam ed and accom panied by the words "bas is o f des ign ," includ ing m ake or m ode l num ber o r o the r d es igna tion , to es tab lish the s ign ifican t qua lities re la ted to type , function , d im ens ion , in -service p erfo rm ance , phys ica l p rope rties , app earance , an d o ther characte ris tics fo r purposes o f eva lu a ting com parab le p roducts o f o ther nam ed m anufactu rers .

Page 152: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01600 - 2

D. Manufacturer's Warran ty: Preprin ted written warran ty pub lished by ind ividual m anufactu rer fo r a pa rticu la r p roduct and specifica lly endorsed by m anufactu rer to Owner.

E. Specia l Warran ty: Written warran ty requ ired by o r incorpora ted in to the Contract Docum ents , e ither to extend tim e lim it p rovid ed by m anufactu re r's wa rran ty o r to p rovide m ore righ ts fo r Owner.

1.3 SUBMITTALS

A. Product Lis t: Subm it a lis t, in tabu lar fo rm , showing specified p roducts . Include generic nam es o f p roducts requ ired . Include m anufactu rer's nam e and proprie ta ry p roduct nam es fo r each p roduct.

1. Coord ina te p roduct lis t with Contracto r's Con s truction Schedule and the Subm itta ls Schedule .

2. Form : Tabula te in form a tion fo r each p roduct under the fo llowing co lum n head ings :

a . Specifica tion Section nu m ber and title . b . Generic nam e used in the Contract Docum ents . c. Proprie ta ry nam e , m od el num ber, and s im ila r des igna tions . d . Manufactu rer's nam e and address . e . Supplie r's nam e and add ress . f. Ins ta lle r's nam e and address . g . Pro jected de livery da te o r tim e span of de live ry pe riod . h . Iden tifica tion o f item s tha t requ ire early subm itta l approval fo r scheduled

de live ry da te .

3. In itia l Subm itta l: With in 15 days a fte r da te o f com m encem ent o f the Work, subm it th ree (3) cop ies o f in itia l p roduct lis t. Include a written exp lana tio n fo r om iss ions o f da ta and fo r varia tions from Contract requ irem ents .

a . At Contracto r's op tion , in itia l subm itta l m ay be lim ited to p roduct se lections and des igna tions tha t m us t be es tab lished early in Contract period .

4. Com ple ted Lis t: With in 60 days a fte r da te o f com m encem ent o f the Work, subm it th ree (3) cop ies o f com ple ted p roduct lis t. Include a written exp lan a tion fo r om iss ions o f da ta and fo r va ria tions from Contract requ irem ents .

5. Engineer's Action : Engineer will respond in writin g to Contracto r with in 15 days o f rece ip t o f co m ple ted p roduct lis t. Eng inee r's response will include a lis t o f unaccep tab le p roduct se lections and a b rie f exp lana tion o f reasons fo r th is action . Enginee r's response , o r lack o f response , does no t cons titu te a wa iver o f requ irem ent tha t p roducts com ply with the Contract Docum ents .

Page 153: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01600 - 3

B. Subs titu tion Reques ts : Subm it th ree (3) cop ies o f each reques t fo r con s idera tion . Iden tify p roduct o r fab rica tion o r ins ta lla tion m ethod to be rep laced . Include Specifica tion Section nu m ber and title and Drawing num bers and titles . 1. Docum enta tion : Show com pliance with requ irem ents fo r substitu tions and the

fo llowing , as app licab le :

a . Sta tem ent ind ica ting why specified m ateria l o r p roduct cannot be p rovided .

b . Coord ina tion in form atio n , includ ing a lis t o f changes o r m odifica tions needed to o ther p arts o f the Work and to cons truction perfo rm ed by Owner and sepa ra te con tracto rs tha t will be necessary to accom m odate p roposed subs titu tion .

c. Deta iled com parison o f s ign ifican t qua lities o f p ro posed subs titu tion with those o f the Work specified . S ign ifican t qua lities m ay include a ttribu tes such as perfo rm ance , weigh t, s ize , durab ility, visua l e ffect, and specific fea tu res and requ irem ents ind ica ted .

d . Product Data , includ ing d rawings and descrip tions o f p roducts and fabrica tion and ins ta lla tio n p rocedures .

e . Sam ples , wh ere app licab le o r reques ted . f. Lis t o f s im ila r ins ta lla tion s fo r com ple ted p ro jects with p ro ject nam es and

addresses and nam es an d addresses o f Engineers and Owners . g . Mate ria l tes t reports from a qua lified tes ting agency ind ica ting and

in te rpre ting tes t resu lts fo r com pliance with requ irem ents ind ica ted . h . Resea rch /eva lua tion reports evidencing com pliance with bu ild ing code in

e ffect fo r Pro ject, from a m odel code o rg an iza tion accep tab le to au thorities having ju risd iction .

i. Deta iled com parison o f Contracto r's Cons truction Schedule us ing p roposed subs titu tion with p roducts specified fo r the Wo rk, includ ing e ffect on the overa ll Co ntract Tim e. If specified p roduct o r m ethod of cons truction cannot be provided with in the Contract Tim e, include le tte r from m anufactu rer, on m anufactu re r's le tte rh ead , s ta ting lack o f ava ilab ility o r de lays in d e live ry.

j. Cos t in form ation , includ ing a p roposa l o f change , if an y, in the Contract Sum .

k. Contracto r's certifica tion tha t p roposed subs titu tion com plies with requ irem ents in the Contract Docum ents and is appropria te fo r app lica tions ind ica ted .

l. Contracto r's waiver o f righ ts to add itiona l p aym ent o r tim e tha t m ay subsequen tly becom e necessary because o f fa ilu re o f p roposed subs titu tion to p roduce ind ica ted resu lts .

2. Engineer's Action : If necessary, Engineer will req ues t add itiona l in form ation o r docum enta tion fo r eva lua tion with in one week of rece ip t o f a reques t fo r subs titu tion . Engineer will no tify Contracto r o f accep tance o r re jection o f p roposed subs titu tion with in 15 days o f rece ip t o f reques t, o r 7 days o f rece ip t o f add itiona l in form ation o r docum enta tion , whicheve r is la te r.

a . Form of Accep tance : Change Order.

Page 154: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01600 - 4

b . Use product specified if Engineer cannot m ake a decis ion on use o f a p roposed subs titu tion with in tim e a lloca ted .

C. Bas is -o f-Des ign Product Specifica tion Subm itta l: Com ply with requ irem ents in Section 01330 - Subm itta l Procedures . Show com p liance with requ irem ents .

1.4 QUALITY ASSURANCE

A. Com patib ility o f Options : If Contracto r is g iven op tion o f se lecting be tween two or m ore p roducts fo r use on Pro ject, p roduct se lected sha ll be com patib le with p roducts p revious ly se lected , even if p revious ly se lected p ro ducts were a lso op tions .

1.5 DELIVERY, STORAGE AND HANDLING

A. Transport and hand le Pro ducts in accordance with m anufactu rer's ins tructions .

B. Schedule d e livery to m in im ize long-te rm s to rage a t Pro ject s ite and to p reven t overcrowd ing of cons truction spaces .

C. Coord ina te de live ry with ins ta lla tion tim e to ensure m in im um hold ing tim e fo r item s tha t a re flam m able , haza rdous , eas ily dam aged , o r sens itive to de te rio ra tion , theft, and o ther losses .

D. Deliver p roducts to Pro ject s ite in an undam aged condition in m anufactu rer's o rig ina l sea led con ta ine r o r o the r packag ing sys tem , com ple te with labe ls in tact and leg ib le , and ins tructions fo r hand ling , s to ring , unpacking , p ro tecting , and ins ta lling .

E. Provide adequate equ ipm ent and personnel to hand le and s to re Products by appropria te m ethods to p reven t so iling , d is figurem ent, o r dam age .

F. Inspect p roducts on de livery to ensure com pliance with the Contract Docum ents and to ensure tha t p roducts a re undam aged and p roperly p ro tected .

G. Store p roducts to a llow for inspection and m eas urem ent o f quan tity o r counting of un its .

H. Store m ate ria ls in a m ann er tha t will no t endange r Pro ject s tructu re .

I. Store p roducts tha t a re sub ject to dam age by the e lem ents , under cover in a weathe rtigh t enclosure above g round , with ven tila tion adequate to p reven t condensa tion .

J . Com ply with p roduct m anufactu rer's written ins tructions fo r tem pera tu re , hum id ity, ven tila tion , and weathe r-p ro tection requ irem ents fo r s to rage .

K. Store loose g ranu la r m ateria ls on so lid fla t su rfaces in a well-d ra ined area . Preven t m ixing with fo re ign m atte r.

Page 155: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01600 - 5

L. Provide bonded off-s ite s to rage and pro tection when s ite does no t p rovide on-s ite s to rage o r p ro tection . Pro tect s to red p roducts from dam age .

1.6 PRODUCT WARRANTIES

M. Warran ties specified in o ther Sections sha ll be in add ition to , and run concurren t with , o ther warran ties requ ired by the Contract Docum ents . Manufactu rer's d iscla im ers and lim ita tions on p roduct warran ties do no t re lieve Contracto r o f ob liga tions under requ irem ents o f the Contract Docum ents .

N. Specia l Warran ties : Prep are a written docum ent tha t con ta ins appropria te te rm s and iden tifica tion , read y fo r execu tion . Sub m it a d raft fo r approval before fina l execu tion .

1. Manufacturer's S tandard Form : Modified to includ e Pro ject-specific in form a tion and properly execu ted .

2. Specified Form : Form s a re included with the Specifica tions . Prepare a written docum ent us ing appropria te fo rm properly execu ted .

3. Refer to Divis ions 2 th ro ugh 16 Sections fo r specific con ten t requ irem ents and particu la r requ irem ents fo r subm itting specia l warran ties .

O. Subm itta l Tim e : Com ply with requ irem ents in Section 01770 – Closeou t Procedures .

PART 2 - PRODUCTS

2.1 PRODUCT OPTIONS

A. Genera l Product Requirem ents : Provide p roducts tha t com ply with the Contract Docum ents , tha t a re und am ag ed , and un less o therwise ind ica ted , tha t a re new a t tim e of ins ta lla tion .

1. Provide p roducts com ple te with accessories , trim , fin ish , fas teners , and o ther item s need ed fo r a co m ple te ins ta lla tion and ind ica ted use and effect.

2. Standard Products : If ava ilab le , and un less cus tom products o r nons tandard op tions a re specified , p rovide s tandard p roducts o f types tha t have been p roduced and used success fu lly in s im ila r s itua tions on o ther p ro jects .

3. Owner rese rves the righ t to lim it se lection to p ro ducts with warran ties no t in conflict with requ irem ents o f the Contract Docum ents .

4. Where p roducts a re accom panied by the te rm "as se lected ," Enginee r will m ake se lection .

5. Where p roducts a re accom panied by the te rm "m atch sam ple ," sam ple to be m atched is Enginee r's .

6. Descrip tive , p erfo rm ance , and re ference s tandard requ irem ents in the Specifica tions es tab lish "sa lien t characte ris tics" o f p roducts .

7. Or Equal: Where p roducts a re specified by nam e and accom panied by the te rm "or equal" o r "o r app roved equal" o r "o r approved ," com ply with p rovis io ns in "Com p arab le Products" Article to ob ta in appro val fo r use o f an unnam ed product.

Page 156: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01600 - 6

B. Product Se lection Proced ures : Procedures fo r p ro duct se lection include the fo llowing :

1. Product: Where Specifica tion paragraphs o r su bparagraphs titled "Prod uct" nam e a s ing le p roduct and m anufactu re r, p rovide the p roduct nam ed .

2. Manufacturer/Source : Where Specifica tion parag raphs o r subparagraphs titled "Manufactu re r" o r "Source" nam e s ing le m anufactu rers o r sources , p rovide a p roduct by the m anufactu rer o r fro m the source nam ed tha t com plies with requ irem ents .

3. Products : Where Specifica tion paragraphs o r su bparagraphs titled "Products" in troduce a lis t o f nam es o f bo th p roducts and m anufactu rers , p rovid e on e o f the p roducts lis ted tha t com plies w ith requ irem ents .

4. Manufacturers : Where Specifica tion parag rap hs o r subparagraphs titled "Manufactu re rs" in troduce a lis t o f m anufactu rers ' nam es , p ro vide a p rodu ct by one o f the m anufactu re rs lis ted tha t com plies with requ irem ents .

5. Visual Match ing Specifica tion : Wh ere Sp ecifica tions requ ire m atch ing an es tab lished Sam p le , se lect a p roduct (and m anufactu rer) tha t com plies with requ irem ents and m atch es Engineer's sam ple . Engineer's decis ion will be fina l on whether a p roposed p roduct m atches sa tis facto rily.

a . If no p roduct ava ilab le with in specified ca tego ry m atches sa tis facto rily and com plies with o ther specified requ irem ents , com ply with p rovis ions o f the Contract Docum ents on "subs titu tions" fo r se lection o f a m atch ing p roduct.

6. Visual Se lection Specifica tion : Where Specifica tions include the phrase "as se lected from m anufactu rer's co lo rs , pa tte rns , textu res" o r a s im ila r ph rase , se lect a p roduct (and m anufactu re r) tha t co m plies with o ther specified requ irem ents .

a . Standard Rang e: Where Specifica tions include the phrase "s tandard range o f co lo rs , pa tte rns , textu res" o r s im ila r phra se , Engineer will s e lect co lo r, pa tte rn , o r textu re from m anufacture r's p roduct line tha t does no t include p rem ium item s .

b . Full Range : Where Specifica tions include the phrase "fu ll range o f co lo rs , pa tte rns , textu res" o r s im ila r phrase , Engineer w ill s e lect co lo r, pa tte rn , o r textu re fro m m anufactu rer's p roduct line tha t includes bo th s tandard and prem ium item s .

7. Allowances : Refe r to ind ividua l Specifica tio n Sections and "Allo wance" p rovis ions in Divis ion 1 fo r a llowances tha t con tro l p roduct se lection and fo r p rocedures requ ired fo r p rocess ing such se lections .

2.2 SUBSTITUTIONS

A. Tim ing: Engineer will cons ider reques ts fo r subs titu tion if rece ived with in 30 days a fte r the beg inn ing d a te es tab lished in the Notice to Proceed . Reques ts rece ived a fte r tha t tim e m ay be cons idered o r re jected a t d iscre tion o f Engineer.

Page 157: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01600 - 7

B. Conditions : Enginee r w ill cons ider Contracto r's reques t fo r subs titu tion when the fo llowing conditions a re sa tis fied . If the fo llo wing conditions a re no t sa tis fied , Engineer will re tu rn req ues ts withou t action , excep t to record noncom pliance with these requ irem ents :

1. Reques ted subs titu tion o ffe rs Owner a subs tan tia l advan tage in cos t, tim e, energy conserva tion , o r o ther cons idera tions , a fte r d educting add itiona l respons ib ilities Owner m us t as sum e. Owner's add itiona l respons ib ilities m ay include com pensa tion to Engineer fo r red es ign and eva lua tion services , increased cos t o f o ther cons truction by Owner, and s im ila r cons idera tions .

2. Reques ted subs titu tion does no t requ ire extens ive revis ions to the Con tract Docum ents .

3. Reques ted subs titu tion is cons is ten t with the Contract Docum ents and will p roduce ind ica ted resu lts .

4. Subs titu tion reques t is fu lly docum ented and p rope rly subm itted . 5. Reques ted subs titu tion will no t adve rse ly a ffect Contracto r's Cons tru ction

Schedule . 6. Reques ted subs titu tion has rece ived necessary ap provals o f au thorities having

ju risd iction . 7. Reques ted subs titu tion is com patib le w ith o ther portions o f the Work. 8. Reques ted subs titu tion has been coord ina ted with o ther portions o f the Work. 9. Reques ted subs titu tion p rovides specified warran ty. 10. If reques ted subs titu tion invo lves m o re than one con tracto r, reques ted

subs titu tion has been coord ina ted with o ther portions o f the Work, is un ifo rm and cons is ten t, is com p atib le with o the r p rodu cts , and is accep tab le to a ll con tracto rs invo lved .

C. Docum ent each requ es t with com ple te da ta subs tan tia ting com pliance o f p roposed Subs titu tion with Contract Docum ents .

D. A reques t cons titu tes a represen ta tion tha t the Con tracto r:

1. Has inves tiga ted p roposed Product and de te rm ined tha t it m eets o r exceed s the qua lity leve l o f the specified Product.

2. Will p ro vide the sam e warran ty fo r the Subs titu tion as fo r the specified Prod uct. 3. Will coord in a te ins ta lla tion and m ake changes to o ther Work, which m ay be

requ ired fo r the Wo rk to be com ple te with no add itiona l cos t to Owner. 4. Waives cla im s fo r add itiona l cos ts o r tim e exten s ion , which m ay subsequen tly

becom e app aren t. 5. Will re im burse Owner fo r review o r redes ign services as socia ted with re -

approval by au thorities .

E. Subs titu tions will no t b e cons idered when th ey a re ind ica ted o r im plied on shop drawing o r p roduct da ta subm itta ls , withou t separa te written reques t, o r wh en accep tance will requ ire revis ion to the Contract Docum ents .

F. Subs titu tion Subm itta l Procedure :

Page 158: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01600 - 8

1. Subm it th ree cop ies o f reques t fo r Subs titu tion fo r cons idera tion . Lim it each reques t to one p roposed Subs titu tion .

2. Subm it shop drawings , p roduct da ta , and ce rtified tes t resu lts a ttes ting to the p roposed Product equ iva lence . Bu rden of p roof is on p roposer.

3. The Engineer will no tify Contracto r in writing o f decis ion to accep t o r re ject reques t.

Page 159: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01600 - 9

PART 3 - EXECUTION

Not Used .

END OF SECTION

Page 160: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01724 - 1

SECTION 01724

FIELD ENGINEERING

PART 1 - GENERAL

1.1 SUMMARY

A. Genera l: Th is Section specifies adm in is tra tive an d procedura l requ irem en ts fo r fie ld eng ineering services .

B. Provide and p ay fo r fie ld eng ineering services req u ired fo r p rope r com ple tion o f the Pro ject.

C. Engineer w ill id en tify exis ting con tro l po in ts ind ica ted on the Drawings , as requ ired .

D. Once iden tified , the Contracto r sha ll p ro tect the various vertica l and horizon ta l con tro l po in ts as shown on the Drawings and sha ll pay a ll cos ts to rees tab lish contro l during the course o f the Work.

1.2 SUBMITTALS

A. Certifica tes : Subm it a ce rtifica te s igned by the land surveyo r o r p rofess ion a l eng in eer certifying the loca tion an d e leva tion o f im pro vem ents .

B. Pro ject Record Docum en ts : Sub m it a record o f Work pe rfo rm ed and record survey da ta as requ ired unde r p rovis ions o f "Subm itta l Procedures" and "Closeou t Procedures" Sections . In clude the fo llowing : 1. Drawing m arked-up with any chang es m ade fro m the des ign d rawings . Also

m ark any u tilities o r s ite cond itions tha t d iffe r from the des ign d rawings . Provide d rawing a t sam e sca le as Engineer’s Site Pip ing Plan .

1.3 QUALITY ASSURANCE

A. Surveyor Qua lifica tions : Engage a land surveyo r reg is te red in the Sta te o f Sou th Caro lina to pe rfo rm cons truction s taking .

B. Engineer Qua lifica tions : Engage an eng inee r, o f th e d iscip line requ ired , licensed in the Sta te o f Sou th Caro lina to perfo rm requ ired eng ineering services .

Page 161: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01724 - 2

PART 2 - PRODUCTS

Not Used .

PART 3 - EXECUTION

3.1 EXECUTION

A. Iden tifica tion : The Owner w ill iden tify exis ting co n tro l po in ts and prop erty line corne r s takes .

B. Verify layou t in form ation shown on the Drawings , in re la tion to the p rop e rty survey and exis ting benchm arks , before p roceed ing to lay ou t the Work. Loca te and pro tect exis ting benchm arks and con tro l po in ts . Prese rve perm an ent re fe rence po in ts during cons truction .

1. Do no t change o r re loca te benchm arks o r con tro l po in ts withou t p rio r written approval. Prom ptly rep ort in writing los t o r des troyed re fe rence po in ts o r requ irem ents to re loca te re fe rence po in ts becau se o f necessary changes in g rades o r loca tions .

2. Prom ptly rep lace los t o r des troyed Pro ject con tro l p o in ts . Base rep lacem ents on the o rig ina l su rvey con tro l po in ts .

C. Es tab lish and m a in ta in a m in im u m of two (2) p erm anent benchm arks o n the s ite , re fe renced to da ta es tab lished by survey con tro l po in ts .

1. Record b enchm ark loca tions , with horizon ta l and vertica l d a ta , on Pro ject Record Docum ents .

D. Exis ting Utilities and Eq uipm ent: The exis tence and loca tion o f underg round and o ther u tilities and cons truction ind ica ted as exis ting a re no t guaran teed . Before beg inn ing s itework, inves tiga te and verify the exis tence and loca tion o f underground u tilities and o ther cons truction .

1. Prior to cons truction , verify the loca tion and invert e leva tion a t po in ts of connection o f san ita ry sewer, gas p ip ing , unde rground e lectric, unde rground te lephone , s to rm sewer, and water se rvice p ip ing .

3.2 PERFORMANCE

A. Es tab lish lines and leve ls , loca te and lay ou t, by p recis ion ins trum enta tion and s im ila r appropria te m eans :

1. All s ite im provem ents per p lans . 2. Irriga tion vau lt, p ip ing , p lan ts , e tc. loca tion and e leva tion .

Page 162: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01724 - 3

3. Site p ip ing . 4. Catch bas ins . 5. Handicap ram ps per ADA regu la tions 6. Exterio r s ta irwell 7. Decora tive Sid ewa lk, per ADA regu la tions 8. Curb & gu tte r pe r ADA regu la tions .

B. Surveyor's Log: Main ta in a su rveyor's log o f co n tro l and o ther su rvey work. Make th is log ava ilab le fo r re fe rence .

1. Record devia tions from requ ired lines and loca tio ns , and advise the Engineer when devia tions tha t exceed ind ica ted o r recognized to le rances a re de tected . On Pro ject Record Drawings , record loca tions o f key e lem ents o f the work by s ta tion and offse t from road cen terlin e , o r b y m easurem ents to perm anent iden tifiab le fea tu res .

C. Site Im p rovem ents : Loca te and lay ou t s ite im provem ents , includ ing pavem ents , s takes fo r g rad ing , fill an d topso il p lacem ent, u tility s lopes , curb & gu tte r, s idewalk, ram ps , d riveways , s ite lig h ting , irriga tion , e lectrica l sys tem , e tc.

D. Build ing Lin es and Levels : Loca te and lay ou t ba tte r boards fo r s tructu res .

E. Exis ting Utilities : Furn is h in form ation necessa ry to ad jus t, m ove , o r re loca te exis ting s tructu res , u tility po les , lines , se rvices , o r o ther appurtenances loca ted in o r a ffected by cons truction . Coord ina te with loca l au thorities having ju risd iction .

F. Adherence to Am erican with Disab ilities Act (ADA): The con tracto r will be so le ly respons ib le fo r h iring a licensed land surveyo r to verify a ll fo rm s and a ll s lopes p rio r to se tting o f re in forcem ent and se tting o f concre te . Any ad jus tm ents to g rades to m eet ADA requ irem ents fo r s lope and cross s lope and e leva tions m us t be perfo rm ed by the con tracto r p rio r to concre te p lacem ent. The City Enginee r w ill as s is t the con tracto r and h is su rveyor as m uch as poss ib le . Howeve r, the adheren ce to ADA regu la tions a re the u ltim ate respons ib ility o f the con tracto r. An y rewo rk o f fo rm s , rebar, u tilities o r concre te will be the so le respons ib ility o f the con tracto r. The City Engineer recom m ends th a t a thorough check of a ll g rades b e pe rfo rm ed and verified a t leas t a week in advance o f any concre te pour, se tting o f fo rm s , rebar, u tility ad jus tm ents , e tc. so tha t any fine ad jus tm ents can be de te rm in ed and m ad e prio r to the work described . Th e con tracto r's licensed land surveyo r will be requ ired to subm it as bu ilt e leva tions o f s idewalks , ram ps , e tc. verifying the s ite m eets ADA requ irem ents .

END OF SECTION

Page 163: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01770 - 1

SECTION 01770

CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following:

1. Inspection procedures. 2. Project Record Documents. 3. Operation and maintenance manuals. 4. Warranties. 5. Instruction of Owner's (City of Anderson) personnel. 6. Final cleaning.

1.2 SUBSTANTIAL COMPLETION

A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request.

1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete.

2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service

agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and

access to services and utilities. Include occupancy permits, operating certificates, and similar releases.

5. Prepare and submit Project Record Documents, Operation and Maintenance Manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information.

6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with project tag number, manufacturer's name and model number where applicable.

7. Complete startup testing of systems. 8. Submit test/adjust/balance records. 9. Terminate and remove temporary facilities from Project site, along with

mockups, construction tools, and similar elements. 10. Advise Owner of changeover in heat and other utilities. 11. Submit changeover information related to Owner's occupancy, use, operation,

and maintenance. 12. Complete final cleaning requirements, including touchup painting.

Page 164: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01770 - 2

13. Touchup and otherwise repair and restore marred exposed finishes to eliminate visual defects.

B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Engineer that must be completed or corrected before certificate will be issued.

1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected.

2. Results of completed inspection will form the basis of requirements for Final Completion.

1.3 FINAL COMPLETION

A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following:

1. Submit a final Application for Payment according to Section 01290 – Payment Procedures.

2. Submit certified copy of Engineer's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance.

3. Submit evidence of final, continuing insurance coverage complying with insurance requirements.

4. Submit pest-control final inspection report and warranty. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of

products, equipment, and systems.

B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued.

1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected.

1.4 LIST OF INCOMPLETE ITEMS (PUNCH LIST)

A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction.

Page 165: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01770 - 3

1. Organize list of spaces in sequential order. 2. Include the following information at the top of each page:

a. Project name. b. Date. c. Name of Engineer. d. Name of Contractor. e. Page number.

1.5 WARRANTIES

A. Submittal Time: Submit written warranties on request of Engineer for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated.

B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual.

1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper.

2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer.

3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor.

C. Provide additional copies of each warranty to include in operation and maintenance manuals.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces.

PART 3 - EXECUTION

3.1 FINAL CLEANING

Page 166: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01770 - 4

A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations.

B. Cleaning: Comply with manufacturer's written instructions.

C. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions.

1. Complete the following cleaning operations before requesting inspection for final Completion for entire Project or for a portion of Project:

a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances.

b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits.

c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface.

d. Remove tools, construction equipment, machinery, and surplus material from Project site.

e. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition.

f. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces.

g. Sweep concrete floors broom clean in unoccupied spaces. h. Clean transparent materials, including mirrors and glass in doors and

windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces.

i. Remove labels that are not permanent. j. Touch up and otherwise repair and restore marred, exposed finishes and

surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration.

1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates.

k. Wipe surfaces of mechanical and electrical equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances.

l. Replace parts subject to unusual operating conditions. m. Clean plumbing fixtures to a sanitary condition, free of stains, including

stains resulting from water exposure.

Page 167: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01770 - 5

n. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills.

o. Clean ducts, blowers, and coils if units were operated without filters during construction.

p. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures.

q. Leave Project clean and ready for occupancy.

D. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully.

END OF SECTION

Page 168: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01781 - 1

SECTION 01781

PROJECT RECORD DOCUMENTS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes administrative and procedural requirements for Project Record Documents, including the following:

1. Record Drawings. 2. Record Specifications. 3. Record Product Data.

1.2 SUBMITTALS

A. Record Drawings: Submit two (2) sets of marked-up Record Drawings.

B. Record Specifications: Submit one (1) copy of Project's Specifications, including addenda and contract modifications.

C. Record Product Data: Submit one (1) copy of each Product Data submittal.

1. Where Record Product Data is required as part of operation and maintenance manuals, submit marked-up Product Data as an insert in the manual instead of submittal as Record Product Data.

PART 2 - PRODUCTS

2.1 RECORD DRAWINGS

A. Record Prints: Maintain one set of blue- or black-line white prints of the Contract Drawings and Shop Drawings.

1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity that obtained record data, whether individual or entity is installer, subcontractor, or similar entity, to prepare the marked-up Record Prints.

a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later such as but not limited to underground utilities.

b. Accurately record information in an understandable drawing technique. c. Record data as soon as possible after obtaining it. Record and check the

markup before enclosing concealed installations.

Page 169: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01781 - 2

2. Content: Types of items requiring marking include, but are not limited to, the following:

a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Work Change Directive. k. Changes made following Engineer's written orders. l. Details not on the original Contract Drawings. m. Field records for variable and concealed conditions. n. Record information on the Work that is shown only schematically.

3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings.

4. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at the same location.

5. Mark important additional information that was either shown schematically or omitted from original Drawings.

6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable.

B. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location on the lower right hand portion of the drawing.

1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets.

2. Identification: As follows:

a. Project name. b. Date. c. Designation "PROJECT RECORD DRAWINGS." d. Name of Engineer. e. Name of Contractor.

2.2 RECORD SPECIFICATIONS

A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications.

Page 170: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

01781 - 3

1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later.

2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected.

3. Record the name of the manufacturer, supplier, installer, and other information necessary to provide a record of selections made.

4. For each principal product, indicate whether Record Product Data has been submitted in operation and maintenance manuals instead of submitted as Record Product Data.

5. Note related Change Orders, Record Drawings, and Product Data where applicable.

2.3 RECORD PRODUCT DATA

A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal.

1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later.

2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation.

3. Note related Change Orders, Record Drawings, and Product Data where applicable.

2.4 MISCELLANEOUS RECORD SUBMITTALS

A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference.

PART 3 - EXECUTION

3.1 RECORDING AND MAINTENANCE

A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project.

B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Engineer's reference during normal working hours.

END OF SECTION

Page 171: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 2

SITE CONSTRUCTION

Under The Bridge Clock Project

Page 172: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 1

SECTION 02220

DEMOLITION

PART 1 - GENERAL

1.1 SUMMARY

A. Provide a ll labo r, m ate ria ls , equ ipm ent, too ls and inciden ta ls to perfo rm dem olition as shown on the Drawing an d specified here in .

B. Section Includes : 1. Shutting o ff, capp ing , and abandoning above g round and be low ground p ip ing

and u tilities . 2. Dem olition and rem oval o f above g round and be low ground p ip ing and u tilities

as necessary. 3. Dem olition o f exis ting s idewalks , curb , and gu tte r. 4. Dem olition o f exis ting pavem ent. 5. Backfilling and co m paction o f trenches , ho les an d p its le ft by rem oved u tilities

and s tructu res .

1.2 DEFINITIONS

A. Dem olish : Rem oval o f exis ting s tructu res and /or u tilities to po in t be low fin ish g rade as shown on the Drawing s and specified here in .

B. Rem ove: Com ple te rem oval o f s tructu res and /or u tilities as shown on th e Drawings and specified here in .

C. Salvage: Rem ove item s from exis ting cons truction and de liver to the Own er as shown on the Drawings and s pecified here in . Item s sha ll be p repared fo r s to rage as approved by Engineer u n til needed by Owner. Item s de livered to Owner sha ll be in accep tab le condition read y fo r reuse fo r its in tended purpose .

D. Abandon: Exis ting item s of cons truction tha t a re to be taken ou t o f se rvice and le ft in p lace .

E. Rem ove and Re ins ta ll: Detach item s fro m exis ting cons truction , p repare fo r reuse , and re ins ta ll whe re ind ica ted on the Drawings .

Page 173: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 2

1.3 MATERIALS OWNERSHIP

A. Except fo r item s o r m ateria ls ind ica ted to be reused , sa lvaged , re in s ta lled , o r o therwise ind ica ted to rem ain Owner's p rope rty, dem olition m ateria ls sha ll becom e property o f Contracto r an d sha ll be rem o ved fro m Pro ject s ite .

B. The con tracto r will coord ina te rem oval o f exis ting Duke Energy ligh ts and trans fer o f power fro m po les .

C. If any ra ilroad o r ra il tro lley re la ted item s are uncovered during dem olition o r cons truction , they will becom e the p roperty o f the City o f Anderson . The con tracto r will coord ina te de livery to the Public Works facility.

1.4 SUBMITTALS

A. Qualifica tion Data : For firm s and persons specified in "Quality Assurance" Article to dem ons tra te the ir capab ilities and experience . Include lis ts o f com ple ted p ro jects with p ro ject nam es and add resses , nam es and addre sses o f eng inee rs and o wners , and o ther in form ation specified .

B. Contro l Measures : Sub m it s ta tem ent o r d rawin g tha t ind ica tes the p roposed use , loca tions , and tim e fram e fo r con tro l m easures . Iden tify a lte rna tive op tions if p roposed con tro l m easures a re la te r de te rm in ed to be inadequate . Include m easures fo r the fo llowing :

1. Dus t con tro l. 2. Noise con tro l. 3. Dam age to ad jacen t s tructu res and u tilities .

C. Schedule o f Dem olition Activities : Ind ica te the fo llowing :

1. Deta iled sequence o f dem olition and rem ova l work, with s ta rting and en d ing da tes fo r each activity.

2. In te rrup tion o f u tility se rvices . 3. Coord ina tion fo r shu toff, capp ing , and con tinua tion o f u tility se rvices . 4. Locations o f tem porary fencing , barricades , e tc. 5. Coord ina tion o f wo rk with veh icle and pedes trian tra ffic. 6. Coord ina tion o f wo rk nea r o r in exis ting a lley.

D. Pre-dem olition Photographs o r Video tape : Show exis ting conditions o f ad join ing and ad jacen t a reas tha t cou ld be dam aged by d em olition opera tions . Sub m it b efore Work beg ins .

E. Inven tory:

1. Subm it an inven tory o f item s to be sa lvaged b efore dem olition has s ta rted . 2. Subm it an inven tory o f item s tha t have b een sa lvaged afte r dem olitio n is

com ple te .

Page 174: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 3

F. Landfill Records : Ind ica te rece ip t and accep tance o f any hazardous was tes by a landfill facility licensed to accep t hazardous was tes .

Page 175: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 4

QUALITY ASSURANCE

A. Dem olition Firm Qualifica tions : An experienced firm tha t has experience in dem olition work s im ila r in m ateria l and exten t to tha t ind ica ted fo r th is Pro ject.

B. Profess iona l Engineer Qualifica tions : Com ply with Section 01400 – Quality Requirem ents .

C. Regula to ry Requirem ents : Com p ly with govern ing EPA no tifica tion regu la tions before beg inn ing dem olition . Com ply with hau ling and d isposa l regu la tions o f au thorities having ju risd iction .

D. Standards : Com p ly with ANSI A10.6 and NFPA 241.

E. Pre-dem olition Confe ren ce : Conduct conference a t Pro ject s ite to com ply with requ irem ents in Divis ion 1. Th is conference m ay be a t the sam e tim e and p lace as the p re-cons truction conference . Review m ethods and procedures re la ted to dem olition includ ing , bu t no t lim ited to , the fo llowing :

1. Inspect and d iscuss condition o f cons truction to be dem olished . 2. Review s tructu ra l load lim ita tions o f exis ting s tructu re . 3. Review and fina lize d em olition schedule and verify ava ilab ility o f req u ired

m ate ria ls , dem olition pe rsonnel, equ ipm ent, and facilities to avo id de lays . 4. Review requ irem ents o f work pe rfo rm ed by o ther trades tha t re ly on subs tra tes

exposed by dem olition o pera tions .

F. The use o f exp los ives will no t be perm itted fo r dem olition opera tions .

G. Prom ptly rep a ir dam age caused to ad jacen t s tructu res and u tilities by dem olition opera tions a t no cos t to the Owner.

1.5 PROJ ECT CONDITIONS

A. The Eas t Church Stree t Parking lo t is an active parking lo t used by surrounding ad jacen t and loca lized bus inesses . As such , it p rovides a p rim ary m eans o f ingress and egress fo r bo th pedes trian and veh icu la r tra ffic to ad jacen t p rope rties . The Contracto r sha ll conduct dem olition so opera tions o f the pub lic will no t be d is rup ted fo r any extended p eriods o f tim e. For pu rposes o f th is specifica tion section , extended periods o f tim e sha ll be defined as closures o r res tricted access fo r 4 hours o r m ore in dura tion . The con tracto r sha ll p rovid e no les s than 72 hours no tice to the City Engineer, City Adm in is tra tion (Downtown Manag er), Po lice Depa rtm ent and ad jacen t p roperty own ers o f any road closures o r res tricted access o f m ore than 4 hours . Portions o f the s ite m ay b e closed o r have res tricted access with p rio r written approval o r on an em ergency bas is .

B. Access :

Page 176: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 5

1. Mainta in access to exis ting walkways , a lleys , corridors , pa rking lo ts and ad jacen t facilities .

2. Do no t close o r obs truct walkways , a lleys , corridors , parking lo ts o r o ther occup ied o r used facilitie s withou t written perm is s ion from au thorities having ju risd iction .

3. Reta in as m any p arking s paces open and access ib le as poss ib le . S tag e wo rk as necessary.

C. Mainta in exis ting u tilities . Exis ting bus inesses and res tauran ts re ly on the exis ting u tilities on Wes t Church Stree t. The Contracto r s ha ll be respons ib le fo r scheduling a ll dem olition activities to m in im ize in te rrup tion o f the exis ting u tilities .

D. Owner as sum es no respons ib ility fo r the actua l cond ition o f s tructu res , a reas o r item s to be dem olished . Loca tions o f exis ting s tructu res a re shown on the Drawin gs and are p rovided fo r gen era l in fo rm ation purposes on ly. The con tracto r sha ll fie ld ve rify a ll cond itions to be encountered in the work to be pe rfo rm ed .

E. Hazardous Mate ria ls : It is no t expected tha t hazardous m ate ria ls will be en countered in the Work.

1. Hazardous m ateria ls will be rem oved by Owner be fore s ta rt o f the Work. 2. If m ateria ls suspected o f con ta in ing hazardous m ateria ls a re encountered , do

no t d is tu rb ; im m edia te ly no tify Engineer and Own er. Hazardous m ateria ls will be rem oved by Owner un der a sep ara te con tract.

F. Storage o r sa le o f dem o lished and rem oved item s or m ateria ls on-s ite will no t b e perm itted .

G. Utility Service : Main ta in exis ting u tilities to rem ain in se rvice and pro tect them aga ins t dam age during d em olition ope ra tions .

H. Mainta in fire -p ro tection facilities during dem olitio n opera tions .

PART 2 - PRODUCTS

2.1 REPAIR MATERIALS

A. Use repa ir m ateria ls iden tica l to exis ting m ateria ls .

1. If iden tica l m ateria ls a re unavailab le o r cannot be used fo r exposed surfaces , use m ateria ls tha t visua lly m atch exis ting ad jacen t su rfaces to the fu lles t exten t poss ib le .

2. Use m ateria ls whose ins ta lled perfo rm ance equa ls o r su rpasses tha t o f exis ting m ate ria ls .

B. Com ply with m ate ria l and ins ta lla tion req u irem ents specified in ind ividua l Specifica tion Sections .

Page 177: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 6

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify u tilities to be rem oved , ab andoned or re lo ca ted have been d isconnected and capped .

B. Survey exis ting conditio ns and corre la te with requ irem ents ind ica ted to de te rm ine exten t o f dem olition requ ired .

C. Inven tory and record the condition o f item s to be sa lvaged and re ins ta lled .

D. When unan ticipa ted m echan ica l, e lectrica l, o r s tructu ra l e lem ents tha t conflict with in tended function o r des ign a re encountered , inves tiga te and m easure the na tu re and exten t o f conflict. Prom ptly subm it a written report to Engineer.

E. Engage a p rofess iona l eng ineer to su rvey condition o f s tructu res to de te rm ine whether rem oving any e lem ent m igh t resu lt in a s tructu ra l deficiency or unp lanned co llapse o f any portio n o f s tructu re o r ad jacen t s tructu res during dem olition opera tions .

F. Perform surveys as the Work progresses to de tect hazards resu lting from dem olition activities .

3.2 UTILITY SERVICES

A. Exis ting Utilities : Main ta in se rvices ind ica ted to rem a in and pro tect them aga ins t dam ag e during dem olitio n opera tions .

B. Do no t in te rrup t exis ting u tilities se rving occupied o r opera ting facilities un less au thorized in writing by the City Enginee r and au thorities having ju risd ictio n . Provide tem pora ry services durin g in te rrup tions to exis ting u tilities , as accep tab le to Owner and to au thorities having ju risd iction .

1. Provide a t le as t 72 hours no tice to Owner if shu tdown of se rvice is requ ired during changeove r.

C. Utility Requirem ents : Loca te , iden tify, d isconnect, and sea l o r cap o ff ind ica ted u tilities se rving a reas to be dem olished .

1. City o f Anderson will a rrange to shu t o ff ind ica ted u tilities when reques ted by Contracto r.

2. If u tility se rvices a re req u ired to be rem oved , re loca ted , o r abandoned , before p roceed ing with d em olition , p rovide tem po rary u tilities tha t bypass a rea o f dem olition and tha t m ain ta in con tinu ity o f se rvice to o ther facilities in the a rea .

Page 178: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 7

3.3 PREPARATION

A. Dangerous Mate ria ls : Dra in , purge , o r o the rwis e rem ove , co llect, and d ispose o f chem ica ls , g ases , exp los ives , acids , flam m ables , o r o ther dange rous m ate ria ls before p roceed ing with dem olition opera tions .

B. Site Access and Tem p orary Contro ls : Condu ct dem olition and deb ris -rem oval opera tions to ensure m in im um in te rfe rence with roads , s tree ts , walks , wa lkways , and o ther ad jacen t occup ied and used facilities .

1. Do no t close o r obs truct s tree ts , walks , walkways , o r o ther ad jacen t occup ied o r used facilities withou t perm iss ion from Owner and au thorities h aving ju risd iction . Provide a lte rna te rou tes a round closed o r obs tructed tra ffic ways if requ ired by govern ing regu la tions .

2. Erect tem po rary p ro tection , such as walks , fen ces , ra ilings , canopies , and covered passageways , where requ ired by au thorities having ju risd iction .

3. Pro tect exis ting s ite im p rovem ents , appurtenances , and landscap ing to rem a in . 4. Com ply with tree p ro tection requ irem ents specified in Section 02230 – Site

Clea ring .

C. Tem porary Facilities : Provide tem pora ry b arricades and o ther p ro tection requ ired to p reven t in ju ry to peop le and dam age to ad jacen t b u ild ings and facilities to rem a in .

1. Provide p ro tection to ensure safe p assage o f peop le a round d em olition a rea and to and from occupied portions o f facility.

2. Provide tem porary weather p ro tection , du ring in te rva l be tween d em olitio n o f exis ting cons truction on exte rio r su rfaces and new cons truction , to p reven t water leakag e and dam ag e to s tructu re and in te rio r a reas .

3. Pro tect exposed walls , ce ilings , floors , and o ther exis ting fin ish work tha t a re to perm anently rem ain o r tha t a re exposed during dem olition opera tions .

4. Cover and pro tect fu rn itu re , fu rn ish ings , and equ ipm ent tha t have no t been rem o ved .

D. Tem porary Enclosures : Provide tem pora ry enclosures fo r p ro tection o f exis ting bu ild ing and cons truction , in p rogress and com p le ted , from exposure , fou l weathe r, o ther cons truction opera tions , and s im ila r activitie s . Provide tem pora ry weathertigh t enclosure fo r bu ild ing exterio r.

1. Where hea ting o r coo ling is need ed and perm an ent enclosure is no t com ple te , p rovide insu la ted tem porary enclosures . Coo rd in a te enclosure with ven tila ting and m ateria l d rying o r curing requ irem ents to avo id dangerous conditions and effects .

E. Tem porary Pa rtitions : Erect and m ain ta in d us tp roof partitions and tem po rary enclosures to lim it dus t and d irt m ig ra tion and to separa te a reas fro m fum es and no ise .

F. Tem porary Shoring : Pro vide and m ain ta in in te rio r and /or exte rio r shoring , b racing , o r s tructu ra l support as requ ired to p reserve s tab ility and preven t m o vem ent, se ttlem ent,

Page 179: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 8

o r co llapse o f cons truction to rem ain , and to p reven t unexpected o r un contro lled m ovem ent o r co llapse o f cons truction be ing dem olished .

1. Streng then o r add new supports when requ ired during p rogress o f dem olition .

3.4 POLLUTION CONTROLS

A. Dus t Contro l: Use water m is t, tem porary enclosures , and o ther su itab le m ethods to lim it sp read o f dus t an d d irt. Com ply with g overn ing environ m enta l p ro tection regu la tions .

1. Do no t use water when it m ay dam ag e exis ting cons truction o r crea te hazard ous o r ob jectionab le conditions , such as ice , flood ing , and po llu tion .

2. Wet m op floors to e lim ina te trackab le d irt and wipe down wa lls and doors o f dem olition enclosure . Vacuum carpe ted a reas .

B. Disposa l: Rem ove and transport debris in a m anner tha t will p reven t sp illage on ad jacen t su rfaces and a reas .

1. Rem ove d ebris fro m e leva ted portions o f bu ild ing by chu te , ho is t, o r o ther device tha t will convey debris to g rade leve l in a co n tro lled descen t.

C. Clean ing : Clean ad jacen t s tructu res and im p ro vem ents o f dus t, d irt, and debris caused by dem olition opera tions . Return ad jacen t a reas to condition exis ting before dem olition ope ra tions began .

3.5 DEMOLITION

A. Genera l: Dem olish and rem o ve exis ting cons truction on ly to the exten t requ ired by new cons truction and a s ind ica ted . Use m ethods requ ired to com ple te the Work with in lim ita tions o f gove rn ing regu la tions and as fo llows :

1. Proceed with dem olition sys tem atica lly, from h igher to lower leve l. Co m ple te dem olition opera tions above each floor o r tie r before d is tu rb ing supporting m em bers on the n ext lower leve l.

2. Neatly cu t open ings and ho les p lum b, square , and true to d im ens ions requ ired . Use cu tting m ethods leas t like ly to dam age cons truction to rem ain o r ad jo in ing cons truction . Use hand too ls o r sm all power too ls des igned fo r sawin g or g rind ing , no t ham m erin g and chopping , to m in im ize d is tu rbance o f ad jacen t su rfaces . Tem porarily co ver open ings to rem ain .

3. Cut o r d rill from the exp osed or fin ished s ide in to concea led surfaces to avo id m arring exis ting fin ished surfaces .

4. Do no t use cu tting to rches un til work a rea is clea red o f flam m able m ate ria ls . At concea led spaces , such as duct and p ipe in te rio rs , verify condition and con ten ts o f h idden space befo re s ta rting flam e-cu tting opera tions . Main ta in portab le fire -suppress ion devices during flam e-cu tting opera tio ns .

5. Mainta in adequate ven tila tion when us ing cu tting to rches .

Page 180: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 9

6. Rem ove decayed , verm in-in fes ted , o r o therwise dange rous o r unsu itab le m ate ria ls and p rom ptly d ispose o f o ff-s ite .

7. Rem ove s tructu ra l fram in g m em bers and lo wer to g round by m ethod su itab le to avo id free fa ll and to p reven t g round im pact o r dus t genera tion .

8. Locate dem olition equ ip m ent and rem ove debris and m ateria ls so as no t to im pose excess ive loads o n supporting walls , floors , o r fram ing .

9. Dispose o f dem olished item s and m ateria ls p ro m ptly. 10. Return e lem ents o f construction and surfaces tha t a re to rem ain to condition

exis ting before d em olitio n opera tions began .

B. Exis ting Facilities : Com ply with Owner’s requ irem ents fo r us ing and pro tecting s ta irs , walkways , load ing docks , bu ild ing en tries and o ther bu ild ing facilities during dem olition ope ra tions .

C. Salvaged Item s : Com ply with the fo llowing :

1. Clean sa lvag ed item s . 2. Pack or cra te item s afte r clean ing . Id en tify con ten ts o f con ta iners . 3. Store item s in a secure a rea un til de live ry to Owner. 4. Transport item s to Owner's s to rage a rea des igna ted by Owner. 5. Pro tect item s from dam age during transport and s to rage .

D. Rem oved and Reins ta lled Item s : Com ply with the fo llowing :

1. Clean and repa ir item s to functiona l cond ition adequate fo r in tended reuse . Pa in t equ ipm ent to m atch new equ ip m ent.

2. Pack or cra te item s afte r clean ing and repa iring . Id en tify con ten ts o f con ta iners . 3. Pro tect item s from dam age during transport and s to rage . 4. Reins ta ll item s in loca tions ind ica ted . Com ply with ins ta lla tion requ irem ents fo r

new m ate ria ls and equ ipm ent. Provide connections , supports , and m isce llaneous m ate ria ls necessary to m ake item functiona l fo r use ind ica ted .

E. Exis ting Item s to Rem ain in Ope ra tion : Pro tect cons truction to rem ain in opera tion aga ins t dam age and so iling during dem o lition . When perm itted b y Engineer, item s m ay b e rem oved to a su itab le , p ro tected s to rage loca tion during dem olitio n , cleaned and re ins ta lled in the ir o rig ina l loca tions a fte r dem olition opera tions a re com ple te .

F. Concre te : Dem olish in sections . Cu t concre te fu ll dep th a t junctures with cons truction to rem ain and a t regu la r in te rva ls , us ing power-driven saw, then rem ove concre te be tween saw cu ts .

G. Masonry: Dem olish in s m all sections . Cu t m aso nry a t junctures with con s truction to rem ain , us ing power-driven saw, and then rem ove m asonry b e tween saw cu ts .

H. Concre te Slabs -on-Grade: Saw-cu t pe rim eter o f a rea to b e dem olished , then b reak up and rem ove .

I. Concre te and b itum inou s pavem ents , s idewalks , and curbs : Sawcut pavem ent in a s tra igh t line , with vertica l faces and rem ove pavem ent. Ragged and irreg u lar edges

Page 181: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 10

will no t be accep ted and sha ll be recu t. Rem o ve s idewalks and curbs to the neares t jo in t. Rem ove pavem ents , s idewalks , and curbs as shown on the Drawings . Dam ag ed areas beyond rem o val lim its sha ll be repa ired a t expense o f Contracto r. Rem ove pavem ent 12 inches beyo nd top o f trench on bo th s ides fo r u tility trenches in asphalt and concre te a reas , un les s ind ica ted o therwise .

J . Rem oved Utility Pipes and Rela ted Structu res : Com ple te ly rem o ve and d ispose o f p ipe and appurtenances and s tructu res to fu ll dep th as shown on the Drawings . Backfill vo ids resu lting from rem oved s tructu re s and p ip ing in accordance with Section 02300 - Earthwork.

K. Dem olish Utility Pipes an d Rela ted Structu res : Rem ove upper po rtion o f abandoned s tructu res to a dep th o f a t leas t on e (1) foo t be low ro ad subgrade o r th ree (3) fee t be low fin ish g rade fo r no n-paved a reas . Core d rill four inch ho les a t 10 fee t on cen ter to perfo ra te the bo ttom of s tructu res to p reven t the en trapm ent o f water. Sea l a ll conduits connecting to s tructu res o r ends o f conduits to be abandoned with a wall o f concre te no t les s than 6-inches th ick o r an 8-inch wall o f b rick and m orta r. Fill a ll conduits abandoned in p lace with a flowable fill as ou tlined in Section 210 of the SCDOT – Standard Specifica tions fo r Highway Con s truction .

L. Res ilien t Floor Cove ring s : Rem ove floor cove rings and adhes ive accord ing to recom m endations in RFCI-WP and its Addendum .

1. Rem ove res idua l adhes ive and prepare subs tra te fo r new floor coverings by one o f the m ethods recom m ended by RFCI.

M. Roofing : Rem o ve no m o re exis ting roofing than can be covered in one day by n ew roofing . Refe r to app licab le Divis ion 7 Section fo r new roofing requ irem ents .

N. Air-Condition ing Equipm ent: Rem ove equ ip m ent withou t re leas ing re frigeran ts .

3.6 PATCHING AND REPAIRS

A. Genera l: Pro m ptly repa ir dam age to ad jacen t cons truction caused by dem olition opera tions .

B. Repairs : Where repa irs to exis ting surfaces a re requ ired , pa tch to p roduce surfaces su itab le fo r new m ateria ls .

1. Com ple te ly fill ho les an d depress ions in exis ting m asonry walls tha t a re to rem ain with an approved m asonry p a tch ing m ate ria l app lied accord ing to m anufactu rer's written recom m endations .

C. Fin ishes : Res to re exposed fin ishes o f pa tched areas and extend res to ra tion in to ad jo in ing cons truction in a m anner tha t e lim ina tes evidence o f pa tch ing and re fin ish ing .

Page 182: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02220 - 11

D. Floors and Walls : Where walls o r pa rtitions tha t a re dem olished o r rem o ved extend from one fin ished area in to ano ther, pa tch and repa ir floo r and wall su rfaces in the new space . Provide an even surface o f un ifo rm fin ish co lor, textu re , and appearance . Rem ove exis ting floor and wall cove rings an d rep lace with new m ateria ls , if necessary, to ach ieve un ifo rm co lor and appearance .

1. Patch with durab le seam s tha t a re as in vis ib le as poss ib le . Provide m ate ria ls and com ply with ins ta lla tion requ irem ents specified in o ther Sections o f these Specifica tions .

2. Where p a tch ing occurs in a pa in ted surface , app ly p rim er and in te rm edia te pa in t coa ts over p a tch and app ly fina l pa in t coa t o ver en tire unbroken su rface con ta in ing pa tch . Provide add itiona l coa ts un til pa tch b lends with ad jacen t su rfaces .

3. Where feas ib le , tes t and inspect pa tched areas a fte r com ple tion to d em ons tra te in tegrity o f ins ta lla tion .

E. Ceilings : Pa tch , repa ir, o r re -hang exis ting ce iling s as necessary to p rovid e an even-p lane surface o f un ifo rm appearance .

3.7 DISPOSAL OF DEMOLISHED MATERIALS

A. Genera l: Pro m ptly d ispose o f dem olished m ateria ls . Do no t a llow d em olished m ate ria ls to accum ula te o n the s ite .

B. Burn ing : Burn ing o f dem olished o r rem oved m ateria ls will no t be perm itted .

C. Disposa l: Lega lly transport dem olished m ateria ls and d ispose in a lega l m an ner.

3.8 DEMOLITION SCHEDULE

A. Perform dem olition in accordance with Section 01111 – Cons truction Sequen ce .

END OF SECTION

Page 183: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 1

SECTION 02300

EARTHWORK

PART 1 - GENERAL

1.1 SUMMARY

A. Provide a ll labor, m ate ria ls , equ ip m ent, too ls , and inciden ta ls to perfo rm a ll excavation , g rad ing , p lacem ent, and com p action ; and d ispose o f unsu itab le was te and surp lus m ateria ls as shown on the Drawings and specified here in .

B. Section Includes :

1. Preparing subgrades fo r s labs -on-grade , s idewalks , pavem ents and lawns . 2. Excavating , backfilling an d com paction fo r s tructu res . 3. Drainag e course fo r s labs -on-grade . 4. Subbase course fo r concre te s idewa lks and pavem ents . 5. Subbase and base course fo r asphalt paving . 6. Subsurface d ra inage backfill fo r wa lls and trenches . 7. Rock excavation . 8. Excavating , b ackfilling and com paction fo r u tility trenches ins ide and ou ts ide

s tructu re lines . 9. Excess so il s tockp iling and respread ing .

1.2 DEFINITIONS

A. Backfill: So il m ateria ls us ed to fill an excavation .

1. Trench In itia l Backfill: Backfill p laced bes ide and over a p ipe in a trench , includ ing haunches to support s ides o f p ipe . Materia l sha ll b e p laced in 6 inch , o r les s , lifts and each lift com pacted per p ipe m anufactu rer’s recom m endations . Mate ria l sha ll be p laced to a dep th o f 18 inches ab ove the p ipe .

2. Trench Fina l Backfill: Backfill p laced in 6 inch , o r les s , lifts over the trench initia l backfill to fill a trench . Each lift sha ll be com pacted per p ip e m anufactu rer’s recom m endations .

B. Base Course : Materia l p laced be tween the subbase course and asphalt paving .

C. Bedding Course : Materia l tha t is p laced and com p acted in the trench from the bo ttom of the trench to the bo ttom of the p ipe .

D. Borro w Soil: Sa tis facto ry, tes ted and approved , so il im ported from off s ite fo r use as fill o r backfill.

E. Drainag e Course : Materia l supporting s lab-on-grade used to m in im ize cap illa ry flow of pore wate r.

Page 184: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 2

F. Excavation : Rem ova l o f m ate ria l encountered abo ve subgrade e leva tions .

1. Additiona l Excavation : Excavation be low subgrade e leva tions as d irected by Engineer. Additiona l excavation and rep lacem ent m ateria l will be pa id fo r accord ing to Contract p ro vis ions fo r changes in the Work.

2. Bulk Excavation : Excavations m ore than 10 fee t in wid th and m ore than 30 fee t in e ither leng th .

3. Unauthorized Excavation : Excavation be low sub grade e leva tions o r beyond ind ica ted d im ens ions withou t written d irection by Engineer. Unauthorized excavation , as well as rem edia l work d irected b y Enginee r, sha ll b e w ithou t add itiona l com pensa tion .

4. Com m on Excavation : Rem oval and hand ling o f a ll m ateria l reg ard less o f type , characte r, com pos ition o r cond ition excep t fo r m ateria ls clas s ified as rock excavation .

5. Undercu t Excavation : Rem oval, d isposa l, and rep lacem ent o f unsa tis facto ry m ate ria ls as de te rm ined by the Engineer.

G. Fill: So il m ate ria ls used to ra ise exis ting g rad es .

H. Haunching Mate ria l: Ma teria l tha t is p laced and com pacted in the trench from the bo ttom of the p ipe to the spring line o f the p ipe .

I. Pipe Em b edm ent: The p ortion o f the trench wh ich includes bedd ing , haun ch ing and in itia l backfill.

J . Rock: Igneous , m etam orph ic and sed im entary rock m ate ria l in beds , ledges , uns tra tified m asses , an d conglom era te d epos its and bou lders o f rock m ateria l exceed ing 1 cu . yd . fo r bu lk excavation o r 3/4 cu . yd . fo r foo ting , trench , and p it excavation tha t cannot b e rem o ved by rock excavating equ ip m ent equ iva len t to the fo llowing in s ize and perfo rm ance ra tings , withou t sys tem atic d rilling , ram ham m ering , ripp ing , o r b las ting , when perm itted :

1. Trench Excavation o f Ro ck: Any m ate ria l which cannot be excavated with a Caterp illa r 325 or equ iva len t and occupying an o rig ina l vo lum e of a t le as t 1/2 cub ic yard o r m ore .

2. Bulk Excavation o f Rock: Any m ateria l which cann ot be excavated with a s ing le too th ripper d rawn by a crawler tracto r h aving a m in im um fly whee l power ra ted a t no t les s than 310 ho rsepower (Cate rp illa r D-8R Series II, o r equ iva len t) and occupying an o rig ina l vo lum e of a t leas t one cub ic yard o r m o re .

3. In te rm itten t d rilling tha t m ay b e perfo rm ed to in crease p roduction bu t is no t necessary to perm it excavation o f the m ateria l en countered will b e clas s ified as earth excavation .

K. Structu res : Build ings , foo tings , foundations , re ta in ing walls , s labs , tan ks , curbs , m echan ica l and e lectrica l appurten ances , o r o ther m an-m ade s ta tionary fea tu res cons tructed above o r be low the g round surface .

L. Subbase Cou rse : Layer p laced be tween the subgrade and base course fo r asphalt paving , o r layer p laced be tween the subgrad e and a concre te pavem ent o r s idewalk.

Page 185: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 3

M. Subgrade : Surface o r e leva tion rem ain ing a fte r co m ple ting excavation , o r top surface o f a fill o r backfill im m edia te ly be low subbase , d ra inage fill, o r topso il m ate ria ls .

N. Utilities : Includes on-s ite and o ff-s ite underground p ipes , conduits , ducts , and cab les , as well as underground s ervices with in s tructu res .

1.3 SUBMITTALS

A. Product Data : For the fo llowing :

1. Each type o f p las tic warn ing tape . 2. Geotextile fab ric.

B. Sam ples : Fo r the fo llowing :

1. 15-pound sam ples , sea led in a irtigh t con ta iners , o f each p roposed so il m ateria l from on-s ite o r borrow so urces .

2. 12-inch by 12-inch sam ple o f geo textile fabric.

C. Mate ria l Tes t Repo rts : From a qua lified tes ting agency ind ica ting and in te rpre ting tes t resu lts fo r com pliance o f the fo llowing with requ irem ents ind ica ted :

1. Class ifica tion accord ing to ASTM D2487 of each borrow so il m ateria l p rop osed fo r fill and backfill.

2. Labora to ry co m paction curve accord ing to ASTM D1557 fo r each borro w so il m ate ria l p roposed fo r fill and backfill.

D. Pre-excavation Photographs o r Video tape : Show exis ting conditions of ad jo in ing cons truction and s ite im provem ents tha t m igh t be m iscons trued as dam age caused by dem olition ope ra tions . Subm it before Work beg in s .

1.4 QUALITY ASSURANCE

A. Pre-excavation Conferen ce : Conduct conference a t Pro ject s ite p rio r to beg inn ing earth -m oving activities .

B. Tes ting and Inspection :

1. The City o f Ande rson will engage a tes ting and inspection service , to include tes ting so il m ateria ls p ro posed fo r use in the work and fie ld facilities fo r q ua lity con tro l tes ting during earthwork opera tions .

2. A so il su rvey fo r sa tis facto ry so il m ateria ls and sam ples o f so il m ateria ls sha ll be fu rn ished by the Contracto r to the tes ting firm .

3. Tes ting sha ll be accom plished in accordance with the specifica tions .

1.5 PROJ ECT CONDITIONS

Page 186: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 4

A. Exis ting Utilities : Do no t in te rrup t u tilities se rving facilities occup ied o r used by Owner o r o thers un less perm itted in writing b y Enginee r and then on ly a fte r a rrang ing to p rovide tem porary u tility se rvices accord ing to req u irem ents ind ica ted :

1. Notify Engineer in advance o f p roposed u tility in te rrup tions . 2. Do no t p roceed with u tility in te rrup tions withou t Engineer's written pe rm iss ion . 3. Contact u tility-loca to r s e rvice fo r a rea where Pro ject is loca ted be fore

excavating . 4. Locate exis ting undergro und and above g round u tilities in the a reas o f work

before s ta rting earthwo rk opera tions . Where u tilities a re to rem ain in p lace , p rovide adequate m eans o f p ro tection and support during ea rthwork ope ra tions .

5. Should uncharted , o r incorrectly charted , p ip ing o r o ther u tilities b e encountered during excavation , consu lt the Engineer im m edia te ly fo r d irections . Coope ra te with the Owner, and p ub lic and p riva te u tility com panies , in keep ing the ir respective services and facilities in opera tion . Repair dam aged u tilities to the sa tis faction o f the u tility owner a t no add itiona l cos t to Owner.

6. Adhere to a ll requ irem en ts lis ted in specifica tion Section 02230 – Site Clea ring , concern ing exis ting u tilities .

B. There has been NO geo techn ica l report o r s tud ies conducted fo r th is p ro ject.

C. Tes t borings and o ther exp lora to ry opera tions m ay be m ad e by the Contracto r a t no cos t to the Owner.

PART 2 - PRODUCTS

2.1 SOIL MATERIALS

A. Genera l: Provid e borro w so il m ate ria ls tha t has been sam pled , tes ted and certified when sufficien t sa tis factory so il m ate ria ls a re no t ava ilab le fro m on-s ite excavations .

B. Satis facto ry So ils : ASTM D2487 so il clas s ifica tio n g roups GW, GP, GM, SW, SP, and SM, o r a com bina tion o f these g roup sym bols ; loose ea rth free o f rock o r g rave l la rge r than 2 inches in any d im ens ion , debris , was te , fro zen m ateria ls , veg e ta tion , and o the r de le te rious m atte r.

C. Unsatis facto ry So ils : ASTM D2487 so il clas s ifica tion g roups GC, SC, ML, MH, CL, CH, OL, OH, and PT, o r a com bina tion o f these g roup sym bols .

1. Unsatis facto ry so ils a lso include sa tis facto ry so ils no t m ain ta ined with in 2 percen t o f op tim um m ois tu re con ten t a t tim e of co m paction .

D. Backfill and Fill: Sa tis facto ry so il m ateria ls .

E. Subbase : Natura lly o r a rtificia lly g raded m ixture o f na tu ra l o r crushed g rave l, crushed s tone , and na tu ra l o r crushed sand ; ASTM D2940; with a t leas t 90 percen t pass ing a 1-1/2-inch s ieve and no t m o re than 12 pe rcen t pass ing a No . 200 s ieve .

Page 187: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 5

F. Base: Natura lly o r a rtificia lly g raded m ixture o f na tu ra l o r crushed grave l, crushed s tone , and na tu ra l o r crushed sand ; ASTM D2940; with a t leas t 95 pe rcen t pass ing a 1-1/2-inch s ieve and no t m ore than 8 pe rcen t pass ing a No . 200 s ieve .

G. Engineered Fill: Natura lly o r a rtificia lly g raded m ixture o f na tu ra l o r crushed grave l, crushed s tone , and na tu ra l o r crushed sand ; ASTM D2940; with a t leas t 90 pe rcen t pass ing a 1-1/2-inch s ieve and no t m ore than 12 percen t pass ing a No . 200 s ieve .

H. Bedding : Natura lly o r a rtificia lly g raded m ixture o f na tu ra l o r crushed grave l, crushed s tone , and na tu ra l o r crushed sand ; ASTM D2940; excep t with 100 percen t pa ss ing a 1-inch s ieve and no t m ore than 8 pe rcen t pass ing a No . 200 s ieve .

I. Drainag e Fill: Washed , narrowly g raded m ixtu re o f crushed s tone , o r crushed or uncrushed grave l; ASTM D448; coarse-aggrega te g rad ing Size 57; w ith 100 percen t pass ing a 1-1/2-inch s ieve and 0 to 5 p ercen t pass ing a No . 8 s ieve .

J . Filte r Mate ria l: Na rro wly g raded m ixture o f na tu ra l o r crushed grave l, o r crushed s tone and na tu ra l sand ; ASTM D448; coa rse-ag grega te g rad ing Size 67; with 100 percen t pass ing a 1-inch s ieve and 0 to 5 p ercen t pa ss ing a No . 4 s ieve .

K. Mud Slab : 2,000 ps i concre te as ind ica ted in Section 03300 – Cas t-In -Place Concre te .

L. Sand: ASTM C33; fine aggrega te , na tu ra l, o r m anufactu red sand ; with 100 percen t pass ing a No . 4 s ieve and 0 to 5 pe rcen t pass ing a No . 200 s ieve .

M. Im pervious Fill: Clayey g rave l and sand m ixture capab le o f com pacting to a dense s ta te .

N. Structu ra l Fill: Eng in eered fill.

2.2 GEOTEXTILES

A. Subsurface Dra inag e Geo textile : Nonwoven n eed le-punched geo textile , m anufactu red fo r subsurface d ra inage app lica tions sha ll be Am oco 4545, o r approved equa l.

B. Sepa ra tion Geotextile : Woven geo textile fabric, m anufactu red fo r separa tion app lica tions , sha ll be Am oco 2002, o r appro ved eq ual.

2.3 ACCESSORIES

A. Warning Tape: Acid- and a lka li-res is tan t po lye thylene film warn ing tape m anufactu red fo r m arking and iden tifying underground u tilities , 6 inches wide and 4 m ils th ick, con tinuous ly inscribed with a descrip tion o f the u tility; co lo red as ou tlined b e low.

B. Detectab le Warn ing Tape : Acid- and a lka li-res is tan t po lye thylene film warn ing tape m anufactu red fo r m arkin g and iden tifying underg round u tilities , m in im um 6 inches wide and 4 m ils th ick, con tinuous ly inscribed with a descrip tion o f u tility, w ith m eta llic

Page 188: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 6

core encased in a p ro tective jacke t fo r corros io n p ro tection , de tectab le by m eta l de tecto r when tape is buried up to 30 inches deep ; co lo red as fo llows :

1. Red: Electric. 2. Orange: Te lephone and o ther com m unica tions . 3. Blue: Wate r sys tem s . 4. Green : Sewer sys tem s . 5. Yello w: Gas , s team , and o ther dangerous m ate ria ls .

PART 3 - EXECUTION

3.1 INSPECTION

A. Exam in e the a reas and conditions under which excavation , filling and grad ing a re to be perfo rm ed and no tify the Enginee r, in writing , o f cond itions de trim en ta l to the p roper and tim ely com p le tion o f the work. Do no t p roceed with the work un til unsa tis facto ry conditions have been corrected in an accep tab le m anner.

3.2 PREPARATION

A. Pro tect s tructu res , u tilities , pavem ents , and o ther facilities from dam age caused by se ttlem ent, la te ra l m ovem ent, underm in ing , washout, and o ther hazards crea ted b y earthwo rk opera tions .

B. Pro tect subgrades and foundation so ils aga ins t freezing tem pera tu res o r fros t. Provide p ro tective insu la ting m ate ria ls as necessary.

C. Notify City Enginee r in writing upon encountering rock. No b las ting on th is pro ject.

D. Provide tem porary and /or perm an ent e ros ion-con tro l m easures as necessary to p reven t e ros ion o r d isp lacem ent o f so ils and d isch arge o f so il-bearing wate r runoff o r a irborne dus t to ad jacen t p roperties , walkways , ro ads , s tream s , lakes , e tc.

3.3 DEWATERING

A. See specifica tion Section 02240 – Dewate ring .

3.4 EXPLOSIVES

A. No exp los ives a llowed on th is p ro ject.

3.5 EXCAVATION, GENERAL

A. Unclass ified Excavation : Excavation to subgrade e leva tions regard le ss o f the characte r o f su rface an d subsurface conditions encountered , includ ing rock, so il m ate ria ls , and obs tructions .

Page 189: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 7

1. If excavated m ateria ls in tended fo r fill and b ackfill include unsa tis facto ry so il m ate ria ls and rock, rep lace and com pact w ith sa tis facto ry so il m ateria ls as d irected by the Engineer.

B. Class ified Excavation : Excavation o f m ate ria ls clas s ified as earth to subgrade e leva tions .

1. Earth excavation includes so il, bou lders , and o ther m ateria ls no t clas s ified as rock o r unau thorized excavation .

a . In te rm itten t d rilling , b las ting (if perm itted) ram ham m ering , o r ripp ing o f m ate ria l no t clas s ified as rock excavation is clas s ified as ea rth excavation .

C. Unanticipa ted Excavation (unsu itab le m ate ria ls , unforeseen rock): When unan ticipa ted excavation conditions a re encountered , Contracto r sha ll no t perfo rm such Work un til m ateria l to be excavated has been exam ined , clas s ified and m easured by the Engineer. Unanticipa ted excavation conditions will be com ple ted under an appropria te ad jus tm ent in accordance with the Co ntract cond itions re la tive to changes in the work.

D. Notify City Engineer when excavation has reached requ ired subgrade e leva tions . City Engineer w ill m ake an ob serva tion o f cond itions .

E. Slope o r shore excavatio ns in accordance with loca l, s ta te , and federa l regu la tions , includ ing OSHA (29 CFR Part 1926) excavation trench safe ty s tandards . Contracto r is so le ly respons ib le fo r s ite sa fe ty.

3.6 EXCAVATION FOR STRUCTURES

A. Excavate to ind ica ted e leva tions and d im ens ions with in a to le rance o f p lu s o r m inus 0.10 fee t. Extend excavations a su fficien t d is tance from s tructu res and /or fo o tings fo r p lacing and rem oving concre te fo rm wo rk, fo r ins ta lling services and o ther cons truction , and fo r inspections .

1. All s tructu res , excep t curbs , and m echan ica l and e lectrica l appurten ances , sha ll have a m in im u m 6 inch es o f base o r eng ineered fill o r 2 inches o f m ud s lab be tween the bo ttom of th e s tructu re and the subgrade .

2. Excavation fo r Undergro und Tanks , Bas ins , and Mechan ica l o r Electrica l Utility Structu res : Excavate to e leva tions and d im ens io ns ind ica ted with in a to le rance o f p lus o r m inus 0.10 fo o t. Do no t d is tu rb bo ttom of excavations in tended fo r bearing surface .

3. Excavations fo r Foo tings and Foundations : Do no t d is tu rb bo ttom of excavation . Excavate b y hand to fin a l g rad e jus t before p lacing concre te re in fo rcem ent. Trim bo ttom s to requ ired lines and g rades to leave so lid base to rece ive o ther work.

3.7 EXCAVATION FOR SIDEWALKS AND PAVEMENTS

Page 190: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 8

A. Excavate su rfaces under pavem ents to ind ica ted cross sections , e leva tions , and g rad es to with in p lus o r m inus 0.05 fee t.

3.8 EXCAVATION FOR UTILITY TRENCHES

A. Excavate trenches to ind ica ted g rad ien ts , lines , dep ths , and e leva tions shown on Drawings .

1. Beyond s tructu re pe rim e ter, excavate trenches to a llow ins ta lla tion o f top o f p ipe be low fros t line .

2. As the excavation ap proaches p ipes , conduits , and o ther underg round s tructu res , d iscon tinue d igg ing by m achine ry and excavate us ing hand too ls .

3. Where de te rm in a tion o f the exact loca tion o f a p ipe o r o ther unde rgro und s tructu re is necessary fo r do ing the Work prope rly, excavate tes t p its where necessary to de te rm in e such loca tions .

B. Excavate trenches to un ifo rm wid ths to p rovide clearance o f 12 inches on each s ide of p ipe o r conduit. Excavate trench walls ve rtica lly from trench bo ttom to 12 inches h igher than top o f p ipe o r conduit, un les s o therwise ind ica ted .

C. Where rock o r o the r unsu itab le m ateria l is encountered , con tinue the excavation a m in im um of 6 inches be low the requ ired e leva tio n . Backfill and com pact to p roper subgrade with washed s tone o r g rave l (#57) and com pact to 90 pe rcen t o f m axim u m dens ity as de te rm ined b y ASTM D698.

D. Backfill trenches with concre te where excavations pass with in 18 inches o f co lum n or wall foo tings and which a re carried be lo w the bo ttom of such foo tings , o r which pass under wa ll foo tings . Place concre te to the leve l o f the bo ttom of ad jacen t foo tings .

E. Do no t backfill trenches un til tes ts and inspections have been m ade and backfilling au thorized by the Engineer. Use ca re in backfillin g to avo id dam age or d is p lacem ent o f p ipe sys tem s .

F. Trench Bottom s (fo r p ipes and conduits no t requ iring bedd ing course): Excavate and shape trench bo ttom s to p rovide un ifo rm bearing and support o f p ipes and conduit. Shape subgrade to p rovide con tinuous support for be lls , jo in ts , and barre ls o f p ipes and fo r jo in ts , fittings , an d bod ies o f conduits . Rem ove pro jecting s tones and sharp ob jects a long trench subgrade .

1. For p ipes and conduit les s than 6 inches in nom in a l d iam ete r and fla t-bo ttom ed , m ultip le -duct conduit un its , hand-excavate trench b o ttom s and support p ipe and conduit on an und is tu rbed subgrade .

2. For p ipes and conduit 6 inches o r la rger in no m in al d iam eter, shape bo ttom of trench to support bo ttom 90 degrees o f p ipe circum ference . Fill depres s ions with com pacted sand backfill.

3. Excavate trenches 6 inches deepe r than e leva tion requ ired in rock o r o ther unyie ld ing o r unsu itab le bearing m ate ria l to a llow for bedd ing course .

Page 191: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 9

G. Trench Bottom s (fo r p ipes and conduits requ iring a b edd ing course): Excavate trenches 4 inches deeper than bo ttom of p ipe e leva tion to a llo w for b edd ing course . Hand excavate fo r b e ll o f p ipe .

1. Excavate trenches 6 inches deepe r than e leva tion requ ired in rock o r o ther unyie ld ing o r unsu itab le bearing m ate ria l to a llow for bedd ing course .

H. Trench With in Paved Areas :

1. When trench ing across roadways , open on ly on e-ha lf o f the road wid th in o rder to m ain ta in tra ffic. When trench ing para lle l with the roadway, m ain ta in veh icu lar access ib ility fo r loca l tra ffic. Do no t leave trench m ad e in the trave l portion o f the roadway o pen overn igh t.

2. Exercise u tm os t care to con tro l the wid th o f pavem ent rem oved . Avoid ind iscrim ina te rem oval. Do no t p erm it the pavem ent to s lough off in to the excavation . Saw-cu t pavem ent to p rovid e un ifo rm edge . Keep wid th o f pavem ent rem o ved to a m in im um . Fo r p ipes and conduit les s than 6 inch es in nom inal d iam eter and fla t-bo ttom ed , m ultip le -duct conduit un its , hand-excavate trench bo ttom s and support p ipe and conduit on an und is tu rbed subgrade .

I. If p ipe is to be la id in em bankm ents o r o ther recen tly filled m ate ria l, firs t p lace fill to the fin ished grade o r to a he igh t o f a t leas t 3 fee t above the top o f the p ipe . Required com paction o f fill m ate ria l m us t be ob ta ined p rio r to trench excavation .

3.9 APPROVAL OF SUBGRADE

A. Notify City Enginee r wh en excavations have reach ed requ ired subgrade .

B. If City Engineer de te rm in es tha t unsa tis facto ry so il is p resen t, con tinue excavation and rep lace with com pacted b ackfill o r fill m ateria l as d irected .

1. Paym ent fo r add itiona l excavation and rep lacem ent m ateria l will be accord ing to Contract p rovis ions fo r ch anges in the Work.

C. Proof ro ll subgrade with heavy pn eum atic-tired eq u ipm ent to iden tify so ft pockets and areas o f excess yie ld ing . Do no t p roof ro ll wet o r s a tu ra ted subgrades .

D. Recons truct subgrades dam ag ed by freezing tem pera tu res , fros t, ra in , accum ula ted water, o r cons truction activities , as d irected by Eng ineer.

3.10 UNAUTHORIZED EXCAVATION

A. Fill unau thorized excavation under foundations o r wall foo tings by extend in g bo ttom e leva tion o f concre te foundation o r foo ting to excavation bo ttom , withou t a lte ring top e leva tion . Lean concre te fill m ay be used when ap proved by Engin eer.

1. Fill and com p act unau thorized excavations under o ther cons truction o r u tility p ipe as d irected b y Engin eer.

Page 192: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 10

3.11 STORAGE OF SOIL MATERIALS

A. Stockpile borrow m ateria ls and sa tis facto ry excavated so il m ate ria ls . S tockp ile so il m ate ria ls w ithou t in te rm ixing . Place , g rade , and shape s tockp iles to d ra in surface water. Co ver to p reven t windblown dus t.

1. Stockpile so il m ateria ls away fro m edge o f excavations . Do no t s to re with in d rip line o f rem ain ing trees .

2. Surround s tockp iled so il m ateria ls with s ilt fence to p reven t sed im ent fro m en tering ad jacen t p roperties , lakes , s tream s , e tc.

3.12 BACKFILL

A. Place and com pact backfill in excavations p rom ptly, bu t no t before com ple ting the fo llowing :

1. Cons truction be low fin ish g rade includ ing , where app licab le , dam pproofing , waterp roofing , and pe rim eter insu la tion .

2. Surveying loca tions o f underground u tilities fo r record docum ents . 3. Inspecting and tes ting underground u tilities . 4. Rem oving concre te fo rm work. 5. Rem oving trash and debris . 6. Rem oving tem pora ry sho ring and bracing , and shee ting . 7. Ins ta lling perm an ent o r tem porary horizon ta l b racing on horizon ta lly supported

walls .

3.13 FILL

A. Prepara tion : Rem ove vegeta tion , topso il, d ebris , unsa tis facto ry so il m ate ria ls , obs tructions , pavem ents , concre te and de le te rio us m ateria ls from g round surface before p lacing fills .

B. Plow, scarify, bench , o r b reak up s loped surfaces s teeper th an 1 ve rtica l to 4 horizon ta l so fill m ateria l w ill bond with exis ting m ate ria l. Cu t horizon ta l benches in the s lopes to increase the bond be tween exis ting g round an d p laced fill m ateria l. Benches sha ll be a m in im u m of two (2) fee t and sha ll b e cu t as the fill is b rought up in layers .

C. Place and com pact fill m a teria l in layers to requ ired e leva tions as fo llows :

1. Under g rass and p lan ted a reas , use sa tis facto ry so il m ate ria l. 2. Under s idewa lks and pavem ents , use sa tis facto ry s o il m ate ria l. 3. Under s teps and ram ps , u se eng inee red fill. 4. Under s tructu re s labs , use eng inee red fill. 5. Under foo tings and foundations , use eng ineered fill.

D. Unless o therwise perm itted by the Engineer, each laye r o f fill m ateria l sha ll cover the leng th and wid th o f the a rea to b e filled b efore the next h ighe r laye r o f m ate ria l is p laced . The top surface o f each laye r sha ll b e approxim ate ly leve l, bu t w ith a crown or

Page 193: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 11

cross -s lope of a t leas t 1 foo t vertica l to 50 fee t horizon ta l, bu t no m ore than 1 foo t vertica l in 20 fee t ho rizo n ta l, to p ro vide adequate d ra inage a t a ll tim es during the cons truction period .

E. Provide docum enta tion tha t on-s ite na tive so ils are no t su itab le fo r use as fill and /or backfill before acqu iring su itab le so il from any off-s ite loca tions . Do no t b ring o ff-s ite so il to the Pro ject s ite fo r use as fill o r backfill un til the Owner’s Geotechn ica l Engineer has confirm ed the unsu itab ility o f the on-s ite na tive so ils .

3.14 MOISTURE CONTROL

A. Uniform ly m ois ten o r ae ra te subgrade and each subsequen t fill o r backfill laye r to with in 3 pe rcen t o f op tim um m ois tu re con ten t before com paction .

1. Do no t p lace backfill o r fill m ateria l on surfaces tha t a re m uddy, frozen , o r con ta in fros t o r ice .

2. Rem ove and rep lace , o r scarify and a ir-d ry, o therwise sa tis facto ry so il m ateria l tha t exceeds op tim um m ois tu re con ten t by 3 percen t o r m ore and is too wet to com pact to specified d ry un it weigh t.

3. Soil m ateria l tha t has been rem o ved because it is too wet to perm it com paction m ay be s tockp iled o r sp read and a llowed to d ry. Ass is t d rying by d isking , harrowing or pu lverizing un til m ois tu re con ten t is reduced to a sa tis facto ry va lue .

3.15 COMPACTION OF BACKFILLS AND FILLS

A. Place backfill and fill m a teria ls in laye rs no t m ore than 8 inches in loose dep th fo r m ate ria l com pacted b y h eavy com paction equ ipm ent, and no t m ore than 4 inches in loose dep th fo r m ate ria l com pacted by hand-opera ted tam pers .

B. Place backfill and fill m ateria ls even ly on a ll s ides o f s tructu res to requ ired e leva tions , and un ifo rm ly a long the fu ll leng th o f each s tructu re .

C. Com pact so il to no t les s than the fo llowing percen tages o f m axim um dry un it weigh t accord ing to ASTM D698:

1. Under s tructu res , s tructu re s labs , s teps , pavem ents , and any o ther a rea no t ind ica ted be lo w scarify and recom p act top 12 inches o f exis ting subgrade and each laye r o f backfill o r fill m ate ria l a t 98 p ercen t m axim u m dens ity a t op tim um m ois tu re con ten t. Fill m ate ria l to be p laced b e low 12 inches o f dep th o f subgrade sha ll be p laced in m axim um 8-inch lifts , com pacted to 98 percen t m axim u m dens ity a t op tim um m ois tu re con ten t.

2. Under pavem ent o r curb and gu tte r subgrade : Scarify and recom pact top 6 inches o f subgrade to 98 pe rcen t m axim um d ens ity a t op tim u m m ois tu re con ten t, and com pact each layer o f backfill o r fill m ate ria l a t 95 percen t m axim u m dens ity a t op tim um m ois tu re con ten t.

Page 194: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 12

3. Under s idewalks , lawn or unpaved a reas : Sca rify and recom pact top 6 inches be low subgrade and com pact each laye r o f backfill o r fill m ateria l a t 90 p ercen t m axim u m dens ity a t op tim um m ois tu re con ten t.

4. Dikes : Earthen s tructu res sha ll be se lected m ateria l com pacted to a m in im u m of 98 pe rcen t m axim um d ens ity a t op tim um m ois tu re con ten t.

3.16 GRADING

A. Genera l: Uniform ly g rade a reas with in cons truction lim its includ ing ad jacen t trans ition a reas to a sm ooth surface , free fro m irregu lar su rface changes . Co m ply with com paction requ irem ents and grade to cro ss sections , lines , and e leva tions ind ica ted .

1. Provide a sm ooth trans ition be tween ad jacen t exis ting g rades and new grad es . 2. Cut ou t so ft spo ts , fill low spo ts , and trim h igh spo ts to com ply with req u ired

surface to le rances .

B. Site Grad ing : S lope g rades to d irect wate r away fro m s tructu res and to p reven t ponding . Fin ish subgrades to requ ired e leva tions with in the fo llowing to le rances :

1. Lawn o r Unpaved Areas : Plus o r m inus 0.10 fee t. 2. Walks : Plus o r m inus 0.03 fee t. Mus t m eet ADA s lopes 3. Pavem ents : Plus o r m inu s 0.03 fee t. Mus t m eet ADA s lopes

C. Grading Ins ide Structu re Lines : Fin ish subgrade to a to le rance o f 0.05 fee t when tes ted with a 10-foo t s tra igh tedge .

D. Fine Grad ing Unpaved Areas : Fine g rad ing o f unpaved a reas cons is ts o f the fina l shap ing and com paction o f those a reas ou ts ide o f paved areas to conform to the fin ished lines and grad es shown on the Drawings .

E. Pavem ent Subgrad e Fine Grad ing : Pavem ent subgrade fine g rad ing cons is ts o f the fina l shap ing and com paction o f the subgrade to conform to the lines and grades requ ired fo r p lacem ent o f base courses to conform with the lines and grades shown on the Drawings . During cons truction , m ain ta in lin es and grades includ ing crown and cross -s lopes o f subgrade . Ve rify tha t su rface d ra in age is m ain ta ined .

3.17 SUBBASE AND BASE COURSES

A. Ins ta ll s epara tion fabric on p repa red subgrade accord ing to m anufactu re r's written ins tructions , overlapp ing s ides and ends .

B. Under pavem ents and s id ewalks , p lace subbase course on separa tion fabric accord ing to fabric m anufactu re r's written ins tructions and a s fo llows :

1. Place base course m ate ria l ove r sepa ra tion fabric over subbase .

Page 195: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 13

2. Com pact subbase and b ase courses a t op tim u m m ois tu re con ten t to requ ired g rades , lines , cross sections , and th ickness to no t les s than 98 pe rcen t o f m axim u m dry un it we igh t accord ing to ASTM D698.

3. Shape subbase and base to requ ired crown e leva tions and cross -s lope g rades . 4. When th ickness of com pacted subbase o r base course is 6 inches o r les s , p lace

m ate ria ls in a s ing le laye r. 5. When th ickness o f com pacted subbase o r base course exceeds 6 inches , p lace

m ate ria ls in equal laye rs , with no layer m ore than 6 inches th ick o r les s than 3 inches th ick when com pacted .

C. Pavem ent Shoulders : Place shou lders a long edg es o f subbase and b ase course to p reven t la te ra l m ovem ent. Cons truct shou lders , a t leas t 12 inches wid e , o f s a tis facto ry so il m ateria ls and com pact s im ultaneous ly with each subbase and base layer to no t les s than 98 pe rcen t o f m axim um d ry un it weigh t accord ing to ASTM D698.

3.18 FIELD QUALITY CONTROL

A. Tes ting Agency: The City o f Anderson will engage a qua lified in dependen t geo techn ica l eng inee ring tes ting agency to perfo rm fie ld qua lity con tro l tes ting .

B. Allow tes ting agency to inspect and tes t subgrades and each fill o r backfill layer. Proceed with subsequen t earthwo rk on ly a fte r te s t resu lts fo r p revious ly com ple ted work com ply with requ irem ents .

C. Footing Subgrad e : At fo o ting subgrades , a t leas t one tes t o f each so il s tra tum will be perfo rm ed to verify des ign bearing capacities . Subsequen t verifica tion and approval o f o ther foo ting subgrades m ay be b ased on a visua l com parison o f subgrade with tes ted subgrade when ap proved by Engin eer.

D. Tes ting agency will tes t com paction o f so ils in p lace accord ing to ASTM D1556 and ASTM D2937, as app licab le . Tes ts will b e perfo rm ed a t the fo llo wing loca tions and frequencies :

1. Pavem ent, S idewalk and Structu re Areas : At subg rade and a t each com pacted fill and backfill laye r, a t le as t one tes t fo r every 1500 sq . ft. o r les s o f a rea , bu t in no case fewer than th ree tes ts .

2. Foundation Wall Backfill: At each com pacted b ackfill layer, a t leas t on e tes t fo r each 50 fee t o r les s o f wall leng th , bu t no fewer than two tes ts .

3. Trench Backfill: At each com pacted in itia l and fina l backfill laye r, a t leas t one tes t fo r each 100 fee t o r le s s o f trench leng th , bu t no fewer than two tes ts .

E. When tes ting agency reports tha t subgrades , fills , o r backfills have no t ach ieved degree o f com p action specified , scarify and m ois ten o r aera te , o r rem ove and rep lace so il to dep th requ ired ; recom pact and re tes t un til specified com paction is ob ta ined .

F. The resu lts o f dens ity tes ts o f so il-in -p lace will be cons idered sa tis facto ry if the average o f any four consecu tive dens ity tes ts se lected a re in each ins tance equal to o r g rea te r than the specified dens ity and if no t m ore than one dens ity tes t ou t o f five has a va lu e m o re than 2 pe rcen t be low the requ ired dens ity.

Page 196: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02300 - 14

G. Use a fu lly loaded tandem -axle dum p truck weigh ing a m in im u m of 25 tons fo r p roof ro lling the subgrades fo r roads and p aved a reas . Provide a copy of the load ticke t ind ica ting truckload weig h t. Proof ro ll the en tire a rea o f the ro ad and /or paved area subgrade . The Engineer and Owner sha ll be p resen t during p roof ro ll opera tions . Perfo rm the tandem -axle p roof ro ll tes t in con junction with the tes t ou tlined in paragraph 3.18.D.1 above .

H. Allow sam ples to be taken fro m com p acted a rea s to be tes ted fo r d ens ity. Where sam ples have been taken , p lace and com pact new m ate ria l im m edia te ly. Pay fo r cos ts o f re tes ting due to fa iled tes ts .

3.19 PROTECTION

A. Pro tecting Graded Areas : Pro tect newly g raded areas fro m tra ffic, freezing , and e ros ion . Keep free o f tra sh and debris . Ba rricade open excavations m ad e a s a part o f earthwo rk opera tions and pos t with warn ing ligh ts . Opera te warn ing ligh ts as requ ired to ensure safe ty.

B. Repair and rees tab lish g rades to specified to le rances where com ple ted o r pa rtia lly com ple ted surfaces becom e e roded , ru tted , se ttled , o r where they lose co m paction due to subsequen t cons truction opera tions o r weather conditions .

1. Scarify o r rem ove and rep lace so il m ateria l to d ep th as d irected by Engineer; reshape and recom p act.

C. Pro tect s tructu res , u tilitie s , pavem ents and o the r facilities from dam ages caused by se ttlem ent, la te ra l m ovem ent, unde rm in ing , was hout and o ther h azards crea ted b y earthwo rk opera tions .

D. Where se ttling occurs b efore Pro ject correction period (warran ty) e lapses , rem ove fin ished surfacing , backfill with add itiona l approved so il m ate ria l, com pact, and recons truct su rfacing .

1. Res tore app earance , qu a lity, and condition o f fin ished surfacing to m atch ad jacen t wo rk, and e lim ina te evidence o f res to ra tion to the g rea tes t exten t poss ib le . Sawcut edges o f a rea to be pa tched .

3.20 DISPOSAL OF SURPLUS AND WASTE MATERIALS

A. Rem ove surp lus sa tis facto ry so il and was te m ateria l, includ ing unsa tis facto ry so il, rock, trash , and debris , an d lega lly d ispose o f it o ff s ite .

END OF SECTION

Page 197: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02504 - 1

SECTION 02504

PRECAST CONCRETE UTILITY STRUCTURES

PART 1 - GENERAL

1.1 SUMMARY

A. Provide a ll labor, m ateria ls , equ ipm ent, too ls and inciden ta ls requ ired to fu rn ish and ins ta ll com ple te , p recas t concre te u tility s tructu res as shown on the Drawings and specified here in .

B. Section Includes :

1. Precas t concre te m anhole s . 2. Precas t concre te vau lts . 3. Accessories .

1.2 SYSTEM DESCRIPTION

A. Des ign Requirem ents :

1. Des ign p recas t com ponents to res is t a ll load ings requ ired by the bu ild ing code and the Contract Docu m ents fo r the p ro ject app lica tion , includ ing bu t no t lim ited to so il, su rcharge , hydros ta tic, vertica l live load , wind and se ism ic fo rces , as app licab le .

2. Uplift:

a . In tegra l p recas t base sections sha ll be des igned b y the supp lie r to res is t flo ta tion , as requ ired .

b . Use groundwate r e leva tion shown on the Drawings fo r flo ta tion ca lcu la tion .

1) If g roundwate r e leva tions a re no t shown on the Drawings , use e ither 100-yea r flood e leva tion o r top o f m anhole /vau lt s tructu re as bas is fo r flo ta tion ca lcu la tions .

2) Factor o f sa fe ty aga ins t flo ta tion sha ll be 1.10 (m in im um ).

3. Precas t Tops :

a . Manholes o r vau lts sha ll be des igned to support AASHTO HS-20 load ings un less no ted o therwise .

1.3 SUBMITTALS

Page 198: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

0124

02504 - 2

A. Product Data :

1. Manhole covers . 2. Com ponent cons truction . 3. Features . 4. Configura tion . 5. Standard d im ens ions .

B. Shop Drawings :

1. Fabrica tion and /o r layou t d rawings includ ing :

a . Deta iled d iagram s showing typ ica l com ponents an d d im ens ions . b . Item ize on sepa ra te schedule , sectiona l b reakdown of each s tructu re w ith

a ll com ponents and re fer to d rawing iden tifica tion num ber o r no ta tion . c. Ind ica te e leva tions fo r a ll p ip ing en tering each s tructu re .

1.4 QUALITY ASSURANCE

A. Qualifica tions :

1. Product Supplie r:

a . At leas t 5 yea rs expe rien ce in des ign and cons truction o f p recas t concre te u tility s tructu res .

2. Profess iona l Engineer in charge o f s tructu ra l des ign :

a . Licensed to p ractice eng ineering in the s ta te o f So u th Caro lin a .

1.5 DELIVERY, STORAGE AND HANDLING

A. Do no t sh ip m ateria ls un til shop drawings a re app roved by the Engineer in writing .

B. Properly hand le and s to re a ll m ate ria ls so tha t no dam age or d e te rio ra tion will occur during sh ipm ent o r p ro longed de lay from the tim e of sh ip m ent un til ins ta lla tion is com ple ted and read y fo r opera tion .

C. Mate ria ls dam ag ed durin g sh ipp ing , s to rage o r ins ta lla tion will no t be accep ted .

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Metro m ont.

Page 199: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

0124

02504 - 3

B. MST.

C. Tindall.

D. Or approved equal.

2.2 MANHOLE AND VAULTS

A. Reinforcem ent: ASTM C478.

B. Minim um wall th ickness :

1. 5 inches .

C. Minim um b ase th ickness :

1. 12 inches fo r cas t-in -p lace base . 2. 6 inches fo r p recas t base .

D. Provide the fo llowing com ponents fo r each m anhole s tructu re un less no ted o therwise on the Drawings :

1. Base (p recas t o r cas t-in -p lace). 2. Precas t bo ttom section(s ). 3. Precas t barre l section(s ). 4. Precas t eccen tric trans ition section . 5. Precas t ad jus te r ring(s ). 6. Precas t concre te trans itio n section . 7. Precas t o r cas t-in -p lace fla t top .

2.3 SANITARY MANHOLES

A. In tegra l Base :

1. 6-inch m in im u m th ickness .

B. Pipe Connection :

1. Flexib le syn the tic rubbe r boo t, ASTM C923.

a . Cas t-in o r p ressed-on types perm itted . b . Ins ta ll cas t-in type boo t during pouring o f m anhole section .

C. Provide channels in inve rt to d irect flows from incom ing to ou tgo ing p ipe .

1. Depth o f channel equa l to d iam eter o f ou tgo ing sewer as m in im u m . 2. Channels sha ll b e horses hoe shaped in cross -section . 3. May be facto ry o r fie ld in s ta lled .

Page 200: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

0124

02504 - 4

4. Ins ta ll channels to p reclude in te rfe rence with opera tion o f flexib le boo t o r in te rfe re with ins ta lla tion o f sewer p ip es .

D. J o in ts :

1. Tongue and groove .

E. Eccen tric m anhole open in g .

F. Steps :

1. Provide s teps 16 inches on cen ter in -line with m an hole open ing . 2. Center s teps be tween incom ing and ou tgo ing p ipes .

2.4 STORM MANHOLES AND CATCH BASINS

A. In tegra l Base : 6-inch m in im um th ickness .

B. Pipe Connection :

1. Circu la r ho le 1-1/2 inches to 3 inches la rger than actua l ou ts ide d iam eter o f p ipe be ing connected .

C. Provide in vert channe ls in s to rm m anholes as s pecified under Article 2.3 San ita ry Manholes .

D. Provide fla t bo ttom in ca tch bas ins .

E. Section J o in ts :

1. Tongue and groove .

F. Eccen tric m anhole open in g .

G. Steps :

1. Catch Bas ins :

a . Do no t p rovide s teps .

2. Storm Manholes :

a . Provide s teps 16 inches on cen ter in -line with m an hole open ing . b . Center s teps be tween incom ing and ou tgo ing p ipes .

2.5 INLETS

A. In tegra l Base :

Page 201: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

0124

02504 - 5

1. 4-inch m in im u m th ickness .

B. Pipe Connections :

1. Circu la r ho le 1-1/2 inches to 3 inches la rger than actua l ou ts ide d iam eter o f p ipe be ing connected .

C. Fla t bo ttom .

2.6 ACCESSORIES

A. Non-pressure Type Fram es and Cover:

1. Cas t o r ductile iron fram e and covers : ASTM A48, Class 30B (m in im um ). 2. Use on ly cas t o r ductile iron o f bes t qua lity, free from im perfections and b low

ho les . 3. Machine a ll horizon ta l su rfaces . 4. Furn ish un it with so lid no n-ven tila ted lid with concea led p ick ho les and live load

ra ting o f HS-20. 5. Lette r cove rs with iden tifying nam e , i.e ., s ewer, e lectric, s to rm dra in , e tc. 6. Ensure m in im um clea r op en ing o f 24 inch d iam ete r.

B. Pressure Type Fram e and Cove r:

1. Furn ish fram e and bo lted cover o f heavy-du ty con s truction . Equip un it with s ix countersunk 3/8 inch d iam ete r by 1-1/2 inch long bo lts with b rass washers .

2. Provide m achined horizo n ta l su rfaces and fu rn ish so lid lid and m in im um 1/8 inch th ick x 1/2 inch wide con tinuous s trip neopren e gaske t.

3. Furn ish un it with a m in im um of s ix anchorag e ho les and s ix 6 inch long x 3/4 inch d iam ete r anchor bo lts .

4. Lette r cove rs with iden tifying nam e , i.e ., s ewer, e lectric, s to rm dra in , e tc. 5. Ensure m in im um clea r op en ing o f 24 inch d iam ete r.

C. Manhole Steps :

1. Polypropylen e p las tic encased Grade 60 s tee l re in forcem ent. 2. Provide s teps conform ing to ASTM C478 and OSHA s tandards . 3. Deform em bedd ed portion o f s teps . Em bed a m in im um of 3-3/8 inch and

anchor in tegra lly in to m anhole o r s tructu re walls . 4. Provide m axim um d is tan ce from surface to firs t ru ng no t g rea te r than 16 inches ,

and m axim u m spacing o n rem ain ing rungs is 16 inches OC. 5. Minim um s tep wid th o f 12 inches . 6. Steps no t requ ired on s to rm sewers . 7. Grout in s teps sha ll withs tand 300 lb live load ing app lied vertica lly and 200 lb

pu ll-ou t.

D. Adjus ting Rings :

Page 202: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

0124

02504 - 6

1. Precas t concre te with s ufficien t s tee l re in forcem ent to p reven t cracking in norm al hand ling and use .

2. Mating Faces : a . Sm ooth . b . Para lle l. c. Free fro m cracks , ch ips , spa lls o r cas ting irregu larities in te rfe ring with

watertigh t m ating to s tructu re top o r cas ting . d . Provide g rooves in faces to con ta in extrud ib le p reform ed p las tic gaske t

m ate ria l when poss ib le .

3. Thickness Range:

a . 2 inches m in im um . b . 8 inches m axim u m .

E. Gasket Materia l:

1. Flexib le Boots :

a . ASTM C923. b . Synthe tic rubbe r res is tan t to san ita ry sewage . c. Cas t-in o r p ressed-on type is accep tab le .

2. Mastic J o in t Sea le r:

a . Preform ed bu tyl rubber m ate ria l in flexib le rope fo rm . b . Meet o r exceed requ irem ents o f ASTM C990. c. Manufactu rers :

1) EZ-Stik by Press Sea l Gas ket Com pan y. 2) Or approved equal.

F. Non-shrink Grou t:

1. See Section 03600 – Grou ting .

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify tha t item s provided by o ther sections o f Work are p rop erly s ized and loca ted .

B. Verify tha t bu ilt-in item s a re in p rop er loca tion , and ready fo r roughing in to Work.

C. Verify tha t excavation fo r m anholes is correct.

Page 203: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

0124

02504 - 7

3.2 PREPARATION

A. Coord ina te p lacem ent o f in le t and ou tle t p ipe o r duct s leeves requ ired by o ther sections .

Page 204: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

0124

02504 - 8

3.3 PLACING PRECAST STRUCTURES

A. Sanita ry Manholes :

1. Excavate , b ackfill, and com pact in accordance with Section 02300 - Earthwo rk. 2. Connect p ipes us ing flexib le boo ts in accordan ce with boo t m anufactu rer's

ins tructions .

a . Center p ipe in boo t. b . Ensure wate rtigh t connections .

3. Place p reform ed bu tyl ru bber sea lan t be tween m anhole sections . 4. Place succeed ing m anhole sections so s teps rem ain in true vertica l a lignm ent. 5. Place appropria te top section , cone o r fla t top . 6. Shop coa t exte rio r o f p recas t sections with b itum inous coa ting in two coa ts

to ta ling 21 m ils wet and m in im um 16 m ils d ry. 7. Place one ad jus ting ring (on ly) on m anhole top . Se lect th ickness o f ad jus ting

ring to b ring com ple ted m anhole to e leva tion shown on Drawings .

a . Place extrud ib le p reform ed p las tic gaske t m ateria l be tween ad jus ting ring and m anhole top , and be tween ad jus ting ring and m anhole fram e.

b . Avoid use o f ove rly th ick gaske t m ate ria l, wh ich will like ly p roduce a fte r-se ttlem ent o f m anh ole fram e due to long-te rm co ld flow of gaske t m ate ria ls .

c. For ungrooved ad jus ting ring , p rovid e two ro ws of 1/2 inch by 1/2 inch o r 3/4 inch by 3/4 inch gaske t m ateria l.

d . For g roo ved ad jus ting rings , p rovide s ize gaske t m ate ria l reco m m ended by ring m anufactu re r. S ing le o r m ultip le g rooved rings perm itted . Where m ultip le g rooved rings used , p lace gaske t m ate ria l in each g roove .

8. Ins ta ll m anhole fram e an d cover. 9. Pour m anhole inve rt.

a . Provide poured-in -p lace channels (if m anholes no t fu rn ished with p recas t inverts ) to d irect flows from incom ing p ipes to ou tgo ing p ipes . Channels sha ll sm ooth ly b lend flows .

b . Make channel horseshoe shaped . Wid th and dep th equal to s ize o f ou tlet sewer.

c. To m ain ta in flexib ility o f p ipe connection boot, p lug annular space be tween p ipe and boo t which fa lls in a rea wh ere invert to b e poured with extrud ib le p reform ed p la s tic gaske t m ateria l. Plu g sha ll p reven t concre te from en te ring space be tween p ipe and boo t.

d . Invert chann els m ay b e p laced afte r m anhole base section (and connecting p ipes ) backfilled .

B. Storm Manhole , Catch Bas ins , and In le ts :

1. Com ply with San ita ry Manholes . 2. Pipe Connection fo r Ellip tica l Pipe :

Page 205: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

0124

02504 - 9

a . Center p ipe in ho le th ro ugh base section and pack annular space with extrud ib le p reform ed p la s tic gaske t m ateria l. Sea l connection on in te rio r and exte rio r with m as tic jo in t sea lan t.

b . Annular space sha ll b e u n ifo rm a round p ipe and gaske t m ateria l even ly d is tribu ted .

c. Ensure wate rtigh t connection .

3. J o in t Between Precas t Co ncre te Sections :

a . Provide 1 o r 2 rows extru d ib le p reform ed p las tic gaske t m ateria l be tween sections as necessary fo r watertigh t jo in t.

4. Top Opening on Catch Bas ins :

a . Rota te top open ing of ca tch bas ins to optim ize loca tion fo r d ra inag e purposes as ind ica ted by Engineer.

C. Valve Vaults :

1. Com ply with San ita ry Manholes . 2. Poured-in -Place Base :

a . For vau lts fu rn ished with ou t in tegra l base , ins ta ll concre te base . b . Place extrud ib le p reform ed p las tic gaske t m ateria l a round water m ain

p rio r to pouring base . c. Form base so base concre te will fill in lower portion o f horseshoe shaped

ho les and con tact gaske t m ateria l p laced a rou nd p ipe , bu t does not con tact p ipe itse lf.

d . Solid concre te m asonry b locks o r b ricks m orta red in -p lace m ay be used to p lug horseshoe shaped ho les as a lte rna te . Mo rta r sha ll con tact gasket m ate ria l, bu t no t p ipe .

e . Do no t backfill un til poured base cured sufficien tly to withs tand s tres s o f backfilling opera tion with ou t cracking o r separa tin g from vau lt section .

f. After concre te base has cured (15 days m in im u m , 30 days m axim u m ), sea l in te rio r o f vau lt a round p ipe connection with m as tic jo in t sea lan t.

g . J o in t be tween Vault Sections : Provide 1 o r 2 rows extrud ib le p reform ed p las tic gaske t m ateria l be tween sections as necessary fo r wate rtigh t jo in t.

h . Pipe Connection :

1) For circu la r ho le , m ake connections as described fo r s to rm m anholes , ca tch bas ins , and in le ts .

i. J o in t Between Precas t Co ncre te Sections :

1) Seal jo in ts in accordance with s to rm m anholes , ca tch bas ins , and in le ts .

Page 206: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

0124

02504 - 10

3.4 CONNECTION TO EXISTING MANHOLES

A. Core d rill ho le and ins ta ll rubber boo t fo r connections les s than o r equal to 24 inches in d iam eter. Fo r connections g rea te r than 24 inches d rill pa tte rn o f ho les no g rea te r tha t ou ts ide d iam ete r o f n ew p ipe p lus 2 inches .

B. Break ou t m ate ria l defined by pa tte rn .

3.5 FIELD QUALITY CONTROL

A. Precas t re in forced concre te bases , rise rs , tops , ad jus ting rings , and g ray o r ductile iron cas tings sha ll be sub ject to re jection fo r fa ilu re to conform to Specifica tions .

B. Ind ividua l sections o f bases , rise rs , and tops m ay be re jected fo r fo llowing .

1. Fractures o r cracks pass ing th rough be ll, excep t fo r s ing le end crack no t exceed ing jo in t dep th .

2. Excess ive pa tch ing . 3. Grouted p ipe open ings . 4. Defects ind ica ting im perfect p roportion ing , m ixing , and m old ing . 5. Surface defects ind ica ting honeycom bed or open textu re . 6. Dam aged ends , wh ere such dam age p reven ts m aking sa tis facto ry jo in t. 7. Manhole s teps ou t o f line , no t p roperly spaced o r d am ag ed . 8. Continuous crack having surface wid th o f 0.01 in ch o r m ore and extend in g fo r

leng th o f 12 inches o r m o re , rega rd less o f pos ition .

C. Ins ta lla tion m ay be re jected fo r fo llowing .

1. Use of ind ividua l com pon ents sub ject to re jection . 2. Failu re to conform to ins ta lla tion requ irem ents . 3. Vis ib le in filtra tion . 4. Varia tion fro m true vertica l a lign m ent by m ore than 2 percen t o f dep th . 5. Varia tions in p ip e and rim e leva tions g rea te r than 0.5 inch fro m e leva tions

shown on Drawings .

END OF SECTION

Page 207: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 208: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 209: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 210: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 211: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 212: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02720 - 1

SECTION 02720

AGGREGATE BASE COURSE

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Aggregate base course .

PART 2 - PRODUCTS

2.1 MATERIALS

A. Coarse Aggrega te : In accordance with SCDOT Standard Specifica tions fo r Highway Cons truction , Section 305.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify tha t subs tra te has been inspected , is d ry, and tha t g rad ien ts and e leva tions a re correct.

3.2 PREPARATION

A. Correct irregu larities in subs tra te g rad ien t and e leva tion by scarifying , reshap ing , and recom pacting .

B. Do no t p lace fill on soft, m uddy, o r frozen surfaces .

3.3 AGGREGATE PLACEMENT

A. Spread aggrega te over p repared subs tra te to a to ta l com pacted th ickness o f 8 inches .

B. Place aggrega te in m axim um 8-inch layers and com pact to specified dens ity.

C. Level and con tour su rfaces to e leva tions and grad ien ts ind ica ted .

D. Add sm all quan tities o f fine aggrega te to coarse aggrega te as appropria te to as s is t com paction .

Page 213: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02720 - 2

E. Add water to as s is t com paction . If excess water is apparen t, rem ove aggrega te and aera te to reduce m ois tu re con ten t.

F. Use m echan ica l tam ping equ ipm ent in a reas inaccess ib le to com paction equ ipm ent.

3.4 TOLERANCES

A. Fla tness : Maxim um varia tion o f 1/2-inch m easured with 10-foo t s tra igh t edge .

B. Scheduled Com pacted Thickness : With in 1/4-inch .

C. Varia tion From Des ign Eleva tion : With in 1/2-inch .

3.5 FIELD QUALITY CONTROL

A. Com paction tes ting will be perform ed in accordance with ASTM D1556, ASTM D698, ASTM D2167 and ASTM D3017.

B. If tes ts ind ica te Work does no t m eet specified requ irem ents , rem ove Work, rep lace and re tes t.

C. Frequency of Tes ts : One per 200 sq . yds .

3.6 SCHEDULES

A. Under Asphalt Pavem ent:

1. Com pact p laced aggrega te m ateria ls to ach ieve com paction o f 100 percen t.

B. Under Concre te Pavem ent:

1. Com pact p laced aggrega te m ateria ls to ach ieve com paction o f 98 percen t.

END OF SECTION

Page 214: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02743 - 1

SECTION 02743

ASPHALTIC CONCRETE PAVING

GENERAL

1.1 SUMMARY

A. Provide a ll labor, m ateria ls , equ ipm ent, too ls and inciden ta ls to fu rn ish and ins ta ll aspha ltic concre te paving as shown on the Drawings and Specified here in .

1.2 REFERENCES

A. ASTM D946 - Penetra tion-Graded Asphalt Cem ent fo r Use in Pavem ent Cons truction .

B. The Asphalt Ins titu te (TAI)

1. MS-2 Mix Des ign Methods fo r Asphalt Concre te and Other Hot Mix Types . 2. MS-3 Asphalt Plan t Manual. 3. MS-8 Asphalt Plan t Manual. 4. MS-19 Bas ic Asphalt Em uls ion Manual.

C. SCDOT - Standard Specifica tions For Highway Cons truction – Lates t Ed ition ; Divis ion 400 - Bitum inous Pavem ents .

1.3 QUALITY ASSURANCE

A. Perform Work in accordance with Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandard .

B. Mixing Plan t: Conform to Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandard .

C. Obta in m ateria ls from sam e source th roughout.

1.4 SUBMITTALS

A. Subm it p roposed m ix des ign fo r review prio r to beg inn ing o f work.

1.5 REGULATORY REQUIREMENTS

A. Conform to app licab le code fo r paving work on pub lic p roperty.

Page 215: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02743 - 2

1.6 ENVIRONMENTAL REQUIREMENTS

A. Apply p rim e and tack coa ts on ly when am bien t tem pera tu re is above 50 degrees F, and when tem pera tu re has no t been be low 35 degrees F fo r 12 hours im m edia te ly p rio r to app lica tion . Do no t app ly when base is wet o r con ta ins excess m ois tu re .

PART 2 - PRODUCTS

2.1 MATERIALS

A. Asphalt Cem ent: In accordance with Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandards .

B. Aggregate fo r Base Course Mix: Macadam Base Course o r Stab ilized Aggrega te Base Course in accordance with South Caro lina Departm ent o f Transporta tion s tandards .

C. Aggregate fo r Binder Course Mix: In accordance with Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandards .

D. Aggregate fo r Wearing Course Mix: In accordance with Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandards .

E. Fine Aggrega te : In accordance with Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandards .

F. Minera l Fille r: Fine ly g round particles o f lim es tone , hydra ted lim e or o ther m inera l dus t, free o f fo re ign m atte r.

G. Prim er: Hom ogeneous , m edium curing , liqu id asphalt. In accordance with Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandards .

H. Tack Coat: Hom ogeneous , m edium curing , liqu id asphalt. In accordance with Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandards .

2.2 ASPHALT PAVING MIX

A. Use dry m ateria l to avo id foam ing . Mix un ifo rm ly.

B. Wearing Course : 4.8 - 6.8 percen t o f asphalt cem ent by weigh t in m ixture in accordance with Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandards .

Page 216: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02743 - 3

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify tha t com pacted g ranu lar base is d ry and ready to support paving and im posed loads .

B. Verify g rad ien ts and e leva tions o f base a re correct.

3.2 SUBBASE

A. In accordance with Section 02300 - Earthwork.

3.3 PREPARATION - PRIMER

A. Apply p rim er on aggrega te base o r subbase a t un ifo rm ra te o f 1/3 ga l/sq yd .

B. Apply p rim er to con tact su rfaces o f curbs , gu tte rs , and exis ting pavem ent.

C. Use clean sand to b lo t excess p rim er.

3.4 PREPARATION - TACK COAT

A. Apply tack coa t on asphalt o r concre te su rfaces over subgrade surface a t un ifo rm ra te o f 1/2 ga l/sq yd .

B. Apply tack coa t to con tact su rfaces o f curbs , gu tte rs and exis ting pavem ent.

C. Coat su rfaces o f ca tch bas in fram es with o il to p reven t bond with asphalt pavem ent. Do no t tack coa t these surfaces .

3.5 PLACING ASPHALT PAVEMENT

A. Ins ta ll Work in accordance with Sta te o f Sou th Caro lina Departm ent o f Transporta tion s tandards .

B. Place asphalt with in 24 hours o f app lying p rim er o r tack coa t.

C. Ins ta ll ca tch bas in fram es in correct pos ition and e leva tion .

D. Com pact pavem ent by ro lling to specified dens ity. Do no t d isp lace o r extrude pavem ent from pos ition . Hand com pact in a reas inaccess ib le to ro lling equ ipm ent.

E. Perform ro lling with consecu tive passes to ach ieve even and sm ooth fin ish withou t ro lle r m arks .

Page 217: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

02743 - 4

3.6 TOLERANCES

A. Thickness o f a ll courses sha ll com ply with those shown on the Drawings .

B. Fla tness : Maxim um varia tion o f 1/8-inch m easured with 10-foo t s tra igh t edge .

C. Scheduled Com pacted Thickness : With in 1/4-inch .

D. Varia tion from True Eleva tion : With in 1/4-inch .

3.7 PROTECTION

A. Im m edia te ly a fte r p lacem ent, p ro tect pavem ent from m echan ica l in ju ry fo r 3 days o r un til su rface tem pera tu re is les s than 140 degrees F.

END OF SECTION

Page 218: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 219: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 220: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 221: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 222: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 223: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 224: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 225: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 226: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 227: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 3

CONCRETE

Under The Bridge Clock Project

Page 228: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 229: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 230: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 231: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 232: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 1

SECTION 03300

CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes cas t-in -p lace concre te , fo rm wo rk, re in forcem ent, concre te m ate ria ls , m ix des ign , p lacem ent p rocedures , and fin ishes .

1.2 DEFINITIONS

A. Cem entitious Mate ria ls : Portland cem ent a lone o r in com bina tion with one o r m ore o f b lended hydrau lic cem ent, fly ash and o ther pozzo lans , and s ilica fum e.

B. Term s used in these specifica tions a re defined in ACI 116R.

1.3 SUBMITTALS

A. Product Data : For each type o f m anufactu red m ate ria l and p roduct ind ica ted .

B. Concre te m ate ria ls and concre te m ix des igns p ro posed fo r use . Include resu lts o f a ll tes ting perfo rm ed to qua lify m ateria ls and to es tab lish m ix des igns . Place no concre te un til approva l o f m ix d es igns has been rece ived in writing . Subm itta l fo r each concre te m ix des ign to include :

1. Sieve an a lys is and source o f fine and coarse agg rega tes . 2. Tes t fo r aggrega te o rgan ic im purities . 3. Proportion ing o f a ll m ate ria ls . 4. Type of cem ent with m ill certifica te fo r the cem ent. 5. Brand , quan tity and clas s o f fly ash p roposed fo r u se a long with o the r subm itta l

da ta as requ ired fo r fly as h by th is specifica tion . 6. Slum p. 7. Brand , type and quan tity o f a ir en tra inm ent and an y o ther p roposed adm ixtures . 8. Tota l ch lo ride ion con ten t per cub ic ya rd o f concre te de te rm in ed in accord ance

with AASHTO T260. 9. 28-day co m press ion tes t resu lts and any o the r da ta requ ired by ACI 318 an d th is

specifica tion to es tab lish concre te m ix des ign .

C. Stee l Re inforcem ent Sho p Drawings : Deta ils o f fabrica tion , bend ing , and p lacem ent, p repared accord ing to ACI 315 and CRSI “Manu al o f Standa rd Practice .” Include m ate ria l, g rade , ba r schedules , s tirrup spacing , ben t bar d iagram s , a rrangem ent, and supports o f concre te re in forcem ent. Include s pecia l re in forcem ent requ ired fo r open ings th rough concre te s tructu res .

Page 233: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 2

D. Des ign and eng in eering o f fo rm work a re Contracto r's respons ib ility. If reques ted , subm it s tructu ra l ana lys is and concre te s treng th da ta used in p lann ing and im plem enting fo rm p lacem ent, rem o val, and shoring .

E. Mate ria l Certifica tes : S ig ned by m anufactu rers ce rtifying each o f the fo llo wing item s com plies with requ irem ents :

1. Cem entitious m ate ria ls and aggrega tes . 2. Form m ateria ls and fo rm -re lease agen ts . 3. Stee l re in forcem ent and re in forcem ent accessories . 4. Fiber re in forcem ent. 5. Adm ixtures . 6. Waters tops . 7. Curing m ate ria ls . 8. Floor and s lab trea tm ents . 9. Bonding agen ts . 10. Adhes ives . 11. Vapor b arrie rs . 12. Epoxy jo in t fille r. 13. J o in t-fille r s trips . 14. Repair m ateria ls .

F. If reques ted by Engineer, p rovide m ateria l tes t rep orts from a qua lified tes ting agency fo r aggreg a tes . Includ e service record da ta ind ica ting absence o f de le te rious expans ion o f concre te due to a lka li aggreg a te reactivity.

1.4 QUALITY ASSURANCE

A. Ins ta lle r Qualifica tions : An experienced ins ta lle r who has com ple ted concre te Wo rk s im ila r in m ateria l, des ig n and exten t to tha t ind ica ted fo r th is Pro ject and whose work has resu lted in cons truction with a record o f success fu l in -service perfo rm ance .

B. Manufacturer Qua lifica tions : A firm expe rienced in m anufactu ring ready-m ixed concre te p roducts com plying with ASTM C94 req u irem ents fo r p roduction facilities and equ ipm ent.

1. Manufacturer m us t be ce rtified accord ing to the Nationa l Ready Mixed Con cre te Associa tion 's Certifica tion o f Read y Mixed Concre te Production Facilities .

C. Tes ting Agency Qualifica tions : An independen t tes ting agency, accep tab le to au thorities having ju risd iction , qua lified accord ing to ASTM C1077 and ASTM E329 to conduct the tes ting ind ica ted , as docum ented accord ing to ASTM E548.

1. Personnel conducting fie ld tes ts sha ll be qua lified as ACI Concre te Fie ld Tes ting Technician , Grade 1.

D. Source Lim ita tions : Obta in each type o r clas s o f cem entitious m ateria l o f the sam e brand from the sam e m anufactu rer's p lan t, each aggrega te fro m one source , and each adm ixtu re fro m the sam e m anufactu rer.

Page 234: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 3

E. ACI Publica tions : Com p ly with ACI 301 and ACI 117, un less m o re s tringen t p rovis ions a re ind ica ted .

1.5 DELIVERY, STORAGE AND HANDLING

A. Deliver re in forcem ent to jobs ite with a ttached m e ta l o r p las tic tags with perm anent m ark nu m bers tha t m atch the shop drawing m ark num bers .

B. Deliver, s to re and hand le re in forcem ent to p reven t bend ing and dam age .

C. Support and s to re re in forcem ent above g round .

PART 2 - PRODUCTS

2.1 FORMWORK

A. Form work sha ll co m ply with ACI 347.

B. Form s fo r su rfaces expos ed to view:

1. Wood form s :

a . New 5-p ly s tructu ra l p lywood of concre te fo rm grade . b . Built-in -p lace o r p refabrica ted type pan el. c. 4 by 8 foo t shee ts fo r bu ilt-in -p lace type excep t where sm a lle r p ieces will

cover en tire a rea . d . When appro ved , p lywood m ay be reused .

2. Metal fo rm s :

a . Metal fo rm s exclud ing a lum inum m ay be used . b . Form s to b e tigh t to p reven t le akage , free o f rus t and s tra igh t withou t

den ts to p rovide m em b ers o f un ifo rm th ickness .

C. Form s fo r Cylindrica l Colum ns , Pedes ta ls and Sup ports : Meta l, g las s -fiber-re in forced p las tic, paper, o r fiber tub es tha t will p roduce requ ired surfaces

D. Cham fer Strips : Wood, m eta l, PVC, o r rubber s trips , 3/4-inch by 3/4-inch , un less no ted o therwise .

E. Form -Release Agent: Co m m ercia lly fo rm ula ted fo rm -re leas e agen t tha t will no t bond with , s ta in o r adverse ly a ffect concre te su rfaces and will no t im pair s ubsequen t trea tm ents o f concre te su rfaces .

1. Form ula te fo rm -re lease agen t with rus t inh ib ito r fo r s tee l fo rm -facing m ateria ls .

Page 235: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 4

F. Form Ties :

1. Com m ercia lly fabrica ted fo r use in fo rm cons truction . Do no t use wire ties . 2. Cons tructed so tha t ends o r end fas teners can be rem o ved withou t caus ing

spa lling a t su rfaces o f the concre te . 3. 3/4-inch m in im u m to 1-in ch m axim um d iam ete r cones on bo th ends . 4. Em bedded portion o f ties to be no t les s than 1-1/2 inches from face o f concre te

a fte r ends have been rem oved . 5. Provide ties with bu ilt-in wate rs tops in a ll wa lls tha t will b e in con tact with

p rocess liqu id during p lan t opera tion .

2.2 STEEL REINFORCEMENT

A. Reinforcing Bars : ASTM A615, Grade 60, deform ed .

B. Pla in -Stee l Weld ed Wire Fabric: ASTM A185, fabrica ted from as -drawn s tee l wire in to fla t shee ts .

2.3 REINFORCEMENT ACCESSORIES

A. Bar Supports : Bo ls te rs , cha irs , spacers , and o the r devices fo r spacing , supp orting , and fas ten ing re in forcing ba rs and we lded wire fabric in p lace . Manufactu re b a r supports accord ing to CRSI "Man ual o f Standard Practice" from s tee l w ire , p las tic, o r p recas t concre te o f g rea te r com press ive s treng th than concre te , and as fo llows :

1. For concre te su rfaces exposed to view wh ere leg s o f wire ba r supports con tact fo rm s , use CRSI Class 1 p las tic-p ro tected o r CRSI Class 2 s ta in less -s tee l bar supports .

2.4 CONCRETE MATERIALS

A. Portland Cem ent: ASTM C150, Type I, Typ e I/II, Type II o r Type V.

1. Type I Cem ent no t a llowed fo r s tructu res in tended to con ta in liqu id .

B. Fly Ash :

1. ASTM C618, Class C or F, includ ing requ irem ents o f Tab le 1A. 2. Non-s ta in ing . 3. Suited to p rovid e hard en ed concre te o f un ifo rm lig h t g ray co lor. 4. Maxim u m loss on ign ition : 3 pe rcen t. 5. Maxim u m water requ irem ent: 100 p ercen t (as percen t o f con tro l). 6. Fineness (m axim u m re ta ined on No. 325 s ieve): 25 percen t. 7. R-Factor, (CaO (%) – 5)/(Fe 2O3 (%)): 3.2 m axim um . 8. Com patib le with o ther concre te ingred ien ts and having no de le te rious e ffects on

the hardened concre te .

Page 236: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 5

9. Produced by source ap proved by the South Caro lina Sta te Depa rtm en t o f Transporta tion .

10. Fly ash and cem ent type used sha ll correspond to tha t upon which se lection o f concre te p roportions was based in the subm itted m ix d es ign .

C. Norm al-Weigh t Aggreg a te : ASTM C33, m odified a s fo llows :

1. Fine Aggrega te : Natura l sand . 2. Coarse Aggrega te Sieve Analys is :

a . Not m ore than one-fifth o f narrowes t d im ens ion be tween s ides o f fo rm s , one-th ird o f dep th o f s labs , nor th ree-fourths o f m in im um clear spacing be tween re in forcing ba rs . The m in im u m s ieve s ize used fo r coarse aggrega te fo r the ASTM nu m ber no ted is No . 4 s ieve in o rd er to accom m odate n a tionwide conditions .

b . For lean concre te , concre te topp ing , and in teg ra l wea ring course : ASTM C33, s ize num b er 8 (m axim um 3/8 in .).

c. For foo tings , m at foundation s labs and grade b eam s : ASTM C33 s ize num ber 467 (m axim u m 1-1/2 in .).

d . For a ll o ther concre te : ASTM C33 s ize num ber 57 o r 67 (m axim u m 1 in . o r 3/4 in .).

3. Poten tia l reactivity o f aggrega tes sha ll be de te rm in ed in accordance with Appendix XI o f ASTM C33.

D. Water: Po tab le and com p lying with ASTM C94.

2.5 ADMIXTURES

A. Genera l: Adm ixtures certified by m anufactu re r to con ta in no t m ore than 0.1 percen t water-so lub le ch loride io ns by m ass o f cem entitious m ateria l and to be com patib le with o ther ad m ixtures an d cem entitious m ate ria ls . Do no t use adm ixtu res con ta in ing ca lcium ch loride .

B. Air-Entra in ing Ad m ixture : ASTM C260.

C. Water-Reducing Adm ixture : ASTM C494, Type A.

D. High-Range , Wate r-Reducing Adm ixture : ASTM C494, Typ e F.

E. Water-Reducing and Acce lera ting Ad m ixtu re : ASTM C494, Type E.

F. Water-Reducing and Reta rd ing Adm ixture : ASTM C494, Type D.

G. High-Range , Wate r-Reducing and Reta rd ing Ad m ixtures : ASTM C494, Type G.

2.6 FIBER REINFORCEMENT

Page 237: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 6

A. Synthe tic Fibe r: Fib rilla ted po lypropylene fibe rs eng ineered and des igned fo r use in concre te , com plying with ASTM C1116, Type III, 1/2 to 1-1/2 inches long .

1. Availab le Products :

a . Fiberm esh ; Fiberm esh , Div. o f Syn the tic Indus tries . b . Grace Fib ers ; W. R. Grace & Co., Cons truction Products Divis ion . c. Or approved equal.

2.7 WATERSTOPS

A. Virg in PVC Conform ing to Corps o f Engineers Specifica tion CRD-C 572, fo r em bedding in concre te to p reven t p assage o f flu ids th rough jo in ts . Facto ry fabrica te corne rs , in te rsections , and d irectio na l changes , leaving on ly s tra igh t bu tt sp lices fo r the fie ld .

1. Manufactu rers .

a . Greens treak. b . W. R. Meadows , Inc. c. Or approved equal.

2. In a ll jo in ts :

a . 6 inches wide b y 3/8-inch th ick serra ted with bu lb .

3. Provide hog rings o r g ro m m ets a t m axim um 12 inches o .c. a long the leng th o f the waters top .

B. Strip Type Waters tops : Manufactu red rectangula r s trip , non-ben ton ite , hydrophylic m ate ria l fo r adhes ive bon ding to concre te .

1. Products :

a . Ultra Sea l; Adeka . b . Hydro tite ; Greens treak. c. Or approved equal.

2.8 VAPOR BARRIERS

A. ASTM E1745, Class C, o f one o f the fo llowing m ate ria ls ; o r po lye thylene shee t, ASTM D4397, no t les s than 10 m ils th ick:

1. Nonwoven , po lyes te r-re in forced , po lye thylene coa ted shee t; 10 m ils th ick.

2.9 FLOOR AND SLAB TREATMENTS

Page 238: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 7

A. Penetra ting Liqu id Floor Trea tm ent: Chem ica lly reactive , waterbo rne so lu tion o f inorgan ic s ilica te o r s ilicona te m ate ria ls and p roprie ta ry com pon ents ; odorles s ; co lo rles s ; tha t pene tra tes , hardens , and d ens ifies concre te su rfaces .

B. Availab le Products : Sub ject to com pliance with requ irem ents , p roducts tha t m ay be incorpora ted in to the Wo rk include , bu t a re no t lim ited to , the fo llowing :

1. Penetra ting Liqu id Floor Trea tm ent:

a . Day-Chem Sure Hard ; Dayton Superio r Co rpora tio n . b . Euco Diam ond Hard ; Euclid Chem ica l Co . c. Seal Ha rd ; L&M Cons truction Chem ica ls , Inc.

2.10 CURING MATERIALS

A. Evapora tion Reta rder: Waterborn e , m onom olecu lar film form ing , m anufactu red fo r app lica tion to fresh concre te .

B. Absorp tive Cove r: AASHTO M 182, Class 2, burlap clo th m ad e fro m ju te o r kenaf, weigh ing appro xim ate ly 9 ounces per square ya rd d ry.

C. Mois tu re-Reta in ing Cover: ASTM C171, po lye thylene film or white burlap-po lye thylene shee t.

D. Water: Po tab le .

E. Clea r, So lven t-Born e , Mem brane-Form ing Cu ring Com pound: ASTM C309, Type 1, Class B.

F. Availab le Products : Sub ject to com pliance with requ irem ents , p roducts tha t m ay be incorpora ted in to the Wo rk include , bu t a re no t lim ited to , the fo llowing :

1. Evapora tion Reta rder:

a . Eucobar; Euclid Chem ica l Co . b . E-Con; L&M Cons truction Chem ica ls , Inc. c. Confilm ; Mas te r Builders , Inc.

2. Clea r, So lven t-Borne , Mem bran e-Form ing Cu ring Com pound:

a . Diam ond Clear; Euclid Ch em ica l Co . b . L&M Dress & Sea l 18; L&M Cons truction Chem ica ls , Inc. c. CS-309; W. R. Meadows , Inc.

2.11 RELATED MATERIALS

A. Epoxy J o in t Fille r S trips : ASTM D1751, asphalt-sa tu ra ted ce llu los ic fiber.

Page 239: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 8

B. Epoxy J o in t Fille r: Two-com ponent, sem i-rig id , 100 percen t so lids , epoxy res in with a Shore A hardn ess o f 80 p er ASTM D2240.

C. Epoxy-Bonding Adhes ive : ASTM C881, two-com ponent epoxy res in , capab le o f hum id curing and bonding to dam p surfaces , o f clas s and g rade to su it requ irem en ts , and as fo llows :

1. Type II, non-load bea rin g , fo r bonding fresh ly m ixed concre te to h ard ened concre te .

2. Types I and II, non-load bearing , fo r bonding hardened or fresh ly m ixed concre te to hardened con cre te .

3. Types IV and V, load b earing , fo r bonding harden ed or fresh ly m ixed concre te to hardened concre te .

2.12 REPAIR MATERIALS

A. Repair Topping : Traffic-bearing , cem ent-based , po lym er-m odified , s e lf-leve ling p roduct tha t can be app lied in th icknesses from 1/4 inch .

1. Cem ent Binder: ASTM C150, portland cem ent o r hydrau lic o r b lended hyd rau lic cem ent as defined in ASTM C219.

2. Prim er: Product o f topp ing m anufactu re r recom m ended fo r subs tra te , cond itions , and app lica tion .

3. Aggregate : Well-g rad ed , washed g rave l, 1/8 to 1/4 inch o r coa rse san d as recom m ended b y topp ing m anufactu re r.

4. Com press ive Streng th : Not les s than 5700 ps i a t 28 days wh en tes ted accord ing to ASTM C109.

B. Patch ing Morta r: Mix d ry-pack pa tch ing m o rta r, cons is ting o f one p art portland cem ent to two and one-ha lf parts fine agg rega te pass ing a No . 16 s ieve , us ing on ly enough water fo r hand lin g and p lacing .

2.13 CONCRETE MIXES

A. Prepare d es ign m ixes fo r each type and s treng th o f concre te d e te rm ined by e ithe r labora to ry tria l m ix o r fie ld tes t da ta bases , as fo llo ws :

1. Proportion norm al-weigh t concre te accord ing to ACI 211.1 and ACI 301.

B. Use a qua lified independ en t tes ting agency fo r p reparing and repo rting p roposed m ix des igns fo r the labora to ry tria l m ix b as is .

C. All concre te to be norm al weigh t concre te .

D. Minim um 28-day co m press ive s treng ths :

1. Sidewalks , concre te fill an d lean concre te : 3,000 ps i 2. Mud s lab and concre te fo r backfill: 2,000 ps i.

Page 240: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 9

3. All o ther concre te : 4,000 ps i 4. Slum p: 4 inches m axim u m , 1 inch m in im um . Mud s lab sha ll have no m axim um

s lum p. 5. Provide add itiona l wate r a t ready m ix p lan t fo r concre te tha t is to b e pum p ed to

a llow for s lu m p loss due to pum ping . Provid e on ly enough add itiona l wate r so tha t s lum p of concre te a t d ischarge end of p um p hose does no t exceed m axim u m s lum p specified .

6. Maxim u m s lu m p for con cre te con ta in ing h igh-ran ge wate r-reducing adm ixture : 8 inches a fte r ad m ixture is added to concre te with 2- to 4-inch s lum p.

E. Norm al weigh t concre te m in im u m cem ent con ten ts and m axim um water cem ent ra tios :

Specified Streng th (ps i)

Min im um Cem ent (Lbs /CY)

Maxim u m Water/Cem ent Ratio by Weigh t

2,000 235* - 3,000 517* 0.50 4,000 611* 0.45

* If fly ash is p roposed fo r use , the weigh t o f fly ash p lus weigh t o f portland cem ent sha ll equa l these va lu es .

F. Cem entitious Mate ria ls : Lim it pe rcen tage b y we igh t o f cem entitious m ate ria ls o ther than portland cem ent in concre te as fo llows :

1. Fly Ash :

a . For cas t-in -p lace concre te on ly, a m axim u m of 25 percen t b y weigh t o f portland cem ent con ten t per cub ic yard m ay b e rep laced with fly ash a t a ra te o f 1 pound fly ash fo r 1 pound cem ent.

b . If fly ash is used , the water to fly ash p lus cem ent ra tio no t to exceed the m axim u m water cem ent ra tio specified in th is Section .

G. Air Conten t: Add a ir-en tra in ing adm ixture a t m an ufactu rer's p rescribed ra te to resu lt in concre te a t po in t o f p lacem ent having an a ir con ten t as fo llows with in a to le rance o f p lus 1 o r m inus 1.5 p ercen t, un less o therwise ind ica ted :

1. 5.5 pe rcen t fo r 1-1/2-inch nom inal m axim u m agg rega te s ize . 2. 6 percen t fo r 1-inch nom inal m axim um aggreg a te s ize . 3. 0 percen t fo r m ud s labs .

H. Do no t a ir en tra in concre te to trowel-fin ished in te rio r floors and suspended s labs . Do no t a llow en trapped a ir con ten t to exceed 3 pe rcen t.

I. Lim it water-so lub le , ch lo ride-ion con ten t in hard ened concre te to 0.15 p ercen t by weigh t o f cem ent.

J . Synthe tic Fibe r: Uniform ly d isperse in concre te m ix a t m anufactu rer's recom m ended ra te , bu t no t les s than 1.5 pounds per cub ic yard .

Page 241: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 10

1. Fibers to be used in concre te fill and where ind ica ted on Drawings .

K. Adm ixtures : Use ad m ixtures accord ing to m anufactu rer's written ins tructions .

1. Use wate r-reducing adm ixture o r h igh-rang e wate r-reducing adm ixture (superp las ticizer) in concre te , as requ ired , fo r p lacem ent and workab ility.

2. Use water-reducing an d re ta rd ing adm ixture when requ ired by h igh tem pera tu res , lo w hum id ity, o r o ther adve rse p lacem ent conditions .

2.14 FABRICATING REINFORCEMENT

A. Fabrica te s tee l re in forcem ent accord ing to CRSI "Manual o f S tanda rd Practice ."

2.15 CONCRETE MIXING

A. Read y-Mixed Concre te : Measure , ba tch , m ix, and de liver concre te accord ing to ASTM C94 and ASTM C1116, and fu rn ish ba tch ticke t in form ation .

1. When a ir tem pera tu re is be tween 85 and 90 d egrees F, reduce m ixing and de live ry tim e fro m 1-1/2 hours to 75 m inu tes ; wh en a ir tem pera tu re is abo ve 90 degrees F, reduce m ixing and de livery tim e to 60 m inu tes .

PART 3 - EXECUTION

3.1 FORMWORK

A. Des ign , e rect, shore , b race , and m a in ta in fo rm wo rk, accord ing to ACI 301, to support vertica l, la te ra l, s ta tic, and dynam ic loads , and cons truction loads tha t m igh t be app lied , un til concre te s tructu re can support such loads .

B. Cons truct fo rm wo rk so concre te m em bers an d s tructu res a re o f s ize , shape , a lignm ent, e leva tion , and pos ition ind ica ted , with in to le rance lim its o f ACI 117.

C. Lim it concre te su rface irregu larities , des igna ted by ACI 347R as ab rup t o r g radual, as fo llows :

1. Class B, 1/4 inch .

D. Cons truct fo rm s to p reven t loss o f concre te m orta r.

E. Fabrica te fo rm s fo r eas y rem oval withou t ham m ering o r p rying aga in s t concre te su rfaces . Provide crush o r wrecking p la tes whe re s tripp ing m ay dam age cas t concre te su rfaces . Provide top fo rm s fo r inclined surfaces s teeper than 1.5 horizon ta l to 1 vertica l. Ke rf wood inserts fo r fo rm ing keyways , reg le ts , recesses , and the like , fo r easy rem o val.

Page 242: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 11

1. Do no t use rus t-s ta ined s tee l fo rm -facing m ateria l.

F. Set edge fo rm s , bu lkheads , and in te rm edia te screed s trips fo r s labs to ach ieve requ ired e leva tions and s lopes in fin ished concre te su rfaces . Provide and secure un its to support screed s trips ; use s trike-off tem pla tes o r com pacting-type screed s .

G. Provide tem pora ry open ings fo r cleanouts and inspection ports where in te rio r a rea o f fo rm wo rk is inaccess ib le . Close open ings with pane ls tigh tly fitted to fo rm s and secure ly b raced to p reven t loss of concre te m orta r. Loca te tem pora ry o pen ings in fo rm s a t inconsp icuous loca tions .

H. Cham fer exterio r corne rs and edges o f perm anently exposed concre te .

I. Form op en ings , chases , o ffse ts , s inkages , keyways , reg le ts , b locking , screeds , and bu lkheads requ ired in the Work. Determ in e s izes and loca tions from trades p rovid ing such item s .

J . Clean fo rm s and ad jacen t su rfaces to rece ive concre te . Rem ove ch ips , wood , sawdus t, d irt, and o ther d ebris jus t before p lacing concre te .

K. Retigh ten fo rm s and bracing before p lacing concre te , as requ ired , to p reven t m o rta r leaks and m ain ta in p rop e r a lign m ent.

L. Coat con tact su rfaces o f fo rm s with fo rm -re lease agen t, accord ing to m an ufactu rer's written ins tructions , before p lacing re in forcem ent.

3.2 EMBEDDED ITEMS

A. Place and secure anchorage devices and o the r em bedded item s requ ired fo r ad jo in ing work tha t is a ttached to o r supported by cas t-in -p lace concre te . Use se tting d rawings , tem pla tes , d iagram s , ins tructions , and d irections fu rn ished with item s to be em bedded .

1. Ins ta ll anchor bo lts , accura te ly loca ted , to e leva tion s requ ired .

3.3 REMOVING AND REUSING FORMS

A. Genera l: Form work, fo r s ides o f beam s , walls , co lu m ns , and s im ila r p arts o f the Work, tha t does no t support weigh t o f concre te m ay b e rem oved afte r cum ula tive ly curing a t no t les s than 50 degrees F fo r 24 hours a fte r p lacing concre te p rovided concre te is hard enough to no t be dam aged by fo rm -rem oval opera tions and p rovided curing and pro tection opera tions a re m ain ta in ed .

B. Leave fo rm wo rk, fo r beam soffits , jo is ts , s labs , and o ther s tructu ra l e lem ents , tha t supports weigh t o f concre te in p lace un til concre te has ach ieved the fo llowing :

1. Age of 4 days and a t le as t 70 pe rcen t o f 28-day des ign com press ive s treng th .

Page 243: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 12

a . Determ ine com press ive s treng th o f in -p lace concre te by tes ting represen ta tive fie ld o r labora to ry-cured tes t sp ecim ens accord ing to ACI 301.

2. Rem ove fo rm s on ly if shores have been a rranged to perm it rem oval o f fo rm s withou t loosen ing o r d is tu rb ing shores .

C. Clean and rep a ir su rfaces o f fo rm s to be reu sed in the Work. Sp lit, frayed , de lam ina ted , o r o therwis e dam aged fo rm -facing m ate ria l will no t be accep tab le fo r exposed surfaces . Apply new form -re lease ag en t.

D. When form s a re reused , clean surfaces , rem ove fins and la itance , and tigh ten to close jo in ts . Align and secure jo in ts to avo id o ffse ts . Do no t use pa tched fo rm s fo r exposed concre te su rfaces un less approved b y Enginee r.

3.4 VAPOR BARRIERS

A. Vapor Barrie r: Ins ta ll a con tinuous vapor barrie r under a ll bu ild ing floor s labs -on-grade .

B. Place , p ro tect, and rep a ir vapor ba rrie r shee ts accord ing to ASTM E1643 and m anufactu rer's written ins tructions .

C. Cover vapor ba rrie r with 4-inch laye r o f sand , m o is ten , and com pact with m echan ica l equ ipm ent to e leva tion to le rances o f p lus 0 inch o r m inus 3/4 inch .

3.5 STEEL REINFORCEMENT

A. Genera l: Co m ply with CRSI "Manua l o f S tanda rd Practice" fo r p lacing re in fo rcem ent.

1. Do no t cu t o r puncture vapor ba rrie r. Repair dam age and resea l vapo r b arrie r before p lacing concre te .

B. Clean re in forcem ent o f loose rus t and m ill s ca le , earth , ice , and o ther fo re ign m ate ria ls .

C. Accura te ly pos ition , support, and secure re in forcem ent aga ins t d isp lacem ent. Loca te and support re in forcem ent with bar supports to m ain ta in m in im u m concre te cover. Do no t tack weld cross ing re in forcing ba rs .

D. Set wire ties with ends d irected in to concre te , no t toward exposed concre te su rfaces .

E. Ins ta ll welded wire fabric in longes t p racticab le leng ths on bar supports spaced to m in im ize sagg ing . Lap edges and ends o f ad jo in ing shee ts a t leas t one m esh spacing. Offse t laps o f ad jo in ing shee t wid ths to p reven t con tinuous laps in e ither d irection . Lace ove rlaps with wire .

Page 244: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 13

3.6 J OINTS

A. Genera l: Cons truct jo in ts true to line with faces perpendicu la r to su rface p lan e o f concre te .

B. Cons truction J o in ts : Ins ta ll so s treng th and appea rance o f concre te a re no t im p aired , a t loca tions ind ica ted o r a s approved by Engineer.

1. Place jo in ts perpendicu lar to m ain re in forcem ent. Continue re in forcem ent across construction jo ints , un less otherwise in d ica ted . Do no t continue re in forcem ent th rough s ides o f s trip p lacem ents o f floors and s labs .

2. Provide roughen ed cons truction jo in ts a t a ll horizon ta l wall base cons truction jo in ts as a m in im um .

a . Clean the p revious ly ha rd ened concre te in te rface and rem o ve a ll la itance . b . In ten tiona lly roughen the in te rface to a fu ll am plitude o f 1/4 inch . c. Provide recessed fla t su rface as requ ired to ins ta ll s trip type wate rs tops .

3. Contracto r m ay provide con tinuous keyways as an a lte rna te to roughen ed jo in ts specified above a t a ll o th er cons truction jo in ts . Cons truction jo in t keyways sha ll have the fo llowing d im ens ions , un less shown o therwise on Drawing s o r d irected o therwise by En gineer.

a . Cons truction jo in t keyways in walls :

1) Keyway wid th , no t les s than 1/3 and no t m ore than 1/2 the wall th ickness m easured perp endicu lar to wall faces .

2) Keyway dep th to be no t les s than 1-1/2 inches . 3) Place keyway in wall cen ter un less shown o therwise on Drawings .

b . Cons truction jo in t keyways in foo tings , foundations , base s labs , and s tructu ra l o r e leva ted s labs :

1) Keyway he igh t no t les s than 1/3 and no t m ore than 1/2 the foo ting o r s lab th ickness .

2) Keyway dep th no t les s than 1-1/2 inches . 3) Keyway in foo ting o r s lab cen ter un less shown o therwise on

Drawings .

c. Cons truction jo in t keyways in beam s :

1) Keyway he igh t no t les s than 1/3 and no t m ore than 1/2 the beam dep th .

2) Keyway dep th no t les s than 1-1/2 inches . 3) Keyway in beam cen te r u n less shown o therwise o n Drawings .

4. Form from p reform ed ga lvan ized s tee l, p las tic keyway-section fo rm s , o r bu lkhead fo rm s with keys , un less o therwise ind ica ted . Em bed keys a t leas t 1-1/2 inches in to concre te .

Page 245: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 14

5. Locate jo in ts fo r beam s , s labs , jo is ts , and g irders in the m idd le th ird o f spans . Offse t jo in ts in g irders a m in im um d is tance o f twice the beam wid th fro m a beam -g irder in te rsection .

6. Locate horizon ta l jo in ts in wa lls and co lum ns a t unders ide o f floors , s labs , beam s , and g irde rs and a t the top o f foo tings o r floor s labs .

7. Cons truction jo in t spacing :

a . Genera l - S tructu res no t in tended to con ta in liqu id :

1) Wall vertica l cons truction jo in ts :

a ) 60 fee t m axim u m cen te rs . b ) At wall in te rsections , 30 fee t m axim um from corn e r.

2) Wall horizon ta l cons truction jo in ts : 20 to 25 foo t cen ters . 3) Base s lab , floor and roof s lab cons truction jo in ts :

a ) Placem ents to be approxim ate ly square and no t to exceed 3,500 square fee t.

b ) Maxim u m s ide d im ens io n o f a s lab pour to be 80 fee t.

b . Structu res in tended to con ta in liqu ids :

1) Wall vertica l cons truction jo in ts :

a ) 30 foo t m axim um cen te rs . b ) At wall in te rsections , 15 fee t m axim um from corn e r.

2) Wall horizon ta l cons truction jo in ts : 10 to 15 fee t cen ters . 3) Base s lab , floor, and roof s lab cons truction jo in ts :

a ) Placem ents to be approxim ate ly square and no t to exceed 2,000 square fee t.

b ) Maxim u m s ide d im ens io n o f a s lab pour to be 60 fee t.

8. Space ve rtica l jo in ts in walls as ind ica ted . Loca te jo in ts bes ide p ie rs in tegra l with walls , n ear corners , and in concea led loca tion s where poss ib le .

9. Use epoxy-bonding adhes ive a t loca tions where fresh concre te is p laced ag a ins t hardened o r partia lly hardened concre te su rfaces .

C. Contraction J o in ts in Slabs -on-Grade: Form weakened-p lan e con traction jo in ts , s ection ing concre te in to a reas as ind ica ted . Cons truct con traction jo in ts fo r a dep th equal to a t le as t one-fourth o f concre te th ickness , as fo llows :

1. Grooved J o in ts : Form contraction jo in ts a fte r in itia l floa ting b y g rooving and fin ish ing each edge o f jo in t to a rad ius o f 1/8 inch . Repea t g roovin g o f con traction jo in ts a fte r app lying surface fin ishes . Elim ina te g roove r too l m arks on concre te su rfaces .

2. Sawed J o in ts : Fo rm con traction jo in ts with power saws equ ipped with sha tte rp roof abras ive o r d iam ond-rim m ed b lades . Cu t 1/8-inch wide jo in ts in to

Page 246: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 15

concre te when cu tting action will no t tear, ab rade , o r o the rwise dam age surface and before concre te d eve lops random contraction cracks .

3.7 WATERSTOPS

A. Flexib le Waters tops : Ins ta ll in cons truction jo in ts as ind ica ted to fo rm a con tinuous d iaphrag m . Ins ta ll in longes t leng ths p racticab le . Suppo rt and p ro tect exposed waters tops during p rogre ss o f Work. Fie ld -fabrica te jo in ts in wate rs tops accord ing to m anufactu rer's written ins tructions .

B. Self-Expanding Strip Waters tops : Ins ta ll in cons truction jo in ts and a t o ther loca tions ind ica ted , accord ing to m anufactu rer's written in s tructions , bonding or m echan ica lly fas ten ing and firm ly p ress ing in to p lace . Ins ta ll in longes t leng ths p racticab le .

3.8 CONCRETE PLACEMENT

A. Before p lacing concre te , ve rify tha t ins ta lla tion o f fo rm work, re in forcem ent, and em bedded item s is com p le te and tha t requ ired inspections have been p erfo rm ed .

B. Do no t add water to co ncre te during de live ry, a t Pro ject s ite , o r during p lacem ent, un less approved by Engin eer.

1. Do no t add wate r to concre te a fte r add ing h igh-range water-redu cing adm ixtu res to m ix.

C. Depos it concre te con tinuous ly o r in layers o f such th ickness tha t no new concre te will be p laced on concre te tha t has hardened enou gh to cause seam s or p lanes o f weakness . If a section cannot be p laced con tinuous ly, p rovid e cons truction jo in ts as specified . Depos it concre te to avo id segrega tion .

D. Depos it concre te in fo rm s in horizon ta l layers no deeper than 24 inches and in a m anne r to avo id inclined cons truction jo in ts . Place each laye r while p reced ing layer is s till p las tic, to avo id co ld jo in ts .

1. Conso lida te p laced con cre te with m echan ica l vib ra ting equ ipm ent. Use equ ipm ent and proced ures fo r conso lida ting concre te recom m end ed by ACI 309R.

2. Do no t use vib ra to rs to transport concre te ins ide fo rm s . Insert and withd raw vibra to rs ve rtica lly a t un ifo rm ly spaced loca tions no fa rther than the vis ib le e ffectiveness o f the vib ra to r. Place vib ra to rs to rap id ly pen e tra te p laced layer and a t le as t 6 inches in to p roceed ing laye r. Do no t insert vib ra to rs in to lower laye rs o f concre te tha t h ave b egun to lose p las ticity. At each insertion , lim it dura tion o f vib ra tion to tim e n ecessary to conso lida te concre te and com p le te em bed m ent o f re in forcem ent and o ther em bedd ed item s withou t caus in g m ix cons tituen ts to segrega te .

E. Depos it concre te as nearly as p racticab le in its fina l pos ition to avo id segrega tion .

Page 247: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 16

1. Maxim u m free fa ll: 5 fee t. 2. Free fa ll exceed ing 5 fee t:

a . Place concre te by m eans o f hopper, e leph an t trunk or trem ie p ipe extend ing down to with in 5 fee t o f su rface p laced u pon .

F. Depos it and conso lida te concre te fo r floo rs and s labs in a con tinuous opera tion , with in lim its o f cons truction jo ints , un til p lacem ent o f a p ane l o r section is com ple te .

1. Conso lida te concre te during p lacem ent opera tio ns so concre te is thoroughly worked a round re in forcem ent and o ther em bedded item s and in to corne rs .

2. Mainta in re in forcem ent in pos ition on cha irs during concre te p lacem ent. 3. Screed s lab surfaces with a s tra igh tedge and s trike o ff to correct e leva tions . 4. Slope surfaces un ifo rm ly to d ra ins whe re requ ired . 5. Begin in itia l floa ting us in g bu ll floa ts o r da rb ies to fo rm a un ifo rm and o pen-

textu red surface p lane , free o f hum ps or ho llows , before excess m ois tu re o r b leedwater appea rs on the surface . Do no t fu rther d is tu rb s lab surfaces b efore s ta rting fin ish ing opera tio ns .

G. Cold-Weathe r Placem ent: Co m ply with ACI 306.1 and as fo llo ws . Pro tect concre te work from phys ica l dam age o r reduced s tren g th tha t cou ld be caused by fros t, freezing actions , o r lo w tem pera tu res .

1. When a ir tem pera tu re has fa llen to o r is expected to fa ll be low 40 deg rees F, un ifo rm ly hea t wate r and aggrega tes b efore m ixing to ob ta in a concre te m ixture tem pera tu re o f no t les s than 50 degrees F and no t m ore than 80 d egrees F a t po in t o f p lacem ent.

2. Do no t use frozen m ateria ls o r m ateria ls con ta in ing ice o r snow. Do not p lace concre te on frozen subgrade o r on subgrad e con ta in ing frozen m ateria ls .

3. Do no t use ca lcium ch loride , sa lt, o r o ther m ateria ls con ta in ing an tifreeze ag en ts o r chem ica l acce le ra to rs , un less o therwise specified and approved in m ix des igns .

H. Hot-Weather Placem ent: Place concre te accord ing to recom m endations in ACI 305R and as fo llows , when ho t-weathe r conditions exis t:

1. Cool ingred ien ts before m ixing to m ain ta in concre te tem pera tu re be low 90 degrees F a t tim e of p lacem ent. Ch illed m ixing water o r chopped ice m ay be used to con tro l tem pera tu re , p rovided water equ iva len t o f ice is ca lcu la ted to to ta l am ount o f m ixing wate r. Us ing liqu id n itrogen to coo l concre te is Contracto r's op tion .

2. Cover s tee l re in forcem en t with water-soaked burlap so s tee l tem pera tu re will no t exceed am bien t a ir tem pera tu re im m edia te ly b efore em bedding in concre te .

3. Fog-spray fo rm s , s tee l re in forcem ent, and subgrade jus t b efore p lacing concre te . Keep subgrade m ois tu re un ifo rm with ou t s tand ing water, so ft spo ts , o r d ry a reas .

3.9 FINISHING FORMED SURFACES

Page 248: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 17

A. Ordinary Fin ish : Fin ish resu lting d irectly fro m form wo rk fo r su rfaces th a t will b e h idden from view by earth , subm erg ence in wate r o r sewage or subsequen t cons truction .

1. Patch honeycom bing , s tone pockets , fo rm ties , spa lls , and o ther irregu laritie s as specified and cure .

2. Where jo in t m arks o r fins on subm erged surfaces exceed 1/4 inch , g rind s m ooth .

B. Sm ooth Fin ish : In te rio r concre te su rfaces pe rm anently exposed to view, in te rio r su rface o f tanks exposed to view extend ing 1 foo t 6 inches be low liqu id leve l, and concre te su rfaces scheduled to be pa in ted .

1. After rem oval o f fo rm s , pa tch o r po in t up defects as specified and cure . 2. Grind jo in t m arks and fin s sm ooth with ad jacen t su rface . Rem o ve o il s ta in s and

rinse surface . 3. After g rind ing and clean ing , dam p en concre te and pa in t en tire su rface with

cem ent g rou t. Work cem ent g rou t in to surface with cork o r o ther su itab le floa t. When grou t has se t to where it will no t be pu lled ou t o f ho les o r depress ions , b rush o ff su rface with d ry burlap o r ca rpe t.

4. Prepare surfaces to be pa in ted in accordance with Section 09900 and pa in t m anufactu rer’s requ irem ents .

C. Rubbed Fin ish : Exterio r cas t-in -p lace concre te su rfaces perm anently exposed to view extend ing to 1 foo t 6 inch es be low fin ish g rad e o r liqu id leve l.

1. After rem oval o f fo rm s , pa tch o r po in t up defects as specified and cure . 2. Rem ove jo in t m arks , fins , and s ta ins as described fo r sm ooth fin ish . 3. Apply heavy coa t o f fin ish ing g rou t. Afte r firs t coa t has se t, app ly second coa t.

When second coa t has se t, floa t to un ifo rm texture . 4. Follow m anufactu re r’s written ins tructions fo r fin ish ing concre te . 5. Fin ish co lor sha ll be g ray.

D. Rela ted Unform ed Surfaces : At tops o f walls , horizon ta l o ffse ts , and s im ila r unform ed surfaces ad jacen t to fo rm ed su rfaces , s trike o ff sm ooth and fin ish with a textu re m atch ing ad jacen t fo rm ed surfaces . Continue fina l su rface trea tm ent o f fo rm ed surfaces un ifo rm ly across ad jacen t unform ed surfaces , un less o therwise ind ica ted .

3.10 FINISHING FLOORS AND SLABS

A. Genera l: Co m ply with recom m endations in ACI 302.1R for screed ing , res tra igh ten ing , and fin ish ing opera tions fo r concre te su rfaces . Elim ina te h igh and lo w p laces , b ring floors to requ ired fin ish e leva tions , and s lope un ifo rm ly to d ra ins . Do no t wet concre te su rfaces o r dus t su rface with d ry cem ent o r sand during fin ish ing p rocesses .

B. Scra tch Fin ish : Apply scra tch fin ish to su rfaces ind ica ted and to surfaces to rece ive concre te floor topp ing o r m orta r se tting beds fo r ceram ic o r qua rry tile , portland cem ent te rrazzo , and o the r bonded cem entitious floor fin ishes .

Page 249: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 18

1. While s till p las tic, textu re concre te su rface tha t has been screeded and bu ll-floa ted o r da rb ied . Use s tiff b rushes , b room s , o r rakes .

C. Floa t Fin ish : Apply floa t fin ish to su rfaces ind ica ted , to su rfaces to rece ive trowel fin ish , subm erged and buried s labs , and to floor and s lab surfaces to be covered with flu id -app lied o r shee t waterproofing , bu ilt-up o r m em brane roofing , o r sand-bed te rrazzo .

1. Conso lida te su rface with power-driven floa ts o r by hand floa ting if a rea is s m all o r inaccess ib le to power d riven floa ts . Res tra igh ten , cu t down h igh spo ts , and fill low spo ts . Repea t floa t passes and res tra igh ten ing un til su rface is le ft with a un ifo rm , sm ooth , g ranu la r textu re .

2. Fin ish surfaces to the fo llowing to le rances , m easu red with in 24 hours accord ing to ASTM E1155:

a . Specified o vera ll va lu es o f fla tness , FF 20; and leve lness , FL 15; with m in im um loca l va lues o f fla tness , FF 15; and leve lnes s , FL 10.

D. Trowel Fin ish : Apply a trowe l fin ish to su rfaces ind ica ted and to floor and s lab surfaces exposed to view or to be covered with res ilien t flooring , carpe t, ceram ic o r quarry tile se t o ver a cleavage m em b rane , pa in t, o r ano the r th in film -fin ish coa ting sys tem .

1. After app lying floa t fin ish , app ly firs t trowel fin is h and conso lida te concre te by hand or power-driven tro wel. Continue tro weling passes and res tra igh ten un til su rface is free o f trowel m arks and un ifo rm in textu re and appea rance . Grind sm ooth any surface defects tha t would te legraph th rough app lied coa tings o r floor coverings , if app licab le .

2. Fin ish surfaces to the fo llowing to le rances , m easu red with in 24 hours accord ing to ASTM E1155 fo r a rand om ly tra fficked floor su rface :

a . Specified o vera ll va lu es o f fla tness , FF 30; and leve lness , FL 20; with m in im um loca l va lues o f fla tness , FF 20; and leve lness , FL 13.

E. Broom Fin ish : Apply a b room fin ish to exterio r concre te p la tfo rm s , s teps , ram ps , s idewalks , and e lsewhere as ind ica ted .

1. Im m edia te ly a fte r floa t fin ish ing , s ligh tly rou ghen tra fficked surface by b room ing with fibe r-b ris tle b room pe rpendicu lar to m ain tra ffic rou te . Coord ina te requ ired fina l fin ish with Engineer befo re app lica tion .

3.11 MISCELLANEOUS CONCRETE ITEMS

A. Filling In : Fill in ho les and open ings le ft in concre te s tructu res , un less o therwise ind ica ted , a fte r work o f o ther trades is in p lace . Mix, p lace , and cure concre te , as specified , to b lend with in -p lace cons truction . Provide o ther m isce llaneou s concre te filling ind ica ted o r requ ired to com ple te Work.

Page 250: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 19

B. Curbs : Pro vide m onolith ic fin ish to in te rio r cu rbs by s tripp ing fo rm s while concre te is s till g reen and by s tee l-troweling surfaces to a hard , dense fin ish with corners , in te rsections , and te rm in a tions s ligh tly rounded .

C. Equipm ent Bases and Foundations : Provide m achine and equ ipm ent bases and foundations as shown on Drawings . Se t anchor bo lts fo r m ach ines and equ ipm ent a t correct e leva tions , com plying with d iagram s or tem pla tes o f m anufactu rer fu rn ish ing m achines and equ ip m ent.

3.12 CONCRETE PROTECTION AND CURING

A. Genera l: Pro tect fresh ly p laced concre te from prem ature d rying and exces s ive co ld o r ho t tem pera tu res . Co m ply with ACI 306.1 fo r co ld -weather p ro tectio n and with recom m endations in ACI 305R for ho t-weathe r p ro tection during curing .

B. Evapora tion Retarde r: Apply evapora tion re ta rde r to unform ed concre te su rfaces if ho t, d ry, o r wind y conditions cause m ois tu re loss approach ing 0.2 lb /squa re fee t by he igh t before and du rin g fin ish ing opera tions . Apply accord ing to m anufactu rer's written ins tructions a fte r p lacing , screed ing , and b u ll floa ting o r da rbying co ncre te , bu t before floa t fin ish ing .

C. Form ed Su rfaces : Cure -fo rm ed concre te su rfaces , includ ing unders ide o f beam s , supported s labs , and o ther s im ila r su rfaces . If fo rm s rem ain during curing period , m ois t cure a fte r loosen ing fo rm s . If rem oving fo rm s before end of curing period , con tinue curing by one o r a com bina tion o f the m ethods ind ica ted fo r unform ed surfaces :

D. Unform ed Surfaces : Beg in curing im m edia te ly a fte r fin ish ing concre te . Cure unform ed surfaces , inclu d ing floors and s labs , concre te floor topp ings , and o ther su rfaces , by one o r a com bina tion o f the fo llowing m ethods :

1. Mois tu re Curing : Keep surfaces con tinuous ly m ois t fo r no t les s than seven days with the fo llowing m ate ria ls :

a . Water. b . Continuous water-fog spray. c. Absorp tive cover, water sa tu ra ted , and kep t con tinuous ly wet. Cover

concre te su rfaces and edges with 12-inch lap over ad jacen t absorp tive covers .

2. Mois tu re-Reta in ing-Cover Curing : Cove r concre te su rfaces w ith m ois tu re-re ta in ing cover fo r curin g concre te , p laced in wides t p racticab le wid th , with s ides and ends lapped a t leas t 12 inches , and sea led by waterproof tape o r adhes ive . Cure fo r no t les s than seven days . Im m edia te ly repa ir any ho les o r tears during curing pe rio d us ing cover m ateria l an d waterp roof tape .

a . Mois tu re cure o r use m o is tu re-re ta in ing cove rs to cure concre te su rfaces to rece ive floor cove rings .

Page 251: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 20

b . Mois tu re cure o r use m o is tu re-re ta in ing cove rs to cure concre te su rfaces to rece ive pene tra ting liq u id floor trea tm ents .

c. Cure concre te su rfaces to rece ive floor coverings with e ithe r a m o is tu re-re ta in ing cove r o r a curing com pound tha t the m anufactu rer recom m ends fo r use with floor cove rin gs .

3. Curing Co m pound: Apply un ifo rm ly in con tinuous opera tion by power spray o r ro lle r accord ing to m anu factu rer's written ins tructions . Recoat a reas sub jected to heavy ra in fa ll with in th ree hours a fte r in itia l ap p lica tion . Main ta in con tinu ity o f coa ting and repa ir dam age during curing p eriod .

4. Curing and Sea ling Co m p ound: Apply un ifo rm ly to floors and s labs ind ica ted in a con tinuous opera tion by power spray o r ro lle r accord ing to m anufactu rer's written ins tructions . Recoat a reas sub jected to h eavy ra in fa ll with in th ree h ours a fte r in itia l app lica tion . Repea t p rocess 24 hours la te r and app ly a second coa t. Main ta in con tinu ity o f coa ting and rep a ir d am age during curing period .

3.13 LIQUID FLOOR TREATMENTS

A. Penetra ting Liqu id Floo r Trea tm ent: Prepa re , app ly, and fin ish p ene tra ting liqu id floor trea tm ent accord ing to m anufactu rers written ins tructions to a ll bu ild ing floor s labs .

1. Rem ove curing com poun ds , sea le rs , o il, d irt, la itance , and o ther con tam in an ts and com ple te su rface rep a irs .

2. Do no t app ly to concre te tha t is les s than seven days o ld . 3. Apply liqu id un til su rface is sa tu ra ted , scrubb ing in to surface un til a ge l fo rm s ;

rewet; and repea t b room ing or scrubb ing . Rinse with water; rem o ve excess m ate ria l un til su rface is d ry. Apply a second coa t in a s im ila r m anne r if su rface is rough or porous .

3.14 J OINT FILLING

A. Prepare , clean , and ins ta ll jo in t fille r accord ing to m anufactu rer's written ins tructions .

1. Defer jo in t filling un til concre te has aged a t le as t s ix m onths . Do no t fill jo in ts un til cons truction tra ffic has perm anently ceased .

B. Rem ove d irt, debris , s aw cu ttings , curing com pounds , and sea le rs from jo in ts . Leave con tact faces o f jo in t clean and dry.

C. Ins ta ll s em i-rig id epoxy jo in t fille r fu ll d ep th in s aw-cu t jo in ts and a t le as t 2 inches deep in fo rm ed jo in ts . Overfill jo in t and trim jo in t fille r flush with top o f jo in t a fte r harden ing .

3.15 CONCRETE SURFACE REPAIRS

Page 252: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 21

A. Defective Concre te : Repair and pa tch d efective a reas when appro ved b y Engineer. Rem ove and rep lace concre te tha t cannot be repa ired and pa tched to Engineer's approval.

B. Repairing Form ed Surfaces : Surface defects include co lor and texture irregu larities , cracks , spa lls , a ir bubble s , honeycom bs , rock pockets , fins and o ther p ro jections on the surface , and s ta ins an d o ther d isco lora tions tha t cannot be rem o ved by clean ing .

1. Im m edia te ly a fte r fo rm rem oval, cu t ou t honeycom bs , rock pockets , and vo ids m ore th an 1/2 inch in any d im ens ion in so lid concre te bu t no t les s than 1 inch in dep th . Make edges o f cu ts perpendicu lar to concre te su rface . Clean , dam pen with water, and b rush-coa t ho les and vo ids with bonding agen t. Fill and com pact with p a tch ing m orta r befo re bonding agen t has d ried . Fill fo rm -tie vo ids with pa tch ing m orta r o r cone p lugs secured in p lace with bonding agen t.

2. Repair defects on surfaces exposed to view by b lend ing white portland cem ent and s tandard portland cem ent so tha t, when dry, pa tch ing m orta r will m atch surrounding co lor. Pa tch a tes t a rea a t inconsp icuous loca tions to verify m ixture and co lor m atch before p roceed ing with pa tch ing . Com pact m orta r in p lace and s trike o ff s ligh tly h igher than surrounding surface .

3. Repair defects on concea led fo rm ed surfaces tha t a ffect concre te 's durab ility and s tructu ra l perfo rm an ce as de te rm ined b y Engineer.

C. Repairing Unform ed Surfaces : Tes t unform ed surfaces , such as floors and s labs , fo r fin ish and verify surface to le rances specified fo r each surface . Correct low and h igh areas . Tes t su rfaces s loped to d ra in fo r truenes s o f s lope and sm oothness ; use a s loped tem pla te .

1. Repair fin ished surfaces con ta in ing defects . Surface defects include spa lls , popouts , honeycom bs , rock pockets , crazing and cracks in excess o f 0.01 inch wide o r tha t pene tra te to re in forcem ent o r co m ple te ly th rough unre in forced sections regard less o f wid th , and o ther ob jectionab le conditions .

2. After concre te has cured a t leas t 14 days , correct h igh a reas by g rind ing . 3. Correct loca lized low areas during o r im m edia te ly a fte r com ple ting surface

fin ish ing opera tions by cu tting ou t low areas and rep lacing with pa tch ing m orta r. Fin ish repa ired a reas to b lend in to ad jacen t concre te .

4. Correct o ther low areas scheduled to rem ain expo sed with a repa ir topp ing . Cut ou t low a reas to ensure a m in im u m repa ir topp in g dep th o f 1/4 inch to m atch ad jacen t floor e leva tions . Prepa re , m ix, and app ly rep a ir topp ing and p rim er accord ing to m anufactu rers written ins tructions to p roduce a sm ooth , un ifo rm , p lane , and leve l su rface .

5. Repair d efective a reas , excep t rando m cracks and s ing le ho les 1 inch o r le s s in d iam eter, by cu tting ou t and rep lacing with fresh concre te . Rem ove defective a reas with clean , square cu ts and expose s tee l re in forcem ent with a t le as t 3/4 inch clearance a ll a round . Dam pen concre te su rfaces in con tact with pa tch ing concre te and app ly bonding agen t. Mix pa tch ing concre te o f sam e m ate ria ls and m ix as o rig ina l concre te excep t withou t coars e aggrega te . Place , com pact, and fin ish to b lend with ad jacen t fin ished concre te . Cure in sam e m ann e r as ad jacen t concre te .

6. Repair random cracks an d s ing le ho les 1 inch o r les s in d iam ete r with pa tch ing m orta r. Groove top o f cracks and cu t ou t ho les to sound concre te and clean o ff

Page 253: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 22

dus t, d irt, and loose particles . Dam pen cleaned concre te su rfaces and app ly bonding agen t. Place pa tch ing m o rta r before bonding ag en t has d ried . Com pact pa tch ing m orta r and fin ish to m atch ad jacen t concre te . Keep pa tched area con tinuous ly m ois t fo r a t le as t 72 hours .

D. Perform s tructu ra l rep a irs o f concre te , sub ject to Enginee r's app roval, us ing epoxy adhes ive and pa tch ing m orta r.

E. Repair m ate ria ls and ins ta lla tion no t specified above m ay be used , s ub ject to Engineer's appro val.

3.16 FIELD QUALITY CONTROL

A. Tes ting Agency: Owner will engag e a qua lified independen t tes ting and inspecting agency to sam ple m ate ria ls , perfo rm tes ts , and subm it tes t repo rts durin g concre te p lacem ent. Sam pling and tes ting fo r qua lity contro l m ay include those specified in th is Article .

B. Tes ting Services : Tes ting o f com pos ite sam ples o f fresh concre te ob ta ined accord ing to ASTM C172 sha ll b e pe rfo rm ed accord ing to the fo llowing requ irem ents :

1. Tes ting Frequency: Obta in one com pos ite sam ple fo r each d ay's pour o f each concre te m ix exceed ing 5 cub ic yards , bu t les s than 25 cub ic yards , p lus on e se t fo r each add itiona l 50 cub ic yards o r fraction thereo f.

2. Slum p: ASTM C143; one tes t a t po int o f p lacem en t fo r each com pos ite sam ple , bu t no t les s than one te s t fo r each d ay's pou r o f each concre te m ix. Perfo rm add itiona l tes ts when concre te cons is tency appears to change .

3. Air Conten t: ASTM C231, p ressure m ethod , fo r norm al-weigh t concre te ; one tes t fo r each com pos ite sam ple , bu t no t les s than one tes t fo r each day's pour o f each concre te m ix.

4. Concre te Tem p era tu re : ASTM C1064; one tes t h ourly when a ir tem pera tu re is 40 degrees F and be low and when 80 degrees F and above , and one tes t fo r each com pos ite sam ple .

5. Com press ive-Streng th Tes t Specim ens : ASTM C31

a . Cas t and fie ld cure one se t o f four s tandard cylinder specim ens fo r each day’s pour o f each concre te m ix.

6. Com press ive-Streng th Tes ts : ASTM C39.

a . Tes t one fie ld -cured specim en a t 7 d ays and two a t 28 days with one spare .

b . A com press ive-s treng th tes t sha ll be the ave rag e com press ive s treng th from two specim ens ob ta ined from sam e com pos ite sam ple and tes ted a t age ind ica ted .

c. Spare specim en m ay be des troyed th ree m onths a fte r accep tance o f tes t resu lts .

Page 254: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03300 - 23

C. When s treng th o f fie ld -cured cylinders is les s than 85 pe rcen t o f com panion labora to ry-cured cylind ers , Contracto r sha ll eva lu a te opera tions and pro vide corrective p rocedures fo r p ro tecting and curing in -p lace concre te .

D. Streng th o f each concre te m ix will be sa tis facto ry if eve ry ave rage o f any th ree consecu tive com press ive-s treng th tes ts equa ls o r exceeds specified com press ive s treng th and no com p ress ive-s treng th tes t va lue fa lls be low specified com press ive s treng th by m ore than 500 ps i.

E. Tes t resu lts sha ll be reported in writing to En gineer, concre te m anufactu rer, and Contracto r with in 48 ho urs o f tes ting . Reports o f com press ive-s treng th tes ts sha ll con ta in Pro ject iden tifica tion nam e and num b er, d a te o f concre te p lacem en t, nam e of concre te tes ting and inspecting agency, loca tion o f concre te ba tch in work, des ign com press ive s treng th a t 28 days , concre te m ix p roportions and m ate ria ls , com press ive b reaking s treng th , and type o f b reak fo r bo th 7- and 28-day tes ts .

F. Nondes tructive Tes ting : Im pact ham m er, sonoscope , o r o ther nondes tructive device m ay be perm itted b y En gineer bu t will no t be u sed as so le bas is fo r ap proval o r re jection o f concre te .

G. Additiona l Tes ts : Tes ting and inspecting agency sha ll m ake add itiona l tes ts o f concre te when tes t resu lts ind ica te tha t s lum p, a ir en tra in m ent, com press ive s treng ths , o r o ther requ irem ents h ave no t been m et, as d irected by Engin eer. Tes ting and inspecting agency m ay conduct tes ts to de te rm ine adequacy of concre te by cored cylinders com plying with ASTM C42 or b y o ther m e thods as d irected by Engineer.

END OF SECTION

Page 255: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 256: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 257: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South
Page 258: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03600 - 1

SECTION 03600

GROUTING

PART 1 - GENERAL

1.1 SUMMARY

A. Types of grouting include the following:

1. Sand-cement grout. 2. Non-shrink grout. 3. Epoxy grout.

1.2 SUBMITTALS

A. Shop Drawings:

1. Product technical data including:

a. Acknowledgement that products submitted meet requirements of standards referenced.

b. Manufacturer's instructions. c. Manufacturer and type of proposed grout and grout cure/seal compound.

1.3 QUALITY ASSURANCE

A. Grouting materials and procedures shall be in accordance with the Grouting Handbook published by the United States Grout Corporation.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable:

1. Non-shrink grout:

a. Master Builders. b. U. S. Grout. c. L & M Construction Chemicals, Inc. d. Sika Corporation.

Page 259: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03600 - 2

2. Epoxy grout:

a. Ceilcote. b. Sika Corporation. c. U. S. Grout.

2.2 MATERIALS

A. Sand-cement grout:

1. Approximately 3 parts sand, 1 part Portland cement, 6±1 percent entrained air and water to produce a slump, which allows grout to completely fill required areas and surround adjacent reinforcing.

a. Provide sand, Portland cement and water in accordance with requirements of Section 03300 – Cast-in-Place Concrete.

2. Minimum 28-day compressive strength: 3000 psi.

B. Non-shrink grout:

1. Non-shrink, non-metallic, non-corrosive, and non-staining. 2. Premixed with only water to be added in accordance with manufacturer's

instructions at jobsite. 3. Grout to produce a positive but controlled expansion. Mass expansion shall not

be created by gas liberation or by other means. 4. Minimum 28-day compressive strength: 6,500 psi. 5. Master Builders "Special LL-713 Grout"; U. S. Grout "Five Star Grout"; L & M

"Crystex"; Sika Corporation "Sika Grout 212"; or approved equal. 6. In accordance with CRD-C621.

C. Epoxy grout:

1. Three-component epoxy resin system:

a. Two liquid epoxy components. b. One inert aggregate filler component.

2. Adhesive:

a. Ceilcote "HT648" grout. b. Sika "Sikadur Hi-Mod." c. U. S. Grout "Five Star Epoxy Grout." d. Or approved equal.

3. Aggregate:

a. Ceilcote "HT648."

Page 260: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03600 - 3

b. Sika aggregate. c. U. S. Grout aggregate. d. Or approved equal.

4. Aggregate manufacturer shall be the same as the adhesive manufacturer. 5. The aggregate shall be compatible with the adhesive. 6. Each component furnished in separate package for mixing at jobsite.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Grout Installation:

1. Sand-cement grout:

a. Fill keyways between precast units with sand-cement grout. b. Consolidate grout by rodding or by other means to assure complete filling

of keyways. c. Cure in accordance with Section 03300 – Cast-in-Place Concrete.

2. Non-shrink grout:

a. Clean concrete surface to receive grout. b. Saturate concrete with water for 24 hours prior to grouting. c. Mix in a mechanical mixer. d. Use no more water than necessary to produce flowable grout. e. Place in accordance with manufacturer's instructions. f. Provide under beam, column, and equipment base plates and in other

locations indicated on the Drawings. g. Completely fill all spaces and cavities below the top of base plates. h. Provide forms where base plates and bed plates do not confine grout. i. Where exposed to view, finish grout edges smooth. j. Except where a slope is indicated on the Drawings, finish edges flush at

the base plate, bed plate, member or piece of equipment. k. Cure in accordance with requirements of the grout manufacturer.

3. Epoxy grout:

a. Mix and place in accordance with manufacturer's instructions. b. Apply only to clean, dry, sound surface. c. Completely fill all cavities and spaces around dowels and anchors without

voids. d. Grout base and bed plates as specified for non-shrink grout. e. Obtain manufacturer's field technical assistance as required to assure

proper placement. f. Cure in accordance with requirements of the grout manufacturer.

Page 261: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

03600 - 4

3.2 SCHEDULES

A. Grout schedule of use:

1. Sand-cement grout:

a. Fill keyways in precast units. b. Clarifier floors. c. General use.

2. Non-shrink grout:

a. Filling form tie holes. b. Under column and beam base plates. c. Grouting of equipment base plates where driving motor is below 500 HP. d. Other uses indicated on the Drawings.

3. Epoxy grout:

a. Patching cavities in concrete. b. Grouting of dowels and anchor bolts into existing concrete. c. Grouting of equipment base plates where driving motor is 500 HP and

above. d. Other uses indicated on the Drawings.

END OF SECTION

Page 262: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 4

MASONRY

Under The Bridge Clock Project

(NOT USED)

Page 263: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 5

METALS

Under The Bridge Clock Project

Page 264: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 1

SECTION 05500

METAL FABRICATIONS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes the following:

1. Custom fabricated metal items and certain manufactured units not otherwise indicated to be supplied under work of other sections.

2. Concrete anchors.

1.2 DEFINITIONS

A. Installer or Applicator: Installer or applicator is the person actually installing or applying the product in the field at the Project site.

B. Hardware: As defined in ASTM A153.

C. Galvanizing: Hot-dip galvanizing per ASTM A123 or A153 with minimum coating of 2.0 ounces of zinc per square foot of metal (average of specimens) unless noted otherwise or dictated by standard.

D. Submerged: At or below a point 1 foot 6 inches above peak (maximum) water surface elevations in water holding structures.

E. Interior: Any area inside a building that is protected from the weather.

F. Exterior: All areas that are not classified as interior or submerged.

1.3 SUBMITTALS

A. Shop Drawings:

1. Fabrication and/or layout drawings and details:

a. Submit Drawings for all fabrications and assemblies. Include erection drawings, plans, sections, details and connection details.

b. Identify materials of construction, shop coatings and third party accessories.

2. Product technical data including:

Page 265: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 2

a. Acknowledgement that products submitted meet requirements of standards referenced.

b. Manufacturer's installation instructions. c. Provide manufacturer's standard allowable load tables for the following:

1) Checkered plate. 2) Concrete anchors. 3) Castings, trench covers and accessories.

3. For stairs and ladders, provide certification that manufactured units meet all design loads specified.

a. Shop Drawings and engineering design calculations for components of contractor-designed stairs, landings and ladders, with design live loads noted, shall be sealed by a Professional Engineer licensed in the state of South Carolina, and will be reviewed by the Engineer for general compliance with Contract Documents.

B. Miscellaneous Submittals:

1. Certification of welders and welding processes.

a. Indicate compliance with AWS.

1.4 QUALITY ASSURANCE

A. Welding:

1. Steel:

a. Conform to codes for arc and gas welding in building construction of AWS and to AISC Specifications. Surfaces to be welded shall be free from loose scale, rust, grease, paint, and other foreign material, except mill scale, which will withstand vigorous wire brushing may remain. No welding shall be done when base metal lower than 0 degrees F.

b. Qualify welding operators in accordance with AWS D1.1. Qualification tests shall be run by recognized testing laboratory approved by Engineer at Contractor's expense.

c. Welding operators shall be subject to examination for requalification using equipment, materials, and electrodes employed in execution of Work. Such requalification, if ordered by Engineer, shall be done at Contractor’s expense.

2. Aluminum:

a. Weld with gas metal arc (GMA) or gas tungsten arc (GTA) processes in accordance with manufacturer's recommendations as approved and in accordance with recommendations of AWS.

Page 266: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 3

1.5 DELIVERY, STORAGE AND HANDLING

A. Deliver and handle fabrications to avoid damage.

B. Tag miscellaneous iron, steel and aluminum including anchor bolts, concrete anchors, sleeves, and bases or otherwise mark for ease of identification at Project site.

C. Store above ground on skids or other supports to keep items free of dirt and other foreign debris and to protect against corrosion.

PART 2 - PRODUCTS

2.1 ACCEPTABLE MANUFACTURERS

A. Abrasive stair nosings (embedded in concrete stairs):

1. American Safety Tread. 2. Balco.

B. Headed studs and deformed bar anchors:

1. Nelson Stud Welding Division, TRW, Inc. 2. Stud Welding Products, Inc.

C. Concrete anchors and adhesive anchoring system:

1. Hilti, Inc. 2. ITW Ramset/Red Head. 3. Powers Rawl.

D. Castings, trench covers and accessories:

1. Neenah Foundry Co. 2. Deeter Foundry Co. 3. Barry Craft Construction Casting Co. 4. McKinley Iron Works.

E. Aluminum ladders:

1. Any manufacturer capable of meeting the requirements of this Specification Section.

F. Galvanizing repair paint:

1. Tnemec. 2. ZRC Products.

Page 267: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 4

2.2 MATERIALS

A. Steel:

1. Structural: ASTM A36, ASTM A992 or ASTM A572, Grade 50. 2. Pipe: ASTM A53, Types E or S, Grade B or ASTM A501. 3. Hollow Structural Sections (HSS):

a. Round: ASTM A500, Grade B. b. Square or Rectangular: ASTM A500, Grade B.

4. Bolts, nuts and washers, high strength: ASTM A325.

a. Provide two (2) washers with all bolts.

5. Bolts and nuts: Unfinished, ASTM A307, Grade A.

a. Zinc plated.

6. Welding electrodes: AWS D1.1, E70 Series. 7. Steel forgings: ASTM A668.

B. Aluminum:

1. Alloy 6061-T6, 32,000 psi tensile yield strength minimum.

a. ASTM B221 and B308 for shapes including beams, channels, angles, tees and zees.

b. Weir plates, baffles and deflector plates, ASTM B209.

2. Alloy 6063-T5 or T6, 15,000 psi tensile yield strength minimum.

a. ASTM B221 and B429 for bars, rods, wires, pipes, and tubes.

3. ASTM B26 for castings. 4. ASTM F468, alloy 2024 T4 for bolts. 5. ASTM F467, alloy 2024 T4 for nuts. 6. Electrodes for welding aluminum: AWS D1.2, filler alloy 4043 or 5356.

C. Iron:

1. Ductile iron: ASTM A536. 2. Gray cast iron: ASTM A48 (minimum 30,000 psi tensile strength). 3. Malleable iron: ASTM A47, A197.

D. Stainless Steel:

1. Minimum yield strength of 30,000 psi and minimum tensile strength of 75,000 psi.

Page 268: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 5

a. Bars, shapes: ASTM A276, Type 304. b. Tubing and pipe: ASTM A269, ASTM A312 or ASTM A554, Type 304 or

316. c. Strip, plate and flat bars: ASTM A666, Type 304 or 316, Grade A. d. Bolts and nuts: ASTM F5 93, Type 303, 304 or 316.

2. Minimum yield strength of 25,000 psi and minimum tensile strength of 70,000 psi.

a. Strip, plate and flat bar for welded connections, ASTM A666, type 304L or 316L.

3. Welding electrodes: In accordance with AWS for metal alloy being welded.

E. Washers: Same material and alloy as found in accompanying bolts and nuts.

F. Embedded Anchor Bolts:

1. Type 304 or 316 stainless steel with matching nut and washer.

G. Concrete Anchors:

1. Interior: Galvanized or stainless steel, type 304, 314 or 316. 2. Exterior or submerged: Stainless steel, type 304, 314 or 316. 3. Expansion anchor bolts:

a. Kwik Bolt by Hilti, Inc. b. Trubolt by ITW Ramset/Red Head. c. Powerbolt by Power Rawl.

4. Adhesive anchor bolts:

a. HVA Adhesive Anchor System by Hilti, Inc. b. HIT HY 150 Adhesive Anchor by Hilti, Inc. c. HIT HY 20 Adhesive Anchor by Hilti, Inc. d. HSE 2411 Epoxy Adhesive Anchor by Hilti, Inc. e. EPCON Ceramic 6 Epoxy by ITW Ramset/Red Head. f. Power Fast by Powers Rawl. g. Needle Capsule Anchor Systems by Powers Rawl.

5. Usage:

a. Adhesive anchor bolts shall be used in exterior and submerged conditions, with dynamic loads, overhead applications, masonry, as approved by Engineer, and in accordance with recommendations of manufacturer.

b. Expansion anchor bolts shall be used in interior conditions, as approved by Engineer, and in accordance with recommendations of manufacturer.

Page 269: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 6

6. Provide minimum edge distance cover and spacing as recommended by manufacturer, or as indicated on Drawings, whichever is larger.

a. Minimum embedment as recommended by manufacturer or eight diameters of bolt, whichever is larger.

b. Notify Engineer if required depth of embedment cannot be achieved at a particular anchor bolt location.

c. Follow manufacturer's recommendations for installation and torque.

H. Adhesive Anchoring System:

1. Similar to HVA adhesive anchor system by Hilti, Inc. 2. Provide adhesive capsules for anchoring reinforcing where indicated on

Drawings. Embedment length shall be as recommended by manufacturer or as indicated on Drawings.

3. Provide edge distance cover as recommended by manufacturer, or as indicated on Drawings, whichever is larger.

I. Headed Studs: ASTM A108 with a minimum yield strength of 50,000 psi and a minimum tensile strength of 60,000 psi.

J. Deformed Bar Anchors: ASTM A496 with a minimum yield strength of 70,000 psi and a minimum tensile strength of 80,000 psi.

K. Iron and Steel Hardware: Galvanized in accordance with ASTM A153 when required to be galvanized.

L. Galvanizing Repair Paint:

1. High zinc dust content paint for regalvanizing welds and abrasions. 2. Dried film shall contain not less than 83 percent zinc dust by weight. 3. Similar to ZRC by ZRC Products or Tnemec Series 90-97.

M. Preparation, Painting and Dissimilar Materials Protection: See Section 09900 - Painting.

2.3 MANUFACTURED UNITS

A. Ladders:

1. Fixed rail ladders shall be aluminum, 6063-T5 or 6061-T6 alloy, mill finish.

a. Stringers: Extruded 3 inches by 1 inch by 0.125 inch C-channel, or 3-1/2 inches by 3/8-inch bar, or 1-1/2 inches diameter (nominal 1-7/8 inch outside diameter) Schedule 40 pipe.

b. Rungs: Minimum 1-inch square serrated, minimum 2-inch serrated C-channel, or other approved extrusion, minimum capacity 1,000 lbs.

c. Other materials shall be minimum 1/4-inch thick.

Page 270: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 7

d. For floor supported units provide 3/8 inch by 2-1/2 inches by 4 inches rectangular bracket or 3/8 inches by 6 inches by 6 inches square plate welded to rails with punched holes for 3/4-inch bolts.

1) Provide wall brackets on floor supported units if vertical run is over 4 feet.

2. Minimum distance from centerline of rung to wall or any obstruction: 7 inches. 3. Rung spacing: Uniform, maximum 1 foot. Top rung level with landing or

platform.

a. Spacing of bottom rung from grade or platform shall be same as other rung spacing.

4. As a minimum, design ladder in accordance with OSHA 29 CFR 1910 Standards, ANSI A14.3, and applicable building codes.

a. Ladders shall be designed to support a minimum concentrated live load of 200 lbs.

b. Maximum allowable stresses per AISC Specification or AA Specification. c. Maximum lateral deflection: Side rail span/240 when lateral load of

100 lbs is applied at any location.

5. Construction:

a. Fully welded type. b. All welds to be full penetration welds, where applicable. c. All ladders of a particular material shall have consistent construction and

material shapes and sizes unless detailed otherwise on the Drawings. d. Provide cap at top of side rails. e. Rungs shall not extend beyond the outside face of the side rail. f. The side rails of through ladder extension shall extend 42 inches above

the top rung or landing and shall flare out on each side to provide a clearance of 24 inches centerline to centerline of rails.

B. Bollards:

1. 6 inches diameter extra strength steel pipe, ASTM A53.

a. See Section 09900 for painting requirements.

2. Minimum 48 inches projection above ground. 3. Minimum 48 inches embedment in concrete.

C. Abrasive Stair Nosings:

1. Provide aluminum stair nosings for setting in concrete. 2. Exterior type aluminum safety treads 3 inches wide by 1/4 inch thick with five

(5) abrasive fitted ribs.

Page 271: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 8

3. Nosings shall be 4 inches shorter than width of tread or landing.

D. Metal Stairs: Fabricated as indicated.

1. Treads: Grating treads as specified with exception that nosing shall have integral corrugated non-slip edge.

2. Landings: Grating as specified.

a. Provide integral corrugated non-slip nosing at edge acting as stair tread/nosing.

3. Fabricate and design stair, platforms and landings, and all connections to support a 100 psf uniform live load plus a concentrated load of 300 lbs.

4. Design, fabricate, and install in compliance with NAAMM Metal Stair Manual and applicable codes.

5. Handrails and guardrails: Refer to Section 05522 – Aluminum Railings. 6. Material:

a. Aluminum.

E. Aluminum Checkered Plate:

1. Conform to ASTM B632.

a. Diamond pattern: Use one pattern throughout Project. b. Material: Type 6061-T6.

2. Design live load: Not less than 100 psf plus a concentrated load of 300 lbs. with maximum deflection of 1/300 of span under a superimposed live load of 50 psf.

3. Reinforce as necessary with aluminum angles. 4. Plate sections:

a. Maximum 4 feet wide. b. Minimum 1/4 inch thick. c. Maximum 100 lbs. per section.

5. Provide joints at center of all openings unless shown otherwise. Reinforce joints and openings with additional angles to provide required load carrying capacity.

6. Unless shown otherwise, frame for openings with aluminum checkered plate cover:

a. Aluminum support angles:

1) 2 inches by 2 inches by 1/4-inch minimum size. 2) 1/2-inch diameter by 6 inches long headed studs spaced at

maximum of 24 inches o.c. along each side with not less than two (2) per side.

b. Aluminum concrete insert seats:

Page 272: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 9

1) 2 inches by 2 inches by 1/4 inches minimum size. 2) Auto-welded studs or strap anchors.

c. Drill and tap frame to receive 3/8-inch diameter aluminum cap screws at not more than 24 inches o.c. with not less than two (2) screws per side.

F. Floor Access Hatches:

1. Manufacturers:

a. Bilco Type J or JD. b. Halliday Series W1S or W2S.

2. Provide access hatches and frames of material, type and size as shown on Drawings.

3. Door leaves shall be 1/4-inch diamond pattern plate with reinforcing on underside to withstand live load of 300 lbs/square feet with maximum deflection of 1/150 of span.

4. Drainage channel frame shall be 1/4 inch with full anchor flange around perimeter.

5. Equip doors with heavy stainless steel hinges with stainless steel pins. Hinges shall be through bolted to cover and frame with stainless steel bolts.

6. Equip doors with fully enclosed compression springs and hold-open arm with positive locking device with conveniently positioned release handle for easy and controlled closing.

7. Provide stainless steel snap lock mounted on bottom of leaf with removable topside handle and socket recessed in cover.

8. Hardware shall be Type 304 stainless steel. 9. Factory finish on aluminum surfaces shall be mill finish with coal tar epoxy

coating applied to surfaces in contact with concrete.

G. Heavy-Duty Castings, Trench Covers and Accessories:

1. Prefabricated, cast iron ASTM A48 or cast aluminum ASTM B26. 2. Design load: AASHTO HS-20 wheel loading for indicated span. 3. Machine horizontal mating surfaces.

H. Access Cover:

1. Tank type manhole frame and solid lid: ASTM A48 or A536, cast iron. 2. Unless shown otherwise, design of cover shall be such that top of frame extends

several inches above slab to prevent surface water from entering tank. 3. Equip lid with four stainless steel screws to secure lid to frame.

I. Metal Inserts Used in Concrete Construction:

1. Factory fabricated. 2. Stainless steel.

Page 273: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 10

J. Loose Lintels:

1. Steel, sizes as indicated on Drawings. 2. Hot-dip galvanized per ASTM A123.

Page 274: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 11

2.4 FABRICATION

A. Verify field conditions and dimensions prior to fabrication.

B. Form materials to shapes indicated with straight lines, true angles, and smooth curves.

1. Grind smooth all rough welds and sharp edges.

a. Round all corners to approximately 1/8-inch nominal radius.

C. Provide drilled or punched holes with smooth edges.

1. Punch or drill for field connections and for attachment of work by other trades.

D. Weld Permanent Shop Connections:

1. Welds to be continuous fillet type unless indicated otherwise. 2. Full penetration butt weld at bends in stair and ladder stringers. 3. Weld structural steel in accordance with AWS D1.1 using Series E70 electrodes

conforming to AWS A5.1. 4. Weld aluminum in accordance with AWS D1.2. 5. All headed studs to be welded using automatically timed stud welding

equipment. 6. Grind smooth welds that will be exposed.

E. Conceal fastenings where practical.

F. Fabricate work in shop in as large assemblies as is practical.

G. Tolerances: Per AISC Code of Standard Practice for Steel Buildings and Bridges.

H. Fabricate checkered plate, stairs, ladders and accessories using aluminum unless shown otherwise on Drawings.

1. Finish:

a. Aluminum: Mill finished unless scheduled or otherwise specified or, if approved by Engineer, finished in manufacturer's standard.

b. Coat surfaces in contact with dissimilar materials. See Section 09900 - Painting.

2. See Section 09900 - Painting for preparation and painting of ferrous metals and other surfaces.

I. Maximum tolerance for difference in depth between checkered plate depth and seat or support angle depth: 1/8-inch.

Page 275: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 12

J. Maximum distance between edge of checkered plate and face of embedded seat angle or face of wall or other structural member: 1/4-inch.

PART 3 - EXECUTION

3.1 PREPARATION

A. Prior to installation, inspect and verify condition of substrate. Installation of product constitutes installer's acceptance of substrate condition for product compatibility.

B. Correct surface defects or conditions, which may interfere with or prevent a satisfactory installation.

1. Field welding aluminum is not permitted unless approved in writing by Engineer.

3.2 INSTALLATION

A. Set metal work level, true to line, plumb.

1. Shim and grout as necessary.

B. Bolt Field Connections: Where practicable, conceal fastenings.

C. Grind welds smooth where field welding is required.

D. Field cutting checkered plate to correct fabrication errors is not acceptable. Replace entire section.

E. Remove all burrs and radius all sharp edges and corners of miscellaneous plates, angles, framing system elements, etc.

F. Unless noted or specified otherwise:

1. Connect steel members to steel members with 3/4-inch diameter ASTM A325 high strength bolts.

2. Connect aluminum to aluminum with 3/4-inch diameter aluminum bolts. 3. Connect aluminum to structural steel using 3/4-inch diameter stainless steel

bolts. Provide dissimilar metals protection. 4. Connect aluminum and steel members to concrete and masonry using stainless

steel expansion anchor bolts or adhesive anchor bolts unless shown otherwise. Provide dissimilar materials protection.

5. Provide washers for all bolted connections.

G. Install and tighten ASTM A325 high-strength bolts in accordance with 9th Edition of Manual of Steel Construction.

Page 276: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 13

1. Provide hardened washers for all ASTM A325 bolts. Provide the hardened washer under the element (nut or bolt head) turned in tightening.

H. After bolts are tightened, upset threads of A307 unfinished bolts or anchor bolts to prevent nuts from backing off.

I. Secure metal to wood with lag screws of adequate size with appropriate washers.

J. Do not field splice fabricated items unless said items exceed standard shipping length or change of direction requires splicing. Provide full penetration welded splices where continuity is required.

K. Provide each fabricated item complete with attachment devices as indicated or required to install.

L. Anchor such that work will not be distorted nor fasteners overstressed from expansion and contraction.

M. Tie anchor bolts in position to embedded reinforcing steel using wire. Tack welding prohibited. Coat bolt threads and nuts with heavy coat of clean grease. Anchor bolt location tolerance: 1/16 inch. Provide steel templates for all column anchor bolts.

N. Install bollards in concrete as detailed. Fill pipe with concrete and round off at top.

O. Provide cast-in-place abrasive stair nosings in each tread and landing of all concrete stair treads. Center stair nosings in stair width.

P. Provide angle nosing at each concrete stair landing having aluminum or steel grating or checker plate stair structure attaching to the concrete landing.

Q. Accurately locate and place frames for openings before casting into floor slab so top of plate is flush with surface of finished floor. Keep screw holes clean and ready to receive screws.

R. Anchor ladder to concrete structure with minimum 3/4-inch stainless steel concrete anchors with minimum 6-inch embedment. Layout and install concrete anchors and anchor bolts to secure metal fabrications to structure.

S. Concrete Anchors:

1. Drill holes in concrete and masonry work with rotary driven twist drills only. Fill voids in masonry with grout.

2. Do not install until concrete has reached specified minimum comprehensive strength.

3. Do not install closer than 6-bolt diameter to edge of concrete or masonry, or closer than 12-bolt diameter to another anchor unless detailed on Drawings.

4. Minimum embedment shall be 8-bolt diameter. 5. Locate to clear reinforcing bars in concrete. 6. Install in accordance with manufacturer's recommendations.

Page 277: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05500 - 14

T. Erect to lines and levels, plumb and true, and in correct relation to adjoining Work. Secure parts using concealed connections when practicable. Plumb and true vertical members to tolerance of 1/8 inch in 10 feet. Level horizontal members to tolerance of 1/8 inch in 10 feet.

U. Provide items such as bolts, shims, blocks, nuts, washers, and wedging pieces to complete installation.

V. Drill field holes for bolts. Do not burn holes. New holes or enlargement of unfair holes by use of cutting torch is cause for rejection of entire member.

W. Perform cutting, drilling, and fitting required for installation of metal fabrications.

X. Field welds shall be approved by Engineer before prime coating. Clean slag from welds prior to inspection.

3.3 CLEANING

A. After erection, installation or application, clean all miscellaneous metal fabrication surfaces of all dirt, weld slag and other foreign matter.

B. Field repair of damaged galvanized coatings.

1. Repair galvanized surfaces damaged during shipping or erection/ construction operations.

2. Prepare surfaces and apply in accordance with ASTM A780, Annex A2.

a. Prepare damaged surfaces by abrasive blasting or power sanding. b. Apply galvanizing repair paint to minimum 6 mils DFT in accordance with

manufacturer's instructions.

END OF SECTION

Page 278: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05522 - 1

SECTION 05522

ALUMINUM RAILINGS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes the following:

1. Aluminum handrail, guardrail, and guardrail gates.

1.2 DEFINITIONS

A. Handrail: A railing for use on stairs and ramps.

B. Guardrail: A railing system for use along a walking surface and stair landings.

1.3 SYSTEM DESCRIPTION

A. Design Requirements:

1. Design railing and anchorage system to withstand:

a. Handrails and guardrails shall be designed to resist a load of 50 plf applied in any direction at any point of the handrail or guardrail.

b. Handrails and guardrails shall be designed to resist a single concentrated load of 200 pounds applied in any direction at any point along the handrail or guardrail.

c. Loading conditions need not be assumed to act concurrently. d. All requirements of OSHA and the International Building Code.

1.4 SUBMITTALS

A. Shop Drawings:

1. Fabrication and/or layout drawings:

a. Drawings showing dimensioned plans, elevations, profiles, locations, sections and details of each railing.

b. Type and details of anchorage. c. Location and type of expansion joints. d. Materials of construction, shop coatings and all third-party accessories.

2. Product technical data including:

Page 279: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05522 - 2

a. Acknowledgement that products submitted meet requirements of standards referenced.

b. Manufacturer's installation details.

B. Samples:

1. Sample of each type of rail, post, toe plate, fitting, splice, extension, connection, and any other components.

C. Miscellaneous Submittals:

1. Certification of welders and welding procedures indicating compliance with AWS requirements.

2. Certification that railings meet design loads indicated. 3. Operation and maintenance data.

1.5 QUALITY ASSURANCE

A. Provide rails and components from one manufacturer.

B. Qualifications:

1. Qualify welding procedures and welding operators in accordance with AWS and ASME Section IX.

1.6 DELIVERY, STORAGE AND HANDLING

A. Deliver and handle railings to preclude damage.

B. Encase railing and posts in plastic sleeve for protection during delivery, storage, handling, and installation.

C. Store railings on skids, keep free of dirt and other foreign matter which will damage railings or finish and protect against corrosion.

PART 2 - PRODUCTS

2.1 ACCEPTABLE MANUFACTURERS

A. Mechanically fastened component railing systems.

1. J. G. Braun. 2. Hollaender Railing Systems. 3. Moultrie Manufacturing Company (Wesrail II). 4. Or approved equal.

Page 280: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05522 - 3

B. Welded Railing System:

1. Any manufacturer meeting this Specification.

2.2 MATERIALS

A. Aluminum alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated, and with not less than strength and durability properties of alloy and temper designated below for each aluminum form required.

1. Extruded Structural Pipe: ASTM B429, alloy 6063-T6, schedule 40, 1-1/2 inch nominal diameter pipe (1.90 inches o.d., 0.145-inch wall thickness).

2. Plate and Sheet: ASTM B209, alloy 6061-T6 3. Die and Hand Forgings: ASTM B247, alloy 6061-T6.

B. Fittings:

1. Fabricate from material similar to railings. 2. Elbows, flanges, sleeves, brackets, and similar items shall be set screw or

welded when indicated. 3. Connections shall be continuous diameter type for smooth appearance and to

permit continuous sliding of hands.

C. Extensions:

1. Fittings for open handrail extensions shall be of welded construction and welded to vertical posts to comply with OSHA loading requirements. Welds shall be ground smooth and finished to match manufacturer's finish.

2. For wall-mounted handrails, cantilevered extensions are not permitted. Provide handrail wall fastener at end of handrail.

3. Extensions shall be as shown on Drawings and required by the International Building Code.

D. Safety Chains: 3/16-inch minimum stainless steel link chain with spring actuated stainless steel clasp capable of withstanding 200 lb horizontal force. The number of safety chains shall equal the number of horizontal rails with a 3-inch maximum chain drape.

E. Toe Plate: 1/4-inch thick by 4-inch high, flat aluminum, alloy 6063-T6, or "S" type aluminum plate, with clamp-on type connection. Provide toe plates for all railings except where curbs and stair stringers are present. Toe plate shall match the top and intermediate rail where installed next existing railing with a pipe toe plate.

F. Shims: Aluminum of same alloy as component being shimmed.

G. Fasteners: Stainless steel, see Section 05500 – Metal Fabrications.

H. Adhesive Anchors: Stainless steel, see Section 05500 – Metal Fabrications.

Page 281: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05522 - 4

I. Electrodes for Welding:

1. Aluminum: AWS D1.2. 2. Filler alloy 5356 or 4043.

2.3 FABRICATION

A. General:

1. Verify field conditions and dimensions prior to fabrication. 2. Rail configuration.

a. Handrails shall consist of posts and two (2) rails along the open side of stairs and landings. Handrails shall consist of one rail along walls. Handrails shall be placed on both sides of all stairs.

b. Guardrails shall consist of posts, two (2) rails, and a toe plate.

3. For fabrication of items which will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names and roughness.

a. Remove blemishes by grinding and buffing or by welding and grinding, prior to cleaning, treating and application of surface finishes.

4. Form exposed work with smooth, short radius bends, accurate angles and straight edges.

a. Ease exposed edges to a radius of approximately 1/32 inch. b. Form bent-metal corners to smallest radius possible without causing grain

separation or otherwise impairing work. c. Drill or punch holes with smooth edges.

5. Form exposed connections with flush, smooth, hairline joints, using stainless steel or aluminum splice locks to splice sections together. Top rail splices and expansion joints shall be located within 8 inches of post or other support.

a. Ease the edges of top rail splices and expansion joints and remove all burrs left from cutting.

6. Provide for anchorage of type specified and as required by field conditions.

7. Custom fabricate railings to dimensions and profiles indicated.

a. Fabricate handrail mounted to wall or to guardrail vertical posts using minimum 1-1/2-inch nominal diameter schedule 40 pipe. Mount handrail 2 feet 10 inches minimum above the nearest stair tread.

b. Fabricate all guardrail top rails using minimum 1-1/2-inch nominal diameter schedule 40 pipe. Top rails shall be located 3 feet 6 inches above the walkway surface.

Page 282: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05522 - 5

c. Fabricate all guardrail vertical posts using minimum 1-1/2-inch nominal diameter schedule 40 pipe.

1) Guardrail vertical posts that are to be side-bracket mounted to a vertical concrete surface or metal structure shall use Alloy 6063-T6.

d. All intermediate rails shall be fabricated using minimum 1-1/2-inch nominal diameter Schedule 40 pipe. Intermediate rails shall be located 1 foot 9 inches below the top rail.

e. Base plate for vertical guardrail posts mounted to top of concrete surface:

1) 3/8 by 6 by 6-inch square plate or manufacturer’s standard. 2) Predrilled to accept four anchors. 3) Provide an 8-inch long pipe or solid aluminum rod welded to the

base plate. 4) Fit the vertical post over the pipe or rod and mechanically fasten or

weld.

f. Base plate for vertical guardrail post mounted to flange of metal structure:

1) 3/8 by 3 by 8-inch plate or manufacturer’s standard. 2) Predrilled to accept two (2) fasteners. 3) Provide an 8-inch long pipe or solid aluminum rod welded to the

base plate. 4) Fit the vertical post over the pipe or rod and weld.

g. Mounting bracket for vertical guardrail post mounted to vertical concrete surface or web of metal structural member:

1) Prefabricated side mounting bracket. 2) Predrilled to accept two (2) fasteners each. 3) Attach brackets to vertical posts with standard fastener.

h. Guardrail gates:

1) Constructed of same material and sizes as the guardrail system. 2) Width of gate as shown on Drawings. 3) Hinges:

a) Minimum thickness: 0.28 inches. b) Welded to gate and jamb post. c) Full surface type. d) Ball bearing. e) Same material as guardrail system.

4) Stop plate:

a) Same material as guardrail system. b) Minimum thickness: 0.25 inches. c) Attached to gate vertical post.

Page 283: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05522 - 6

d) Sized to extend from centerline of gate vertical post to centerline of jamb vertical post.

5) Provide latching device capable of securing gate in open and closed position.

8. Fit exposed ends of guardrails and handrails with solid terminations.

a. Return ends of handrail to wall, but do not attach to wall. b. Where guardrail terminates at a wall, provide a vertical post located

4 inches off the wall to center of post.

9. Preassemble items in shop to greatest extent possible to minimize field splicing and assembly of units at project site.

10. For removable railing sections, provide sleeve fabricated of same material as railing and sized as required to accept railing.

a. Sleeve to be minimum 6-inches high and shall have base plate as noted above.

b. Provide two (2) holes in rail post and sleeve for installation of stainless steel screws to secure railing in place.

1) Install No. 14 x 1-inch stainless steel screws or as required by manufacturer.

B. Finish: Mill finish anodized in accordance with Aluminum Association M10-C22-A41 (215-R1). Wrap pipe in plastic; remove plastic after erection and as approved by Engineer.

C. Welded Railing Fabrication:

1. All welding to be continuous in accordance with AWS C5.5 and D1.2.

a. All welded railing joints shall have full penetration welds unless noted otherwise.

2. All exposed welds to be ground and buffed smooth and flush to match and blend with adjoining surfaces.

3. No ragged edges, surface defects, or undercutting of adjoining surfaces will be accepted.

4. No loss of section or distortion of shape will be accepted due to fabrication. 5. Finishing joints with filler is not acceptable.

D. Install weeps to drain water from hollow sections of railing at exterior and high humidity conditions.

1. Drill 1/4-inch weep hole in railings closed at bottom:

a. 1 inch above walkway surface at bottom of posts set in concrete.

Page 284: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05522 - 7

b. 1 inch above solid aluminum rod at posts having base plate. c. At low point of horizontal rails.

E. Expansion Joints:

1. Allow thermal expansion and contraction of railing and toe plate while still meeting design-loading requirements. Use temperature differential of 80 degrees F.

2. Maximum spacing of expansion joints shall be 25 feet. 3. Provide expansion joints in railing and toe plate at the same locations. 4. Provide expansion joints in railing and toe plates at structure expansion joint

locations.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install handrails and guardrails to meet loading requirements of the International Building Code and OSHA.

B. Mechanically fastened component type railings.

1. Fasteners for mechanically fastened system shall be stainless steel Allen head set screws. Rivets, adhesive or headed screws are not acceptable.

C. Install products in accordance with manufacturer's instructions.

D. Set work accurately in location, alignment and elevation; plumb, level and true. Measure from established lines and items which are to be built into concrete, masonry or similar construction.

E. Align railings prior to securing in place to assure proper matching at butting and expansion joints and correct alignment throughout their length.

1. Space vertical posts as required by loading requirements but not more than 5 feet on center. Provide vertical posts at each corner and change of direction.

2. Space wall brackets as required by loading requirements but not more than 5 feet on center.

3. Provide shims as required.

F. Install proper sized expansion joints based on temperature at time of installation and differential coefficient of expansion of materials in all railings as recommended by manufacturer. Joints to be designed to allow expansion and contraction of railing and still meet design load requirements.

G. Provide removable railing sections where indicated on Drawings.

H. Anchor handrails to walls or guardrail with brackets designed for condition:

Page 285: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05522 - 8

1. Furnish brackets which provide a 3-inch projection from finish wall or guardrail to wall or guardrail side of handrail.

I. Anchor wall brackets with 1/2-inch stainless steel adhesive anchors with stainless steel hex head bolts or as required by manufacturer.

J. Anchor railings (except side-mounted railing) to concrete with minimum 1/2-inch stainless steel adhesive anchors with stainless steel bolts, nuts and washers or as required by manufacturer.

K. Anchor side-mounted railings to concrete with minimum 1/2-inch stainless steel adhesive anchors with stainless steel bolts, nuts and washers or as required by manufacturer.

L. Anchor railings to metal structure with minimum 1/2-inch stainless steel bolts, nuts and washers.

M. Coat aluminum in contact with dissimilar metal or concrete in accordance with Section 09900 - Painting.

N. Provide railings as required for stair construction identified in Specification Section 05500 – Metal Fabrications.

END OF SECTION

Page 286: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05530 - 1

SECTION 05530

METAL GRATINGS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes the following:

1. Metal gratings. 2. Metal grating stair treads. 3. Metal frames and supports for gratings.

1.2 PERFORMANCE REQUIREMENTS

A. Structural Requirements of Gratings: Provide gratings capable of withstanding dead loads and the following live loads within limits and under conditions indicated:

1. Design live load: 100 psf uniform load or a 300 lb concentrated load, whichever is greater unless noted otherwise on Drawings.

2. Deflection: Less than 1/300 of span and 1/4inch under both design live loads.

1.3 SUBMITTALS

A. Product Data:

1. Clips and anchorage devices for gratings. 2. Manufacturer’s literature.

B. Shop Drawings: Detailed fabrication and installation drawings of gratings including layout, size and location of openings, details of anchorage, banding and supports, and recommendations of manufacturer.

C. Samples: One (1) sample of each type of fastener.

1.4 QUALITY ASSURANCE

A. Metal Bar Grating Standards: Comply with NAAMM MBG 531, "Metal Bar Grating Manual."

1.5 DELIVERY, STORAGE AND HANDLING

A. Storage and Protection:

1. Store to prevent damage.

Page 287: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05530 - 2

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Alabama Metal Industries Corporation.

B. IKG Industries; a Harsco Company.

C. Ohio Gratings, Inc.

D. Or approved equal.

2.2 MATERIALS

A. Aluminum:

1. Extruded Bars and Shapes: ASTM B221, Alloy 6061-T6 or 6063-T6, for bearing or I-bars of gratings and shapes; Alloy 6061-T1, for grating crossbars.

2. Finish shall be mill finish.

2.3 METAL GRATINGS

A. Aluminum Pressure-Locked Grating:

1. Minimum depth: 1-1/2 inches. 2. Minimum rectangular bearing bar size: 3/16-inch thick.

a. Maximum 1-3/16-inches o.c. spacing.

3. Minimum I-bar flange width: 1/4 inch.

a. Maximum 1-3/16 inches o.c. spacing.

4. Cross bars: Welded, swaged or pressure locked to bearing bars.

a. Maximum spacing 4 inches o.c.

5. Surface: Grooved or serrated except smooth in locations identified as working surface. Bearing bar depth shall be depth of bar below serration.

6. Bearing bar depth to be determined based on structural requirements of gratings.

B. Grating sections shall not be wider than 4 feet and shall not weigh more than 100 lbs. Minimum width shall be 18 inches.

C. Ends and perimeter edges: Band both ends and all perimeter edges with banding of same size as bearing bars. Crossbars shall not project more than 1/8 inch beyond bearing bars on section edges. Banding for trench grating shall be 1/4 inch less than bearing bars.

Page 288: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05530 - 3

D. Band and reinforce all openings to meet performance requirements.

E. Fabricate cutouts in grating sections for penetrations. Band openings in grating with bars of same size or greater and material as bearing bars.

F. Do not notch bearing bars at supports to maintain elevation.

G. Provide at least four (4) fasteners for each section of grating.

2.4 STAIR TREADS

A. Provide aluminum grating to match metal grating.

B. Provide nosing on each tread and exposed edge. Nosing to be anti-slip corrugated aluminum or cast aluminum abrasive nosing.

2.5 FASTENERS

A. Provide stainless-steel fasteners for fastening aluminum grating.

1. Fasteners for anchoring grating to frame embedded in concrete shall use saddle clip or weld lug and be 1/4-inch minimum in diameter.

2. Fasteners for anchoring grating to structural steel or miscellaneous metals shall use G-clips by Grating Fasteners, Inc., or approved equal, and be 1/4-inch minimum diameter.

3. All fasteners shall allow for repeated removal of grating. 4. No fastening by welding is permitted.

B. Anchors: Provide anchors with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E488 conducted by a qualified independent testing agency.

2.6 GRATING FRAMES AND SUPPORTS

A. Frames and Supports for Metal Gratings: Fabricate from metal shapes, plates, and bars of welded construction to sizes, shapes, and profiles indicated and as necessary to receive gratings. Miter, weld connections, and grind top surface smooth for perimeter frames. Cut, drill, and tap units to receive hardware and similar items.

1. Unless otherwise indicated, fabricate from same metal as gratings. 2. Frames shall be 1/4-inch angles. Inside depth of angle shall match depth of

bearing bar. Inside length of angle shall match depth of bearing bar and shall be 1-3/4 inch minimum.

3. Equip frames to be cast into concrete or built into masonry with integrally welded anchors. Unless otherwise indicated, space anchors 18 inches o.c. and provide minimum anchor units in the form of bent bars 1-1/4 inches wide by 1/4-inchthick by 8 inches long or 3/8 inch diameter by 6-inch-long headed studs. Provide anchors at 4 inches max from each end on each side of frames.

Page 289: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05530 - 4

2.7 FABRICATION

A. Cut, drill, and punch material cleanly and accurately. Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces.

B. Form from materials of size, thickness, and shapes indicated, but not less than that needed to support indicated loads.

C. Weld banding to grating in accordance with requirements of NAAMM.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine surfaces to receive grating and correct any deficiencies that will prevent proper installation.

3.2 INSTALLATION

A. Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from established lines and levels and free of rack.

B. Fit exposed connections accurately together to form hairline joints.

1. Weld connections that are not to be left as exposed joints but cannot be shop welded. Grind smooth bearing surfaces of grating and frames. Do not weld, cut, or abrade the surfaces of units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections.

C. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint.

D. Metal Gratings: Comply with recommendations of referenced metal grating standards, including installation clearances and anchoring details, unless noted otherwise.

1. Attach removable units to supporting members with type and size of clips and fasteners indicated or, if not indicated, as recommended by grating manufacturer for type of installation conditions shown.

2. Attach nonremovable units to supporting members by bolting as indicated above.

3. Maximum clearances between sections shall be 1/8 inch and at the bearing ends shall be 1/4 inch. Maximum clearance at the bearing ends, where an angle frame is used, shall be the “k” dimension of the angle.

4. Span of grating shall be in the shorter opening dimension unless noted otherwise.

Page 290: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

05530 - 5

END OF SECTION

Page 291: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 6

WOOD & PLASTICS

Under The Bridge Clock Project

(NOT USED)

Page 292: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 7

THERMAL & MOISTURE PROTECTION

Under The Bridge

Clock Project

Page 293: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 1

SECTION 07920

JOINT SEALANTS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes sealants for the following applications, including those specified by reference to this Section:

1. Exterior joints in the following vertical surfaces and nontraffic horizontal surfaces:

a. Control and expansion joints in unit masonry. b. Joints between precast structural concrete units and concrete. c. Joints between different materials listed above. d. Perimeter joints between materials listed above and frames of doors,

louvers, piping, ductwork, and other openings. e. Other joints requiring sealant and as indicated.

2. Exterior joints in the following horizontal traffic surfaces:

a. Joints between different materials under opening thresholds. b. Other joints requiring sealant and as indicated.

3. Interior joints in the following vertical surfaces and horizontal nontraffic surfaces:

a. Control and expansion joints on exposed interior surfaces of exterior walls.

b. Perimeter joints of exterior openings where indicated. c. Vertical joints on exposed surfaces of interior unit masonry walls and

partitions. d. Joints on underside of precast concrete long-span units and hollow-core

slab units. e. Joints between plant-precast concrete hollow-core slab units and unit

masonry. f. Perimeter joints between interior wall surfaces and frames of interior

doors. g. Other joints requiring sealant and as indicated.

4. Interior joints in the following horizontal traffic surfaces:

a. Control joints in cast-in-place concrete slabs. b. Other joints requiring sealant and as indicated.

Page 294: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 2

1.2 PERFORMANCE REQUIREMENTS

A. Provide joint sealants for exterior and interior applications that establish and maintain airtight and water-resistant continuous joint seals without staining or deteriorating joint substrates.

1.3 SUBMITTALS

A. Product Data: For each joint-sealant product indicated and location of use.

B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view.

C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated.

D. Warranties: Special warranties specified in this Section.

1.4 QUALITY ASSURANCE

A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint-sealant installations with a record of successful in-service performance.

B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer.

C. Mockups: Before installing joint sealants, apply elastomeric sealants as follows to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution:

1. Joints in mockups of assemblies specified in other Sections that are indicated to receive elastomeric joint sealants, which are specified by reference to this Section.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials.

B. Store and handle materials in compliance with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes.

1.6 PROJECT CONDITIONS

Page 295: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 3

A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions:

1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer or are below 40 degrees F.

2. When joint substrates are wet.

B. Joint-Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than those allowed by joint sealant manufacturer for applications indicated.

C. Joint-Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with adhesion are removed from joint substrates.

1.7 WARRANTY

A. General Warranty: Special warranties specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrently with, other warranties made by Contractor under requirements of the Contract Documents.

B. Special Installer's Warranty: Written warranty, signed by Installer agreeing to repair or replace elastomeric joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period.

1. Warranty Period: Two years from date of Substantial Completion.

C. Special Manufacturer's Warranty: Written warranty, signed by elastomeric sealant manufacturer agreeing to furnish elastomeric joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period.

1. Warranty Period: 20 years from date of Substantial Completion.

D. Special warranties specified in this Article exclude deterioration or failure of elastomeric joint sealants from the following:

1. Movement of the structure resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression caused by structural settlement or errors attributable to design or construction.

2. Disintegration of joint substrates from natural causes exceeding design specifications.

3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other

atmospheric contaminants.

PART 2 - PRODUCTS

Page 296: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 4

2.1 PRODUCTS AND MANUFACTURERS

A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the products specified in the sealant schedules at the end of Part 3.

2.2 MATERIALS, GENERAL

A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience.

B. Colors of Exposed Joint Sealants: As selected by Engineer from manufacturer's full range for this characteristic.

2.3 ELASTOMERIC JOINT SEALANTS

A. Elastomeric Sealant Standard: Comply with ASTM C920 and other requirements indicated for each liquid-applied chemically curing sealant in the Elastomeric Joint-Sealant Schedule at the end of Part 3, including those referencing ASTM C920 classifications for type, grade, class, and uses.

B. Stain-Test-Response Characteristics: Where elastomeric sealants are specified in the Elastomeric Joint-Sealant Schedule to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C1248 and have not stained porous joint substrates indicated for Project.

2.4 SOLVENT-RELEASE JOINT SEALANTS

A. Acrylic-Based Solvent-Release Joint-Sealant Standard: Comply with ASTM C1311 for each product of this description indicated in the Solvent-Release Joint-Sealant Schedule at the end of Part 3.

2.5 LATEX JOINT SEALANTS

A. Latex Sealant Standard: Comply with ASTM C834 for each product of this description indicated in the Latex Joint-Sealant Schedule at the end of Part 3.

2.6 JOINT-SEALANT BACKING

A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing.

Page 297: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 5

B. Cylindrical Sealant Backings: ASTM C1330, of type indicated below and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance:

1. Type C: Closed-cell material with a surface skin.

C. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable.

2.7 MISCELLANEOUS MATERIALS

A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant-substrate tests and field tests.

B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants with joint substrates.

C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint-sealant performance.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions and the following requirements:

1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility

Page 298: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 6

by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost.

2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining from above cleaning operations by vacuuming or blowing out joints with oil-free compressed air. Porous joint surfaces include the following:

a. Concrete b. Precast concrete c. Masonry

3. Remove laitance and form-release agents from concrete.

B. Joint Priming: Prime joint substrates where recommended in writing by joint sealant manufacturer, based on prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces.

C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal.

3.3 INSTALLATION OF JOINT SEALANTS

A. General: Comply with joint sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply.

B. Sealant Installation Standard: Comply with recommendations of ASTM C1193 for use of joint sealants as applicable to materials, applications, and conditions indicated.

C. Install sealant backings of type indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability.

1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant

application and replace them with dry materials.

D. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and back of joints.

E. Install sealants by proven techniques to comply with the following and at the same time backings are installed:

1. Place sealants so they directly contact and fully wet joint substrates.

Page 299: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 7

2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that

allow optimum sealant movement capability.

F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint.

Page 300: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 8

1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by sealant manufacturer and

that do not discolor sealants or adjacent surfaces. 3. Provide concave joint configuration per Figure 5A in ASTM C1193, unless

otherwise indicated.

a. Use masking tape to protect adjacent surfaces of recessed tooled joints.

3.4 CLEANING

A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur.

3.5 PROTECTION

A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work.

3.6 ELASTOMERIC JOINT-SEALANT SCHEDULE

A. Low-Modulus Nonacid-Curing Silicone: Where joint sealants of this type are required, provide products complying with the following:

1. Products: Available products include the following:

a. 790; Dow Corning. b. Silpruf; GE Silicones. c. UltraPruf SCS2300; GE Silicones. d. HiFlex 331; NUCO Industries, Inc. e. NuFlex 309; NUCO Industries, Inc. f. VP 275; Ohio Sealants, Inc. g. 864; Pecora Corporation. h. 890; Pecora Corporation. i. PSI-641; Polymeric Systems, Inc. j. Omniseal; Sonneborn Building Products Div., ChemRex Inc. k. Spectrem 1; Tremco.

2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Use Related to Exposure: NT (nontraffic).

Page 301: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 9

5. Uses Related to Joint Substrates: M and, as applicable to joint substrates indicated, O.

a. Use O Joint Substrates: brick.

6. Stain-Test-Response Characteristics: Nonstaining to porous substrates per ASTM C1248.

7. Applications: Use in exterior masonry and plant-precast structural concrete units’ expansion joints where painting is not required.

3.7 SOLVENT-RELEASE JOINT-SEALANT SCHEDULE

A. Acrylic-Based Solvent-Release Sealant: Where joint sealants of this type are required, provide products complying with the following:

1. Products: Available products include the following:

a. Mono 555; Tremco.

2. Applications: Use in exterior applications where painting may be required.

B. Butyl-Rubber-Based Solvent-Release Sealant (alternate): Where joint sealants of this type are indicated, provide products complying with the following:

1. Products: Available products include the following:

a. Bostik 300; Bostik Inc. b. PTI 707; H.B. Fuller Company. c. PTI 757; H.B. Fuller Company. d. NuFlex 232; NUCO Industries, Inc. e. BC-158; Pecora Corporation. f. PSI-301; Polymeric Systems, Inc. g. Sonneborn Multi-Purpose Sealant; Sonneborn Building Products Div.,

ChemRex, Inc. h. Tremco Butyl Sealant; Tremco.

2. Applications: Use in exterior applications where painting may be required.

3.8 LATEX JOINT-SEALANT SCHEDULE

A. Latex Sealant: Where joint sealants of this type are required, provide products complying with the following:

1. Products: Available products include the following:

a. Chem-Calk 600; Bostik Inc. b. NuFlex 330; NUCO Industries, Inc. c. LC 160 All Purpose Acrylic Caulk; Ohio Sealants, Inc.

Page 302: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

07920 - 10

d. AC-20; Pecora Corporation. e. PSI-701; Polymeric Systems, Inc. f. Sonolac; Sonneborn Building Products Div., ChemRex, Inc. g. Tremflex 834; Tremco.

2. Applications: Use for all interior applications.

END OF SECTION

Page 303: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 8

DOORS & WINDOWS

Under The Bridge Clock Project

(NOT USED)

Page 304: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 9

FINISHES

Under The Bridge Clock Project

(NOT USED)

Page 305: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 10

SPECIALTIES

Under The Bridge Clock Project

(NOT USED)

Page 306: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 11

EQUIPMENT

Under The Bridge Clock Project

(NOT USED)

Page 307: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 12

FURNISHINGS

Under The Bridge Clock Project

(NOT USED)

Page 308: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 13

SPECIAL CONSTRUCTION

Under The Bridge Clock Project

(NOT USED)

Page 309: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 14

CONVEYING SYSTEMS

Under The Bridge Clock Project

(NOT USED)

Page 310: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 15

MECHANICAL

Under The Bridge Clock Project

(NOT USED)

Page 311: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

DIVISION 16

ELECTRICAL

Under The Bridge Clock Project

Page 312: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16010-1

SECTION 16010 — GENERAL PROVISIONS

PART 1 - GENERAL

1.1 RELATED SECTIONS

A. The provisions of The Supplement to Advertisement, The Instructions to Bidders, Supplement to Instruction to Bidders, General Conditions, Supplementary Conditions and all other sections of Division 1 of these Specifications shall govern the work under this Division or Section the same as if incorporated herein.

1.2 SCOPE

A. The Electrical Contractor shall provide and install complete electrical raceway systems including all raceways, fittings, in-grade junction boxes and miscellaneous hardware necessary as shown on plans. All of the above equipment required to complete the electrical system shall be completely installed and left in proper operating condition.

B. The Contractor shall coordinate the installation of conduits with roadway package conduit installation. In general, all conduit from roadway package shall be routed under sidewalks or in excavated and trenched areas of roadway. All junction/pull boxes and hand holes shall be installed outside sidewalk area.

C. The installation shall result in conduit pathways continuous the length of the project, from box to box. Conduit shall be capped, protected and marked with yellow warning tape and stakes.

D. Exact routing and location of all boxes shall be coordinated in field with the City Engineer.

PART 2 - PRODUCTS

2.1 REQUIREMENTS

A. Field verification of scale on electrical plans is directed since actual locations, distances and levels will be governed by actual field conditions. Actual pole locations, service panel locations and conduit routing locations will be coordinated in field.

B. In case of conflicts or discrepancies between plans, plans and specifications and/or actual field conditions, Contractor shall notify the Engineer before work is continued. Coordinate with other trades to avoid conflicts.

C. Permits, Inspections and Tests - The Contractor shall procure and pay for all permits, fees, inspections, and licenses required. Perform all tests to ensure all systems are in good operating condition.

D. Review of Material; Specific reference in the specification to any article, device, product, material, fixture, form or type of construction by name, make or catalog number, with or without the words "or equal", shall be interpreted as establishing a standard of quality and shall not be construed as limiting competition.

Page 313: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16010-2

E. Bidders shall base bids on the material specified or on equals receiving approval 10 days prior to Bid Opening. Any increase in the cost of work resulting from substitution of any product specified is part of this contract and shall be accomplished in an approved manner at no extra cost to the Owner.

F. Substitutions. No substitution will be considered unless written request for approval has been received by the Engineer at least 10 days prior to the date of receipt of bids. Each such request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, cuts, performance and test data and any other information necessary for an evaluation. A statement setting forth any changes in other materials, equipment or other Work that incorporation of the substitute would require shall be included; failure to do so does not alleviate the Contractor of his responsibility to make any and all necessary changes required for installation of the approved substitution. The burden of proof of the merit of the proposed substitute is upon the proposer. The Engineer's decision of approval or disapproval of a proposed substitution shall be final.

G. All materials shall be new and of current manufacturer. Where more than one of a type of device is used, all shall be by the same manufacturer. All materials shall conform to the grade, quality and standards of those specified.

H. Shop drawings shall be submitted in accordance with the General Conditions. Forward all shop drawings at one time. Each item shall bear project name and identifying symbol from plans. Shop Drawings required are as follows: 1. Lighting Fixtures 2. Panelboards 3. Hand Holes 4. Lighting Controls

I. Interferences - The drawings are generally diagrammatic in nature, and accordingly the Contractor shall coordinate his work with that of all other trades to avoid interferences. The Contractor shall examine the complete set of drawings and specifications for the job before installation of electrical work, coordinating locations and routings with other trades to avoid interferences. Work installed by the Contractor which does interfere with another trade shall be removed and reinstalled at the Contractor's expense when directed by the Engineer.

J. Workmanship shall be of the highest quality and all work shall be done by workmen skilled in the trades involved.

K. The Contractor shall guarantee all work under this contract for one year and shall be responsible for the maintenance of all electrical equipment furnished and installed under this contract for a period of one year from the date of substantial completion.

PART 3 - PRODUCTS

NOT USED

PART 4 - EXECUTION

4.1 APPLICABLE CODES AND STANDARDS

Page 314: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16010-3

Note: The materials and installation shall conform to the minimum requirements and latest outstanding issues and revisions of the following codes, standards, and regulations wherein they apply:

NFPA No. 70, National Electrical Code, (2008 edition).

IBC (2009), ICC (2009), IFC (2009)

American National Standard, National Electrical Safety Code, (2007).

Applicable Publications of NEMA, ANSI, IEEE and IPCEA.

Underwriter's Laboratories, Inc. Standards

City, State and Local Codes and Regulations having jurisdiction.

OSHA requirements.

ADA requirements.

END OF SECTION 16010

Page 315: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16100-1

SECTION 16100 — BASIC MATERIALS

PART 1 - GENERAL

1.1 RELATED SECTIONS

A. Materials specified in this section shall comply with all applicable requirements of SECTION 16010, GENERAL PROVISIONS.

1.2 SCOPE

A. Contractor Furnished. Unless otherwise noted on the drawings, equipment list, or specifications, the Contractor shall furnish and install all materials, devices, and apparatus necessary for the complete electrical system. All materials and equipment shall be of types and manufacturer specified wherever practical. Should materials or equipment so specified be unobtainable, the Contractor shall submit the description and manufacturer's literature, reason for the substitution request and shall secure the approval of the Engineers before substitution of other material or equipment. This specification establishes performance requirements and the quality of equipment acceptable for use and shall in no way be construed to limit procurement from other manufacturers.

B. Equal or Equivalent. The term "or equal" and similar terms as used on the drawings or specifications shall be interpreted to mean "equal or equivalent" in the opinion of the Engineers.

C. Manufacturer's Prints. Where the Contractor furnishes equipment other than standard construction items, he shall furnish manufacturer's prints and reproducibles of all such equipment to the Engineers.

D. U.L. Listing. All equipment and materials shall be new and conform to the requirements of this specification. All equipment and materials shall be listed by the Underwriter's Laboratories, Inc., and shall bear their label whenever standards have been established and label service is regularly furnished. All equipment and materials shall be of the best grade of their respective kind for the purpose.

PART 2 - PRODUCTS AND EXECUTION

2.1 PANELBOARDS

A. Contractor Furnished. The contractor shall furnish all lighting, service, and power distribution panelboards required. All panelboards shall be of deadfront construction and shall incorporate all switching and protective devices of the type, quantity, number of poles, rating and type specified or shown on the drawings. The drawings and schedules indicate the ampere rating of mains, main breaker or disconnect, main lugs, voltage rating, phases, neutral and type of devices and enclosures. Enclosures for panelboards shall be flush or surface type as designated on the drawings.

B. Boxes. Boxes shall be constructed of code gauge galvanized sheet steel and provided with not less than 7" wiring gutters at the sides and 5" at top and bottom. Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment

Page 316: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16100-2

(loop feeds), the box shall be sized to include this wiring space. This wiring space shall be in addition to the minimum gutter space specified above and the limiting width may be increased accordingly. Knockout type boxes may be used on flush mounted installations where conduits are routed concealed. Surface mounted boxes shall be furnished without factory stamped knockouts and the contractor shall punch the box for the conduit group desired. Conduit hubs shall be T&B Series 370 "Bullet" hubs or approved equal.

C. Doors. Hinged doors covering all switching device handles shall be included in all panel trims, except that panelboards having individual metal clad externally operable deadfront units may be supplied without such doors. Doors shall have flush or semi-flush type, corrosive resistant, cylinder lock and catch, except that doors over 48" in height shall have a vault handle and 3-point latch, complete with lock, arranged to fasten door at top, bottom and center. Door hinges shall be concealed. Two keys shall be supplied for each lock. All locks shall be keyed alike for all panelboards supplied. Trims shall be fabricated of code gauge sheet steel. Trims for flush panels shall overlap the box by at least 3/4" all around. Surface trims shall have the same width and height as the box. Trims shall be mountable by a screw-driver without the need for special tools. Trims shall be properly cleaned and finished with a gray paint over rust inhibiting primer coating. The finish coat shall be the type that will permit adherence of field applied paint.

D. Directory. A directory holder with glass or heavy plastic plate and metal frame shall be mounted inside of each door with a neatly typed directory properly identifying each circuit as shown on panel schedule drawings.

E. Nameplate. The contractor shall furnish and install an engraved, laminated plastic nameplate on the trim. The nameplate shall identify the panel by power source designation, panel designation, voltage rating and phase. Nameplate shall be black engraved letters on white background.

F. Bus Bars. Bus bars and other conductive parts shall be copper and sized in accordance with Underwriter's Laboratories standards, full size insulated neutral bars shall be included. Bussing shall be braced equal to or greater than the highest rated practice governing short circuit stresses in panelboards. Phase bussing shall be full height without reduction. Cross connectors shall be copper.

G. Neutral Bus. Neutral bussing on 3-phase panels shall have a suitable lug for each outgoing feeder requiring a neutral connection.

H. Ground Bus. All panels shall have provisions for mounting up to four ground busses. The sufficient quantity of ground busses shall be provided for each panel breaker pole. The ground bus shall be of copper and properly bonded to the housing. Suitable lugs shall be provided for termination of each equipment ground conductor.

I. Phase Sequence. Bus bar connections to the branch circuit shall be the "distributed phase" or "phase sequence" type. Single-phase, three-wire panelboard bussing shall be such that any two adjacent single-pole units are connected to the opposite polarities in such a manner that two-pole units can be installed at any location. Three-phase, four wire bussing shall be such that any three adjacent single-pole units are individually connected to each of the three different phases in such a manner that two or three-pole units can be installed in any location.

J. Circuit Numbering. Panelboard circuit numbering shall be such that starting at the top, odd numbers shall be used in sequence down the left-hand side and even numbers shall be used in sequence down the right-hand side.

K. Terminals. Terminals for feeder conductors to the panelboard mains and neutral shall be U.L. listed as suitable for type of conductor specified and shall be T&B 54000 Series where possible.

Page 317: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16100-3

Terminals for branch circuit wiring, both breaker and neutral, shall be U.L. listed as suitable for the type of conductor specified.

L. 120/240V Panels. All lighting/service panels rated 120/208 volt, shall be equal to Square D Company, Type NQOD equipped with bolt-on branch breakers of the type and rating specified on the drawings.

M. Panels and Panelboards are designed around Square D equipment. Acceptable alternate manufacturers are Cutler-Hammer, Siemens, and General Electric Company. All alternate or substitution requests shall meet all performance requirements of specified equipment, as well as space and dimension requirements noted on drawings.

2.2 CIRCUIT BREAKERS

A. Contractor Furnished. The contractor will provide breakers unless specifically designated to be "Owner Furnished" on the drawings, equipment list, or within the specifications.

B. As Specified. Breakers shall be of the type, rating, number of poles, size, and interrupting capacity, specified or required for the environment, location, application, and load served.

C. Molded Case Circuit Breakers. Molded case circuit breakers shall be circuit interrupting devices which will operate both manually for normal switching functions and automatically under overload and short circuit conditions. Circuit breakers shall provide circuit protection when applied within rating.

D. Operating and Switching Mechanism. The operating mechanism shall be entirely trip-free so that the contacts cannot be held closed against an abnormal over-current or short circuit condition. The switching mechanism shall be quick-make, quick-break type.

E. Overload and Short Circuit Protection. The operating handle of the circuit breaker shall open and close all poles of a multi-pole breaker simultaneously. The breakers shall meet applicable NEMA and U.L. specifications. Each circuit breaker shall have a trip unit to provide overload and short circuit protection. The trip unit for each pole shall have elements providing inverse time delay under overload conditions and instantaneous magnetic tripping for short circuit protection. The trip element shall operate a common trip bar which shall operate all poles in case of an overload or short circuit through any one pole. Automatic tripping shall be clearly indicated by handle position.

F. Rating. The molded case circuit breakers shall be rated for fault duty as specified on the plans. Series ratings are not allowed. The Contractor shall verify available fault current with the Utility Company for the actual installation and forward to the Engineer.

2.3 SAFETY SWITCHES

A. Contractor Furnished. The contractor shall provide all safety disconnect switches required. The switches shall be of the type, voltage, ampere, and horsepower rating, number of poles, fusible or non-fusible, as specified or required for the environment, location, application, and load served.

B. Description. All safety switches shall be NEMA premium heavy-duty, horsepower rated, industrial type, and shall be Underwriters' Laboratories listed. Fusible switches shall be complete with fuses of the type and rating specified (refer to paragraph "Fuses") and as indicated on the drawings or within these specifications. All switches shall have switch blades

Page 318: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16100-4

that are fully visible in the OFF position when the door is open and shall be of dead front construction with arc suppressors. The mechanism shall be quick-make, quick-break type. The door shall be interlocked (defeat-able type) with the handle or mechanism to prevent unauthorized opening of the door in ON position. Pad-locking provisions shall be provided for padlocking in the OFF position with one or more locks or lockable hasps. Grounded switches in a common enclosure shall be mounted in enclosure types specified elsewhere. Individually mounted switches shall be mounted in enclosures suitable for the location and environment as specified on the drawings.

C. Nameplate. All switches shall be provided with an engraved laminated phenolic nameplate showing the power source (Unit No. or other), and title of equipment served. Nameplates to be black letters on white background.

D. Manufacturer and Enclosures. All switches furnished shall have enclosures as specified on the drawings. Acceptable manufacturers shall be Square D, General Electric, Siemens, and Cutler-Hammer.

2.4 FUSES

A. Contractor Furnished. The contractor shall furnish and install fuses in all fusible devices and equipment that are furnished by the contractor.

B. The following fuse types shall be used for the applications listed. Fuses shall be as manufactured by Bussman or Chase Shawmut.

2.5 MISCELLANEOUS CONTROL DEVICES

A. Furnished by Others. Miscellaneous control devices that are to be furnished under this division shall be specifically designated on the drawings.

B. Enclosures. All devices furnished shall be suitable for the control requirements and shall have voltage rating and adequate capacity for the application. They shall be housed in enclosures suitable for the location and environment as indicated on the drawings.

2.6 RECEPTACLES – OUTLETS

A. Contractor Furnished. The contractor shall furnish and install all convenience (and power type) receptacles and outlets shown on the drawings. Suitable boxes, covers and matching plugs as specified shall be provided and the installation shall conform to typical details, drawings, and as described elsewhere in this specification. See electrical symbol drawings for additional descriptive data.

B. Single Manufacturer. Receptacles of similar usage and rating shall be those of a single manufacturer.

C. Usage and Manufacturer. General use and convenience outlets shall be as specified by symbol on the drawings and as listed on the symbols drawing.

D. Ground Fault Protection. Note that all convenience receptacles to be installed as ground fault interrupting type are so noted on drawings.

Page 319: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16100-5

2.7 BOXES

A. Contractor Furnished. The contractor shall furnish and install all electrical boxes required for the proper installation of the electrical systems. Boxes shall be of the NEMA type suitable for the location. Boxes shall be installed as specified on the drawings and as described under "Wiring Methods", and other applicable sections of this specification for wiring devices such as switches, receptacles, and similar devices. In order to maintain fire ratings, boxes installed "back-to-back" in fire walls shall not be located in the same space between studs, but shall have a stud located between them.

B. Concealed. Fixture, outlet, and switch boxes installed concealed in walls or ceiling areas shall be galvanized or cadmium plated sheet steel of not less than the minimum size as recommended in the National Electrical Code and shall be furnished with appropriate covers as specified in other applicable sections of these specifications or on the drawings. All boxes shall be accessible for maintenance purposes.

C. Exact locations of all floor boxes shall be coordinated in the field with the architect unless specific dimensions are shown on the drawings. Also, see Section 16500 of these specifications.

D. Surface Mounted. Fixture, outlet, and switch boxes installed surface mounted in plant, shop, operating, and unfinished areas shall be threaded, cast alloy iron or malleable iron. Iron type shall have a cadmium/zinc electroplate, or galvanized finish with appropriate lacquer. Boxes shall be of the approved type for the outlets, switches, and fixtures served and shall be made of the material and finish compatible with the conduit system and location. Surface mounted boxes shall be only as noted on the plans.

E. Splice and Tap Boxes. Splice and tap boxes for power circuits shall be used only where designated on the drawings and shall be of the type and size indicated. Otherwise all power wiring shall be continuous, splice and tap free, between equipment. On lighting and convenience receptacle circuitry, wiring may be spliced and boxes shall be provided for concealed or surface mounting as previously specified or may be JIC oil-tight of size and type indicated on the drawings or minimum size as specified in the National Electrical Code.

F. Pull Boxes. Pull boxes for interior, or outdoor exposed power wiring shall be provided where shown or required to facilitate the installation of the wiring. Pull boxes shall not be located in finished rooms and shall be accessible for maintenance use. For conduit sizes 3/4 and 1 inch, conduit fittings of the "C", "LB", "TB" and similar types may be used for "Pulling In." Unless designated otherwise, all pull boxes shall be the straight-through type and changes in direction shall not be made in the box. The boxes shall be of the minimum size and type as required by the National Electric Code or as sized on the drawings.

G. Exterior and Underground. For exterior exposed work, pull boxes shall be of NEMA 3R construction and shall be threaded hub type with gasketed cover.

2.8 COVERS AND DEVICE PLATES

A. Contractor Furnished. The contractor shall furnish and install the appropriate cover on all boxes, conduit fittings, panels, cabinets, switches, receptacles, and similar wiring devices and other equipment that is Contractor furnished. Conduit outlet fitting covers shall be the type specified under "Conduit Fittings."

2.9 ENCLOSURES

Page 320: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16100-6

A. Enclosures and housings for all Contractor furnished electrical equipment and devices shall be suitable for the location and environmental conditions and shall be of NEMA type as shown on symbol sheet drawing.

END OF SECTION 16100

Page 321: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16110-1

SECTION 16110 — ELECTRICAL RACEWAYS

PART 1 - GENERAL

1.1 RELATED SECTIONS

A. Materials specified in this Section shall comply with all applicable requirements of SECTION 16010, GENERAL PROVISIONS.

1.2 SCOPE

A. Contractor Furnished. The contractor shall provide all conduit, fittings, and supports required and not otherwise shown on plans as furnished by others.

B. The types of electrical raceways required for the project include the following:

1. Intermediate Metal Conduit 2. Liquid-Tight Flexible Metal Conduit 3. Rigid Galvanized Conduit 4. PVC Rigid Conduit

C. The minimum raceway size shall be 3/4"C. Minimum underground raceway shall be 1” trade size.

D. Product Delivery, Storage, and Handling. Contractor is to provide color-coded end-cap thread protectors and handle conduit and tubing carefully to prevent damage. Store pipe and tubing inside whenever possible. When necessary to store outdoors, elevate well above grade and enclose with durable, watertight wrapping.

PART 2 - PRODUCTS

2.1 MATERIALS AND COMPONENTS

A. Electrical Metallic Tubing. Galvanized, thin wall tubing, fittings shall be hex-nut, expansion gland type, zinc plated, and U.L. listed as "raintight." No crimp, spring, or set-screw type fittings will be accepted.

B. Intermediate Metal Conduit. Galvanized steel tubing, with zinc coated interior.

C. Flexible Metal Conduit. Galvanized single steel strip, flexible, interlocked.

D. Liquid-Tight Flexible Metal Conduit. Galvanized single steel strip, flexible, interlocked, double wrapped, with liquid-tight PVC jacket.

E. Rigid Galvanized Conduit. Rigid steel, hot-dipped galvanized conduit.

F. PVC Rigid Conduit: U.L. listed Schedule 40 heavy wall rigid conduit.

Page 322: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16110-2

G. Conduit, tubing and duct accessories including straps, hangers, expansion and deflection fittings as recommended by conduit, tubing, and duct manufacturers.

PART 3 - EXECUTION

A. Liquid-tight Flexible Metal Conduit. Connection of motors and for other electrical equipment where subject to movement and vibration, and also subjected to one or more of the following conditions: Exterior location; moist or humid atmosphere where condensate can be expected to accumulate; corrosive atmosphere; subjected to water spray; subjected to dripping oil, grease or water. Flexible conduit is not to exceed 60" in length for any one application.

B. Intermediate Metal Conduit. All conduits of 2" nominal trade size or more and/or where exposed. Not to be stubbed up at floor level.

C. Rigid Galvanized. Where specified on plans for certain underground or exposed runs, or where stubbed up at floor level.

D. Rigid PVC. Specified for underground runs, UL approved Schedule 40 heavy wall rigid PVC conduit shall be used. Not to be stubbed up at floor level. All PVC underground runs shall transition to rigid galvanized before stubbing up through floor slab or grade.

3.2 INSTALLATION

A. Install conduit in accordance with NEC and National Electrical Contractors Association's "Standard of Installation", and with recognized industry practices. Where NECA and NEC standards differ, the more stringent requirement shall apply.

B. Complete the installation of raceways before starting installation of wires. Install pull cords in all raceways.

C. Care shall be taken to keep the interior of conduits clean, and each conduit run shall be thoroughly cleaned and dried before any cable is pulled through.

D. Unless indicated otherwise on drawings, all underground conduits shall be run beneath sidewalks in as direct a manner as practical.

E. Power operated bending machines shall be used on conduits 1-1/4" and larger. Heating with torches will not be permitted.

F. All conduit runs shall be continuous from outlet to outlet with all joints and connections pulled tight to insure an electrically continuous and mechanically secure raceway system.

3.3 CONDUIT AND TRAY OPENINGS

A. Contractor's Responsibility. The Contractor shall be responsible for all sleeves and openings through walls and floors necessary for passage of electrical conduits and raceways. Where contractor must provide openings and/or drill concrete floors and/or walls, he shall be responsible for the repair of these openings. Structural members and reinforcing shall not be cut, burned or damaged in any way. All openings in walls and floors, and under switchgear and panels where electrical cables and conduits are installed, shall be closed up by the Contractor to prevent dust, dirt and water from entering.

Page 323: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16110-3

B. Sealing. The Contractor shall be responsible for sealing all wall and floor openings and all floor and wall sleeve openings utilized by the contractor whether furnished by Others or by the Contractor.

C. Sleeves and openings shall be sealed with materials that will withstand fire and heat to the same rating as the wall, floor, or ceiling through which the conduit or tray passes and shall not be less than a 30-minute barrier.

END OF SECTION 16110

Page 324: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16130-1

SECTION 16130 — CONDUCTORS

PART 1 - GENERAL

1.1 RELATED SECTIONS

A. Materials specified in this Section shall comply with all applicable requirements of SECTION 16010, GENERAL PROVISIONS.

1.2 SCOPE

A. This specification covers the requirements for all wire and cable to be used in the installation of the electrical systems for the project, including all power, lighting and control systems.

B. Wire and cable will be furnished by the Contractor for installation.

C. All cable is to be "Contractor-furnished", the Contractor shall submit for approval by the Owner any deviations anticipated or proposed with respect to the cable manufacturer, cable type, or specification contained herein.

PART 2 - PRODUCTS

2.1 MATERIALS

A. All wire and cable shall be Underwriters' Laboratories (UL) listed. In addition to other standard labeling, all wire and cable shall be marked UL on the outer surface indicating Underwriters' Laboratories, Inc. certification.

B. Grounding conductors, where insulated, shall be colored solid green. Conductors intended as a neutral shall be colored solid white.

C. For all circuits 600 volt and less, wires and cables shall have code grade, 600 volt type THWN-THHN, 75 degrees C., wet or dry locations, moisture and heat resistant thermoplastic insulation. Insulation thickness shall be per National Electrical Code, Table 310-13.

D. Conductor sizes are expressed in American Wire Gage (AWG) or in circular mils. Conductors shall be annealed copper wire, minimum size #12 AWG, except that #14 AWG may be used for control. All conductors shall be stranded except that solid conductors may be used for #12 AWG lighting and receptacle branch circuits.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Lighting and power wiring shall be routed in conduits, or other raceways as shown on the drawings.

Page 325: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16130-2

B. Pulling. Where mechanical assistance is used for pulling conductors, patented wire pulling compounds having inert qualities that do not harm the wire insulation or covering shall be applied to the conductors as they are pulled into raceways. Interior of all raceways shall be free from grease, filings or foreign matter before conductors are pulled in.

3.2 IDENTIFICATION

A. Wire, Cable, Raceways, and Conduits.

B. Circuit identification numbers shall be placed on each end of the conductor involved by using self-laminating marker tags, T&B Company E-Z Code Type WSL or equal. Circuit numbers shall be as shown on the plan and panel schedule drawings.

C. Phase Identification. Phase sequence throughout the installation shall be standardized wherever practical in all electrical power equipment as follows:

Phase A Phase B

Position Occupied Front Center Top Center Left Center Color Code: 240/120V, 1-phase Black Red

3.3 SPLICES AND TERMINATIONS

A. Lighting Conductors. Splices in lighting conductors shall be made with splicing caps with metal inserts only, such as 3M Company's "Scotchlock" spring connectors. The splices shall be firmly and neatly taped to prevent entry of moisture.

B. Power Conductors shall be continuous from outlet to outlet. No power cable shall be spliced except on explicit instructions of the Owner’s Representative.

3.4 LUGS

A. All lugs shall be furnished and installed by the Contractor where required.

B. Lugs for copper power wiring, Sizes No. 12 and No. 10 AWG, shall be T&B "Sta-Kon" uninsulated ring type lugs. Lugs for copper power wiring from No. 10 AWG to size 1/0 AWG shall be T&B 1-hole Type 54100 Series. Size 2/0 AWG and larger lugs shall be 2-hole type 54200 series (except where 1-hole is required to match motor lead lugs). Sizes above 1/0 are to be applied using hydraulic pump tool.

C. Where motor leads are furnished without lugs, T&B 54500 Series 2-way connectors (splicing sleeves) shall be used. Splice sleeves may be desirable where limited space for termination exists.

D. The proper lugs will normally be furnished with equipment in all Owner-furnished equipment. All other lugs shall be furnished and installed by the Contractor. No mechanical type lugs shall be used except in panelboards. If any mechanical type lugs are furnished with Owner-furnished

Page 326: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16130-3

equipment, the Contractor shall replace them with proper compression type lugs where practical.

3.5 TAPING

A. All voids, sharp corners and bolt projections shall be made smooth by filling with Okonite or Scotch Fill before applying the laps of tape required for insulation. All loose strands of wire shall be removed before taping. Duxseal will not be permitted.

B. Joints and other sections of wiring requiring tape shall be half lap and at least two layers. Taping shall be neatly done and shall form a permanent insulation equal in mechanical and electrical strength to the insulation of the conductor. Taping shall be as follows:

1. 600 Volt insulation - A minimum of 1-1/2 lap layer varnished cambric and 2-1/2 lap layers of 3M No. 33 vinyl plastic electrical tape.

C. All taping, splicing and termination materials shall be furnished by the Contractor.

END OF SECTION 16130

Page 327: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16401-1

SECTION 16401 — SERVICE AND DISTRIBUTION

PART 1 - GENERAL

1.1 RELATED SECTIONS

A. Materials specified in this section shall comply with all applicable requirements of SECTION 16010, GENERAL PROVISIONS.

1.2 WORK INCLUDES

A. Electrical contractor shall coordinate as required with the utility company, and general contractor(s) for site electrical services to provide electrical service to the service panels by way riser from the established sub-grade transformer vault, 120/240V, 1-phase service. Provisions for temporary power for construction shall also be made by this contractor.

B. Electrical contractor shall include in his bid all costs, fees, or charges associated with installation of service to the project by the utility company.

C. Electrical contractor shall confirm exact location of all service and distribution equipment with owner's representative prior to installation.

PART 2 - PRODUCTS

2.1 PRODUCTS

A. Transformers shall be provided by utility company. Meter base shall be provided by the contractor. Coordinate all requirements with the utility.

PART 3 - EXECUTION

3.1 The required coordination and service installation work shall include, but not be limited to the following:

A. Electrical contractor shall coordinate with utility for all requirements to provide services noted at locations indicated, and shall coordinate routing of utility feeder with utility and City Engineer.

END OF SECTION 16401

Page 328: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16405-1

SECTION 16405 — UNDERGROUND ELECTRICAL WORK

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Materials specified in this section shall comply with all applicable requirements of SECTION 16010, GENERAL PROVISIONS.

1.2 SCOPE

A. The Contractor shall install all underground electrical work required for this project including but not limited to:

1. PVC Conduit 2. Hand Holes

B. Conduit and hand holes shall be installed as indicated on the drawings.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Hand Holes shall be pre-manufactured and installed per manufacturer's direction. Sizes are indicated on plans. Acceptable manufacturer to include Quazite products.

B. Duct shall be thin wall type Schedule 40 PVC conduits suitable for direct burial. All duct shall be U.L. approved.

PART 3 - EXECUTION

3.1 INSTALLATION

A. All continuous conduits shall be tested with a mandrel and brushed clean prior to installation of cable. Install pullwires in all conduits. Cap and mark conduit ends covered after installation.

B. Install warning tape 6” above conduit. Tamp all backfill to meet specifications of sidewalk installation.

END OF SECTION 16405

Page 329: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16450-1

SECTION 16450 — GROUNDING

PART 1 - GENERAL

1.1 RELATED SECTIONS

A. Materials specified in this Section shall comply with all applicable requirements of SECTION 16010, GENERAL PROVISIONS.

1.2 WORK INCLUDES

A. As Required By the NEC. In general, fixtures, outlets, the enclosing cases, poles and pole bases, etc., and any other electrically operated or electrical equipment, conduit, and other raceways shall be effectively and permanently grounded with a separate copper grounding conductor of cross-section as required by the National Electrical Code and drawings. It shall be of capacity sufficient to insure continuity and continued effectiveness of the ground connections to carry fault currents. Ground conductors must be as short and straight as possible, protected from mechanical injury and if practicable without splice or joint. The grounding conductor shall be run from a ground established at the source of supply to the equipment to be grounded. Ground wires from below grade shall be protected by galvanized conduit and the conductor shall be brazed to conduit sleeve on each end. All grounding conductors shall be copper.

PART 2 - PRODUCTS

NOT USED

PART 3 - EXECUTION

3.1 INSTALLATION

A. Power Conductors Supplying Equipment. A copper grounding conductor must be run inside the conduit or raceway, enclosing the power conductors supplying the equipment, or in case of a multi-conductor power cable, must be located within the sheath.

B. Connect at Source. Ground conductors in power cable or ground wire in conduits shall always be connected directly to station ground at the source end, and to motor frame or equipment enclosure and/or equipment ground bar.

C. System Neutral. The equipment grounding conductor in all circuits shall be connected to the frame and ground lug in the panelboards and not the neutral bus. Equipment ground connections to a system neutral are not permitted.

D. Fuses. In all cases of grounded circuits, fuses must be omitted from the grounded neutral conductor throughout the entire installation.

E. Equipment Frames. Frames of all electrical apparatus will be connected to the grounding system. Neutrals of service transformers shall be connected to the grounding system.

Page 330: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16450-2

F. Metallic Raceways. All metallic conduits and wiring channels must be connected at each end to the grounding conductor with a good electrical contact.

G. Identification. The grounding conductor shall be stranded and covered with a green jacket.

H. In all cases the white wire should be used for the current-carrying neutral only and never as a grounding conductor, or other purpose.

I. Ground Rods. Where specified on drawings, grounding connections to earth shall be made with 3/4" diameter (minimum) copper-clad steel exten-type ground rods a minimum of 10 feet long, or depth as indicated.

END OF SECTION 16450

Page 331: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16500-1

SECTION 16500 — LIGHTING

PART 1 - GENERAL

1.1 RELATED SECTIONS

A. Materials specified in this Section shall comply with all applicable requirements of SECTION 16010, GENERAL PROVISIONS.

1.2 WORK INCLUDED

A. Contractor Furnished. The Contractor shall furnish, install and wire all lighting fixtures and poles and the complete lighting system as shown on the drawings. The contractor shall furnish all appropriate mounting hardware and pole bases as required for installation of the fixtures. The contractor shall coordinate the exact locations of each pole fixture with the Architect. All fixtures shall be the type and manufacturer specified, with UL label.

B. Typical Details, Drawings and Symbols. The Contractor shall install lighting fixtures complete with lamps and as shown on drawings. Refer to symbol drawings for additional descriptive and installation data. The Contractor shall check the location of all fixtures in relation to the structure and the work of other crafts and shall obtain approval of the Owner's representative to relocate fixtures, if required, to avoid interferences.

PART 2 - PRODUCTS

2.1 LIGHTING FIXTURES AND POLES

A. All lighting fixtures and poles shall be as specified on the fixture schedule on the drawings.

B. All outdoor fixtures shall be UL listed for wet locations unless mounted recessed in building overhangs, in such cases fixtures which are UL listed for damp locations may be permitted if specifically noted on the drawings.

C. Substitutions: No substitutions are allowed unless submitted and approved per Section 16010. Submission shall include physical description, photograph, line drawings of pole, outlets, banner arms and fixture, and photometric printouts of an area of the project. Contact Engineer for autocad drawing of area to be calculated. Fixtures shall be judged aesthetically as well as performance wise.

PART 3 - EXECUTION

3.1 POLE LOCATIONS

A. Poles shall be installed in the locations shown on the drawings. The Contractor shall study the general plans in relation to the spaces surrounding each pole in order that his work may fit the other work required, as well as the work of other trades. Each pole location shall be staked and approved by the City Engineer.

Page 332: UNDER THE BRIDGE CLOCK PROJECT City of Anderson, South

E16-001

16500-2

3.2 CONTROLS

A. Lighting shall be controlled by a common photocell and contactor located at the service panel.

B. Neutral Conductor. The neutral conductor of lighting systems shall be of the same size as the phase conductors. On three and four wire systems the load shall be divided as evenly as possible on each "outside" or phase conductor. Neutral conductors shall be identified throughout by using a white or gray (as specified in "Color Code" section) insulated wire. A green ground wire shall be run in raceway to ground all lighting fixtures, receptacles, boxes and wiring devices.

3.3 FINAL INSPECTIONS

A. At the conclusion of the job, the Contractor shall see to it that all fixtures are cleaned, lamped and in good operating condition. Upon final inspection all covers shall be installed.

END OF SECTION 16500