CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR

LOUISA COUNTY PUBLIC SCHOOLS LOUISA COUNTY HIGH SCHOOL, LOUISA COUNTY MIDDLE SCHOOL, JOUETT ELEMENTARY SCHOOL RESTORATION WORK LOUISA COUNTY PUBLIC SCHOOLS DEWBERRY PROJECT # 50069782

SUBMITTED BY:

Dewberry 4805 Lake Brook Drive, Suite 200 Glen Allen, Virginia 23060 804.290.7957 SUBMITTED TO:

Louisa County Public Schools 953 Davis Highway Mineral, Virginia 23117 540.894.3734

TABLE OF CONTENTS CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS LOUISA COUNTY PUBLIC SCHOOLS LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS Section 00100 Advertisement for Bids Section 00110 Information for Bidders Section 00200 Pre-Bid Question Form Section 00300 Bid Form Section 00310 Bid Bond Section 00320 Certification of Bidder Regarding Disbarment by Agency of the Commonwealth of Virginia Section 00330 Contractor’s Qualification Statement Section 00500 Notice of Award Section 00510 Agreement Section 00520 Notice to Proceed Section 00610 Performance Bond Section 00620 Payment Bond Section 00630 Affidavit and Acknowledgment of Surety Section 00700 General Conditions Section 00800 Special Conditions TECHNICAL SPECIFICATIONS Division 1 - General Requirements Section 01010 – Summary of Work Section 01027 – Basis of Measurement and Payment Section 01041 – Construction Schedule and Sequence Section 01300 – Submittals Section 01500 – Temporary Facilities Section 01700 – Project Closeout Division 2 - Site Work Section 02055 – Selective Demolition Section 02110 – Site Preparation: Clearing and Grubbing Section 02120 – Erosion and Sediment Control Section 02140 – Dewatering Section 02270 – Earthwork for Utilities Section 02500 – Paving Systems and Accessories Section 02500A – Signing and Pavement Markings Section 02650 – Storm Drainage Section 02790 – Tennis Court Surfacing Section 02798 – Utility Location and Identification Section 02850 – Topsoil and Seeding TABLE OF CONTENTS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

TOC-1

Division 3 – Concrete Section 03400 – Cast-In-Place Concrete Division 26 – Electrical Section 260100 – Basic Electrical Requirements Section 260600 – Conductors, Raceways, and Wiring Devices Section 262400 – Panelboards, Switches, and Circuit Breakers Section 265100 – Lighting Section 265200 – Tennis Court Lighting

END OF SECTION TOC P:\ 50069782\Specs\TOC.doc

TABLE OF CONTENTS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

TOC-2

SECTION 00100 ADVERTISEMENT FOR BIDS

Louisa County Public Schools 953 Davis Highway Mineral, Virginia 23117

Separate sealed bids for the construction of the Louisa County Public Schools Louisa County High School, Louisa County Middle School, Jouett Elementary School Restoration Work will be received by Department of Finance, Louisa County Public Schools, 953 Davis Highway, Mineral, Virginia 23117, until 3:30 PM, local prevailing time on April 30, 2015, and then at said office publicly opened and read aloud.

The Louisa County High School portion of this project consists of the removal of modular units and the removal/abandonment of associated utilities in the existing high school parking lot to restore the parking lot to its original condition. There will be curb and gutter repair, pavement repair, relocation of power poles, abandonment/demolition of data/security lines, abandonment of waterlines and sanitary sewers, and road repair to get the bus loop accepted back into the VDOT system for maintenance and repair. The Louisa County Middle School portion of this project consists of moving four existing trailers to the Jouett Elementary School, moving two existing trailers within the existing trailer area, installing various electrical components and conduits, and asphalt repair. The Jouett Elementary School portion of this project consists placing and reinstating four trailers from the Louisa County Middle School site, removing four trailers from the Jouett Elementary School Site, rotating one existing trailer, and reattaching existing ramps and stairs.

The contract documents may be examined at the following locations:

Dewberry Engineers Inc. 4805 Lake Brook Drive, Suite 200 Glen Allen, Virginia 23060

ADVERTISEMENT FOR BIDS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00100-1

Louisa County Public Schools 953 Davis Highway Mineral, Virginia 23117 McGraw-Hill Construction Dodge Plan Center 9 North Third Street Richmond, Virginia 23219 McGraw-Hill Construction Dodge Plan Center 5815-B Airport Road Roanoke, Virginia 24012 Valley Construction News 356 West Campbell Ave Roanoke, Virginia 24016 Valley Construction News 904-C S. High Street Harrisonburg, Virginia 22801 Builders Exchange 3207 Hermitage Road Richmond, Virginia 23227

Copies of the Contract Documents may be obtained at the office of Dewberry Engineers Inc. upon receipt of a $50 non-refundable deposit per set. Please contact Melody Patrick at (804) 205-3341 to obtain a copy of the Contract Documents. Contract Documents will be shipped via UPS ground service. Bidders requesting shipment by other carriers shall include a separate, non-refundable check to provide for shipping charges or a valid account number with the designated carrier. All checks are to be made payable to Dewberry Engineers Inc.

A mandatory pre-bid conference will be held at the Louisa County High School, 757 Davis Highway, Mineral, VA 23117 in the bus parking lot near the football field on the right, adjacent to Bus Garage Road on April 20, 2015 at 3:30 PM local prevailing time. All prospective bidders must attend.

The procedure for withdrawal of bid shall be according to § 2.2-4330, Code of Virginia (1950), as amended. If a contract is for one hundred twenty thousand dollars ($120,000) or more, or if the total value of ADVERTISEMENT FOR BIDS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00100-2

all construction, removal, repair, or improvements undertaken by the bidder within any twelve-month period is seven hundred fifty thousand dollars ($750,000) or more, the bidder is required under Title 54.1, Chapter 11, Code of Virginia (1950) as amended, to show evidence of being licensed as a "Class A Contractor." If a contract is ten thousand dollars ($10,000) or more but less than one hundred twenty thousand dollars ($120,000) or improvements undertaken by the bidder within any twelve-month period is one hundred fifty thousand dollars ($150,000) or more but less than seven hundred fifty thousand dollars ($750,000), the bidder is required to show evidence of being licensed as a "Class B Contractor." The bidder shall place on the outside of the envelope containing the bid and shall place in the bid over his signature whichever of the following notations is appropriate:

"Licensed Class A Virginia Contractor No. ___________________________________"

"Licensed Class B Virginia Contractor No. ____________________________________"

The OWNER reserves the right to waive irregularities and informalities in bids received and to reject any and all bids and to award the contract where it appears to be in the best interest of the Owner.

By:

Louisa County Public Schools Louisa, Virginia

END OF SECTION 00100 P:\50069782\Specs\00100 - Ad for Bid.doc

ADVERTISEMENT FOR BIDS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00100-3

SECTION 00110 INFORMATION FOR BIDDERS

Bids will be received by the Louisa County Public Schools (herein called the "OWNER"), at the Office of the Department of Finance, 953 Davis Highway, Mineral, VA 23093 until 3:30 PM local prevailing time, April 30, 2015, and then at said office publicly opened and read aloud. A mandatory pre-bid conference will be held at Louisa County High School, 757 Davis Highway, Mineral, VA 23117 in the bus parking lot near the football field on the right, adjacent to Bus Garage Road on April 20, 2015 at 3:30 PM local prevailing time. All prospective bidders must attend.

Each Bid must be submitted in a sealed envelope, addressed to Department of Finance, Louisa County Public Schools, 953 Davis Highway, Mineral, Virginia 23117. Each sealed envelope containing a Bid must be plainly marked on the outside as Bid for Louisa County Public Schools Louisa County High School, Louisa County Middle School, Jouett Elementary School Restoration Work and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the OWNER at 953 Davis Highway, Mineral, Virginia 23117.

All Bids must be made on the required Bid form. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid form must be fully completed and executed when submitted. Only one copy of the Bid form is required.

The OWNER may waive any informalities or minor defects or reject any and all bids. Any Bid may be modified or withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any Bid received after the time and date specified shall not be considered. No BIDDER may withdraw a Bid within 90 days after the actual date of the opening thereof except due to an error in accordance with § 2.2-4330, Code of Virginia (1950), as amended. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and BIDDER.

INFORMATION FOR BIDDERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00110-1

The contract documents contain the provisions required for the construction of the project. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the contractor or relieve the contractor from fulfilling any of the conditions of the contract.

BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the Bid schedule by examination of the site and a review of the drawings and specifications including addenda. After Bids have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of work or of the nature of the work to be done. It is the responsibility of each BIDDER before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit and inspect the site to become familiar with local conditions and perform additional investigations of records necessary to satisfy themselves as to surface and subsurface conditions, availability of utilities, and access roads as necessary that may affect the cost, progress, performance, or furnishing of the Work, (c) consider federal, state, and local laws and regulations that may affect cost, progress, performance, or furnishing of the Work, (d) study and carefully correlate BIDDER'S observations with the Contract Documents, and (e) notify ENGINEER of all conflicts, errors, or discrepancies in the Contract Documents. The failure of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its Bid.

No oral explanation in regard to the meaning of Contract Documents will be made and no oral instructions will be given before the award of the contract. Discrepancies, omissions or doubts as to the meaning of Contract Documents shall be communicated in writing to the ENGINEER for interpretation. Bidders must so act at least seven (7) days prior to the time set for the receipt of bids to allow a sufficient time for a reply to reach them before the submission of their bids. Any interpretation made will be in the form of an addendum to the Contract Documents, which will be forwarded to all bidders, and its receipt shall be acknowledged by the bidder on Bid Forms.

Addenda may also be issued to modify the Contract Documents as deemed advisable by OWNER or ENGINEER.

INFORMATION FOR BIDDERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00110-2

Each Bid must be accompanied by a Bid Bond payable to the OWNER for five percent of the total amount of the Bid. As soon as the Bid prices have been compared, the OWNER will return the bonds of all except the three lowest, qualified, responsive, and responsible bidders. When the Agreement is executed, the bonds of the two remaining unsuccessful bidders will be returned. The Bid Bond of the successful BIDDER will be retained until the Payment Bond and Performance Bond have been executed and approved, after which it will be returned. A certified check may be used in lieu of a Bid Bond.

A Performance Bond and a Payment Bond each in the amount of 100 percent of the contract price, with a corporate surety approved by the OWNER, will be required for the faithful performance of the contract.

Attorneys-in-fact who sign Bid Bonds or Payment Bonds and Performance Bonds must file with each bond a suitable certified and effective dated copy of their power of attorney.

The BIDDER to whom the contract is awarded will be required to execute the Agreement and obtain the Performance Bond and Payment Bond and acceptable certificates of insurance and return five copies of these documents within ten (10) calendar days from the date when Notice of Award is delivered to the BIDDER. The Notice of Award shall be accompanied by the necessary Agreement and Bond forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the Bid Bond accompanying the proposal shall become the property of the OWNER.

The OWNER within twenty (20) days of receipt of acceptable Performance Bond, Payment Bond, certificate of insurance, and Agreement signed by the party to whom the Agreement was awarded shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the OWNER not execute the Agreement within this twenty (20) day period, the BIDDER may by written notice withdraw the signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER.

INFORMATION FOR BIDDERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00110-3

This withdrawal is the only recourse available to the contractor when the OWNER fails to execute the contract within this specified time period. The contractor cannot be reimbursed for any additional costs incurred if he does not by written notice withdraw the signed Agreement.

The Notice to Proceed shall be issued within twenty (20) days of the execution of the Agreement by the OWNER. Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual Agreement between the OWNER and contractor. If the Notice to Proceed has not been issued within the period mutually agreed upon, the contractor may terminate the Agreement without further liability on the part of either party.

The BIDDER will substantially complete ALL work under the project within 90 calendar days of the Notice to Proceed date, with the exception of any work associated with the Jouett Elementary School portion of this project which must be substantially complete within 35 calendar days of the Notice to Proceed date. Liquidated damages will be $ 5,000 for each calendar day thereafter the substantial completion period for ALL work, and $1,000 for each calendar day thereafter the substantial completion period for any work associated with the Jouett Elementary School portion of this project. Final completion will take place within 30 days of the substantial completion date for ALL work under the project, with the exception of any work associated with the Jouett Elementary School portion of this project which must be meet final completion within 15 calendar days of the substantial completion date for the Jouett Elementary School portion of the project. Liquidated damages will be $ 4,000 for each calendar day thereafter the final completion period for ALL work, and $1,000 for each calendar day thereafter the final completion period for any work associated with the Jouett Elementary School portion of this project.

The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the work, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any Bid if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligation of the Agreement and to complete the work contemplated therein.

INFORMATION FOR BIDDERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00110-4

A conditional or qualified Bid will not be accepted. Award will be made to the lowest qualified, responsible, and responsive BIDDER.

In event award of a contract to the lowest responsive and responsible bidder is precluded because of limitations on available funds, under the provisions of Section 2.2-4318 of the Virginia Procurement Act, (Chapter 7, Code of Virginia), the OWNER reserves the right to negotiate the Total Base Bid amount with the lowest responsive bidder to obtain a contract price within the available funds. This may involve changes in either the features or scope of the work included in the Base Bid. Negotiations for Additive Bid Items are excluded. The OWNER shall notify the lowest responsive and responsible bidder that such a situation exists and the OWNER and bidder shall then conduct their negotiations in person, by mail, by telephone, or by any means they find convenient. If an acceptable contract cannot be negotiated, the OWNER shall terminate negotiations and reject all bids.

All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout.

The BIDDER must execute and submit the following with his BID: -

Certification of Bidder Regarding Disbarment by Agency of the Commonwealth of Virginia

-

Contractor's Qualifications Statement

The low BIDDER shall supply the names and addresses of major material suppliers and subcontractors when required to do so by the OWNER.

The ENGINEER is Dewberry Engineers Inc. The ENGINEER'S address is 4805 Lake Brook Drive, Glen Allen, Virginia 23060. Phone: (804) 290-7957, FAX: (804) 290-7928.

END OF SECTION 00110

P:\50069782\Specs\00110 - Information for Bidders.doc

INFORMATION FOR BIDDERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00110-5

SECTION 00200 PRE-BID QUESTION FORM

Project:

Date:

The following question(s) concerns Drawings, Sheet (number)

:

The following question(s) concerns Specifications, Section (number) :

, paragraph

, page

All responses to questions will be made by Addendum. Question(s) submitted by:

Name: Company:

Phone No.:

PRE-BID QUESTION FORM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00200-1

SECTION 00300 BID FORM Proposal

of

_________________________________________________________

(hereinafter called "BIDDER"), organized and existing under the laws of the State of ____________________ doing business as___________________________________*. To the Louisa County Public Schools (hereinafter called "OWNER").

In compliance with your Advertisement for Bids and Information for Bidders, BIDDER hereby proposes to perform all work for the construction of Louisa County Public Schools Louisa County High School, Louisa County Middle School, Jouett Elementary School Restoration Work in strict accordance with the contract documents, within the time set forth therein, and at the prices stated below.

By submission of this Bid, each BIDDER certifies, and in the case of a joint Bid, each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other BIDDER or with any competitor, and that Bidder has read and understands the Information for Bidders and other prepared Contract Documents.

BIDDER hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to substantially complete the same within 90 calendar days for ALL work, and within 35 days for any work associated with the Jouett Elementary School portion of the project, unless the period for completion is extended otherwise by the Contract Documents. Liquidated damages will be $5,000 for each calendar day thereafter the substantial completion period for ALL work, and $1,000 for each calendar day thereafter the substantial completion period for any work associated with the Jouett Elementary School portion of this project. Final completion will take place within 30 days of substantial completion for ALL work, and any work associated with the Jouett Elementary School portion of this project which must be meet final completion within 15 calendar days of the substantial completion date for the Jouett Elementary School portion of the project. Liquidated damages will be $4,000 for each calendar day thereafter the final completion date for ALL work, and $1,000 for each calendar day thereafter the final completion period for any work BID FORM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00300-1

associated with the Jouett Elementary School portion of this project.

BIDDER acknowledges receipt of the following Addendum: _________________________________________________________________________ _________________________________________________________________________ *Insert "a corporation," "a partnership," "limited liability company," or "an individual" as applicable.

BIDDER agrees to perform all the work described in the contract documents for the unit prices or lump sum shown on the following page(s).

BID FORM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00300-2

Louisa County Public Schools Louisa County High School, Louisa County Middle School, Jouett Elementary School Restoration Work Bid Schedule The BIDDER/CONTRACTOR hereby proposes and agrees that the lump sum and/or unit prices shown below include all labor, materials, equipment tools, services; and all overhead, profit, taxes, fees and insurance, etc. to cover the completed work of the several kinds required for the construction of this project. Item No. 1 2

Description Remove Fire Security and Data Wiring and Abandon Conduit Lines Remove all Electrical Wiring and Abandon Electrical Conduits

Quantity

Unit

Unit Price

Total Price

1

LS

__________

__________

1

LS

__________

__________

3

Demolish Wooden Coverings over fire security and Data Lines

12

EA

__________

__________

4

Remove all Electrical Panel Boxes

23

EA

__________

__________

5

Demolish Temporary Sidewalks

340

SY

__________

__________

6

Cut and Cap all Sanitary Laterals

18

EA

__________

__________

25

EA

__________

__________

300*

EA

__________

__________

7 8

Remove Water Meters and Cap Waterlines Repair Holes in Asphalt due to Trailer Anchors*

9

Curb and Gutter Repairs*

1,000*

LF

__________

__________

10

Sidewalk Repair*

1,000*

SF

__________

__________

11

Asphalt Repair*

2,000*

SF

__________

__________

12

Demolish and Reconstruct Tennis Courts

18,610

SF

__________

__________

13

Mill and Resurface Parking Lot

9,035

SY

__________

__________

14

Mill and Resurface Drive Aisle

5,160

SY

__________

__________

15

Replace Chain Link Fence Around Tennis Courts

555

LF

__________

__________

16 17 18 19

Pavement Stripping Electrical Work/Parking Lot Site Lighting Tennis Court Lighting Landscaping

4,550 1 1 1

LF LS LS LS

__________ __________ __________ __________

__________ __________ __________ __________

BID FORM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00300-3

Relocation of Trailers to Jouett Elementary School

1

LS

__________

__________

20A

Installation of skirting, ramps, and stairs of Relocated Trailers at Jouett Elementary School

1

LS

__________

__________

21

Removal of Cafeteria Cooler and Freezer

1

LS

__________

__________

21A

Assembly and Installation of relocated Cooler/Freezer to existing Main Facility

1

LS

__________

__________

Erosion and Sediment Control Mobilization

1 1

LS LS

__________ __________

__________ __________

20

22 23

*Items with estimated quantities based on known information; actual quantities may vary once the trailers are removed from the site and the condition of the materials underneath the trailers is known. Contractor to provide Additive Bid Item prices for these items as listed below should the actual quantities be greater than those listed above. Item 1-23: Lump Sum Base Bid for All Works (Excluding Additive Bid Items) ___________________________________________________________________________________ Dollars and _______________________________________ Cents ($______________________________________________) In addition to the Lump Sum Base Bid above, the BIDDER shall provide unit prices for all labor, materials, and equipment necessary to complete the following portions of the WORK as a basis for negotiation for potential additive items. Award will not be based on the unit price provided below.

Additive Bid Item A: Unit Price for salvage price for unusable trailers that will be removed from Jouett Elementary School Estimated Quantity of ________ Units at $___________ per unit = $_____________ (In figures) $____________________________________________________________________(In words)

Additive Bid Item B: Unit Price for salvage price for wiring that will be removed from all trailers Estimated Quantity of ________ Units at $___________ per unit = $_____________ (In figures) $____________________________________________________________________(In words)

BID FORM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00300-4

Additive Bid Item C: Unit Price for salvage price for existing tennis court lighting poles and lights that will be removed from the site Estimated Quantity of ________ Units at $___________ per unit = $_____________ (In figures) $____________________________________________________________________(In words)

Additive Bid Item D: Unit Price to repair holes in asphalt due to trailer anchors above and beyond the estimated quantity listed in Item 8 above: Estimated Quantity of ________ Units at $___________ per unit = $_____________ (In figures) $____________________________________________________________________(In words)

Additive Bid Item E: Unit Price to repair curb and gutter above and beyond the estimated quantity listed in Item 9 above: Estimated Quantity of ________ Units at $___________ per unit = $_____________ (In figures) $____________________________________________________________________(In words)

Additive Bid Item F: Unit Price to repair concrete sidewalk above and beyond the estimated quantity listed in Item 10 above: Estimated Quantity of ________ Units at $___________ per unit = $_____________ (In figures) $____________________________________________________________________(In words)

Additive Bid Item G: Unit Price to repair asphalt above and beyond the estimated quantity listed in Item 11 above: Estimated Quantity of ________ Units at $___________ per unit = $_____________ (In figures) $____________________________________________________________________(In words)

Award of Bid: If the BID FORM contains Additive Bid Items, award will be based on the total Lump Sum Base Bid amount entered on the BID FORM.

The BIDDER agrees that this Bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving and opening of bids.

BID FORM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00300-5

Code of Virginia requires a contractor to hold a Virginia State Corporate Commission Number. Provide this information on the form below:

Do you hold a Virginia State Corporate Commission Number?

Yes____

No____

Virginia SCC#__________________________________

If No, reason for not holding a Virginia SCC number? ______________________________________________________________________________ ______________________________________________________________________________

Respectfully Submitted By:

Bidder: By:

Date:

Typed Name & Title: Address:

Telephone Number: Virginia Contractor's License No.: Attest:

(SEAL - if bid is by a corporation)

END OF SECTION 00300

P:\50069782\Specs\00300 - Bid Form.doc

BID FORM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00300-6

SECTION 00310 BID BOND

KNOW ALL PERSONS BY THESE PRESENTS: That we undersigned, as Principal (Bidder), and

, as Surety, are hereby held and

firmly bound unto the Louisa County Public Schools as Obligee (OWNER), in the amount of Dollars ($

),

being

five

(5)

PERCENT OF THE DOLLAR VALUE OF THE BID, for the payment whereof Principal and Surety jointly and severally bind themselves, their heirs, executors, administrators, successors and assigns firmly by these presents.

WHEREAS, Principal has submitted a certain Bid attached hereto and hereby made a part hereof to enter into an AGREEMENT in writing for the Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work.

NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Principal shall not withdraw his Bid during the period of 90 days following the opening of Bids, and if it's Bid is accepted and the OWNER and PRINCIPAL enter into a formal Contract in accordance with the AGREEMENT included as a part of the Contract Documents and that the Performance Bond and the Payment Bond be given, then this obligation shall be void; otherwise it shall remain in full force and effect and the Principal and Surety will be liable to the Obligee for the lesser of: (1) the difference between the Bid for which the Bond was written and the next low Bid, or (2) the face amount of the Bid Bond.

The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension.

BID BOND Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00310-1

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above.

Signed and sealed this

day of

20 ___ .

(Principal)

Seal

By: (Witness)

(Name and Title)

(Surety)

Seal

By: Resident Virginia Agent

(Attorney-in-Fact)

IMPORTANT - Surety companies executing Bonds must be on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the state where the Project is located.

END OF SECTION 00310 P:\50069782\Specs\00310 - Bid Bond.doc

BID BOND Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00310-2

SECTION 00320 CERTIFICATION OF BIDDER REGARDING DISBARMENT BY AGENCY OF THE COMMONWEALTH OF VIRGINIA

This is to certify that this person/firm/corporation has not been barred from bidding on contracts by any agency of The Commonwealth of Virginia, nor is this person/firm/ corporation a part of any firm/corporation that has been barred from bidding on contracts by any agency of The Commonwealth of Virginia.

____________________________________ Name of Official ____________________________________ Title ____________________________________ Firm or Corporation ____________________________________ Date

END OF SECTION 00320 P:\50069782\Specs\00320 - Cert of Bidder.doc

CERTIFICATION OF BIDDER Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00320-1

SECTION 00330 CONTRACTOR'S QUALIFICATION STATEMENT

All questions must be answered in full. Additional sheets for clarification of answers or additional information may be attached. This statement must be notarized. 1.

Name, address, phone number, tax identification number (or owner's social security number) of company.

2.

Company’s Virginia State Corporation Commission Identification Number.

3.

Owner, principal officer, date and place organized.

4.

General character of work performed.

5.

Any work awarded failed to be completed or contracts defaulted on - where and why.

6.

List of three most important recent contracts over $500,000, including any public school construction projects. State the owner, work, approximate cost, place, date started and date completed. 1.

$ From

2.

To $

From 3.

CONTRACTOR’S QUALIFICATION STATEMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

To $

March 2015

00330-1

7.

From To List the contracts upon which you are currently working. Include owner, location, approximate cost, and estimated date of completion.

8.

List your major equipment available for use on this project.

9.

List of three material suppliers and amount of credit available.

10.

11.

1.

$

2.

$

3.

$

Bank references and credit available. 1.

$

2.

$

Insurance coverage and amount. Liability-Property: Liability-Personal Injury: Vehicle and Equipment: Other: Identify

12.

Bonding reference - List surety and highest coverage.

CONTRACTOR’S QUALIFICATION STATEMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00330-2

13.

Subcontractors utilized - List name, address specialty and years experience. 1.

2.

3.

14.

Provide a general description of the experience of the company and its key personnel.

15.

Number of current full-time employees Number employed at highest level in past twelve months

16.

Are you on any list of debarred contractors maintained by the U.S. Department of Labor, U.S. Department of Housing and Urban Development, or Agencies of the Commonwealth of Virginia? Yes

No

CONTRACTOR’S QUALIFICATION STATEMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00330-3

The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by OWNER or ENGINEER in verification of the recitals comprising this statement of contractor's qualifications: Contractor: By: Title: Date:

SEAL STATE OF: COUNTY OF: being duly sworn deposes and says that he/she is

of

and that the answers to the foregoing

questions and all statements therein contained are true and correct.

SUBSCRIBED AND SWORN TO BEFORE ME THIS

DAY OF

, 20____.

NOTARY PUBLIC MY COMMISSION EXPIRES

END OF SECTION 00330 P:\50069782\Specs\00330 - Contractor Qual Statement.doc

CONTRACTOR’S QUALIFICATION STATEMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00330-4

SECTION 00500 NOTICE OF AWARD

TO: (name and address)

PROJECT DESCRIPTION: Louisa County Public Schools Louisa County High School, Louisa County Middle School, Jouett Elementary School Restoration Work The OWNER has considered the Bid submitted by you for the above described WORK in response to its Advertisement for Bids dated _________March 2015________, and Information for Bidders. You are hereby notified that your Bid has been accepted for items in the amount of Dollars ($____________). You are required by the Information for Bidders to execute the AGREEMENT and furnish the required CONTRACTOR'S Performance Bond, Payment Bond and Certificates of Insurance within 10 calendar days from the date of this Notice to you. If you fail to execute said AGREEMENT and to furnish said Bonds within 10 days from the date of this Notice, OWNER will be entitled to consider all your rights arising out of OWNER'S acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond. OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to OWNER. Dated this

day of

, 20 15 .

OWNER: Louisa County Public Schools

BY: Signature TITLE:

NOTICE OF AWARD Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00500-1

ACCEPTANCE OF NOTICE

Receipt of the above Notice of Award is hereby acknowledged CONTRACTOR:

this the

BY:

day of

, 20

.

_________________________________________________________________________ Signature

TITLE:

END OF SECTION 00500

P:\50069782\Specs\00500 - Notice of Award.doc

NOTICE OF AWARD Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00500-2

SECTION 00510 AGREEMENT

THIS AGREEMENT, entered into as of this between: OWNER is:

day of

________

, 20 __ , by and

Louisa County Public Schools 953 Davis Highway Mineral, Virginia 23117

CONTRACTOR is: (Name and Address)

ENGINEER is:

Dewberry 4805 Lake Brook Drive, Suite 200 Glen Allen, VA 23060

WITNESSETH: That for and in consideration of the payments and AGREEMENTS hereinafter mentioned: 1.0

CONTRACTOR will commence and complete the construction of the Louisa County Public Schools Louisa County High School, Louisa County Middle School, Jouett Elementary School Restoration Work.

2.0

CONTRACTOR will furnish all of the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the WORK as described in the Contract Documents.

3.0

CONTRACTOR will commence the WORK required by the Contract Documents on or before a date to be specified in a written "Notice to Proceed" issued by OWNER and to substantially complete the WORK within 90 consecutive calendar days thereafter for ALL work, with the exception of any work associated with the Jouett Elementary School portion of this project which must be substantially complete within 35 calendar days of the “Notice to Proceed” date, and ALL work shall be completed and ready for final payment within 30 days of substantial completion, with the exception of any work associated with the Jouett Elementary School portion of this project which must be meet final completion within 15 calendar days of the substantial completion date for the Jouett Elementary School portion of the project. .

4.0

CONTRACTOR agrees to pay, as Liquidated Damages, the sum of Five Thousand Dollars ($5,000.00) for each consecutive calendar day beyond the AGREEMENT period stated in the Notice to Proceed until the substantial completion for ALL work, and One Thousand Dollars ($1,000) for each calendar day thereafter the substantial completion period for any work associated with the Jouett Elementary School portion of this project.

AGREEMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00510-1

CONTRACTOR agrees to pay, as Liquidated Damages, the sum of Four Thousand Dollars ($4,000.00) for each consecutive calendar day beyond the AGREEMENT period stated in the Notice to Proceed from substantial completion to final completion and acceptance of the WORK by OWNER for all work, and One Thousand Dollars ($1,000) for each calendar day thereafter the final completion period for any work associated with the Jouett Elementary School portion of this project, as hereinafter provided in Section 20.B(4) and 25.C of the General Conditions. 5.0

CONTRACTOR agrees to execute all of the WORK described in the Contract Documents and comply with the terms therein for the sum of _____________________ dollars ($ _______ ) or as shown on the Bid Schedule, subject to additions and/or deletions specified in the Contract Documents.

5.1

The Contract Sum includes the following Alternates, if any, described in the Contract Documents and accepted by OWNER:

6.0

The term "Contract Documents" means and includes the following: Advertisement for Bids Information for Bidders Bid Form Bid Bond Agreement General Conditions Special Conditions Payment Bond Performance Bond Notice of Award Notice to Proceed Drawings prepared by Dewberry Engineers Inc. numbered 1 through 17 and dated March 2015. Specifications prepared or issued by Dewberry Engineers Inc. dated March 2015. ADDENDA: No. No. No. No. No.

7.0

_ dated _________, 20 _. dated , 20 . dated , 20 . dated , 20 . dated , 20 .

OWNER shall pay to CONTRACTOR in the manner and at such times as set forth in the General Conditions. Each Application for Payment shall be based on the percentage of the Lump Sum or the unit prices established in the Schedule of Values, submitted by CONTRACTOR and set forth in the General Conditions.

AGREEMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00510-2

8.0

This AGREEMENT shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns.

9.0

The AGREEMENT may be terminated by OWNER or CONTRACTOR as described in Article 26 of the General Conditions.

10.0

IN WITNESS WHEREOF: The parties hereto have executed or caused to be executed by their duly authorized official, this AGREEMENT in Four (4) copies, each of which shall be deemed an original on the date first above written.

OWNER

CONTRACTOR

____________________________ Signature

_____________________________ Signature

____________________________ Printed Name and Title

_____________________________ Printed Name and Title

ATTEST:

ATTEST:

____________________________ Signature

_____________________________ Signature

____________________________ Printed Name and Title

_____________________________ Printed Name and Title

P:\50069782\Specs\00510 - Agreement.doc

AGREEMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00510-3

AGREEMENT ADDENDUM A.

Payment 1.

B.

The Contractor shall take one of the two following actions within seven (7) days after receipt of amounts paid to the Contractor by the School Board for work performed by the subcontractor under this Agreement: a.

Pay the subcontractor for the proportionate share of the total payment received from the School Board attributable to the work performed by the subcontractor under this Agreement; or

b.

Notify the School Board and the subcontractor, in writing, of its intention to withhold all or a part of the subcontractor's payment with the reason for nonpayment.

2.

The Contractor shall provide its federal employer identification number to the School Board.

3.

The Contractor shall pay interest to the subcontractor on all amounts owed by the Contractor that remain unpaid after seven (7) days following receipt by the Contractor of payment from the School Board for work performed by the subcontractor under this Agreement, except for amounts withheld as allowed in subdivision 1.b above.

4.

Unless otherwise provided under the terms of this Agreement, such interest shall accrue at the rate of one percent (1%) per month.

5.

The Contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor.

6.

The Contractor's obligation to pay an interest charge to a subcontractor pursuant to the payment clause above may not be construed to be an obligation of the School Board.

Employment Discrimination by Contractor Prohibited

1.

During the performance of this Agreement, the Contractor agrees as follows: a.

The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability or other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the

AGREEMENT ADDENDUM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00510B-1

Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

2.

C.

b.

The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor is an equal opportunity employer.

c.

Notices, advertisement and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section.

The Contractor will include the provisions of the foregoing paragraphs a, b and c in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.

Faith-Based Organizations

The Contractor shall not discriminate against faith-based organizations pursuant to provisions of Section 2.2-4343.1 of the Virginia Code. Louisa County Public Schools does not discriminate against faith-based organizations pursuant to provisions of Section 2.2-4343.1 of the Virginia Code. D.

Drug-Free Workplace

During the performance of this Agreement, the Contractor agrees to (i) provide a drugfree workplace for the Contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the Contractor that the Contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. Drug-free workplace means a site for the performance of work done in connection with a specific contract awarded to a contractor in accordance with the Virginia Public Procurement Act, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract.

AGREEMENT ADDENDUM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00510B-2

E.

Funding

The School Board shall be bound under this Agreement only to the extent that there are funds available to perform its obligations hereunder. F.

No Aliens

The Contractor does not, and shall not during the performance of this contract for goods and services in the Commonwealth of Virginia, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of 1986. G.

Compliance with Laws

For the purposes of this Agreement, it is understood and agreed that the laws, rules and regulations of the Commonwealth of Virginia shall govern, without regard to Virginia’s conflicts of laws provisions. H.

Authorization to transact business in the Commonwealth

If the Contractor is organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership, the Contractor is authorized to transact business in the Commonwealth as a domestic or foreign business entity. The Contractor covenants not to allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth, if so required under Title 13.1 or Title 50 of the Virginia Code, to be revoked or cancelled at any time during the term of the contract. Failure to remain in compliance with the provisions of this section shall be grounds for voidance of the contract. I.

No Crimes Against Children

Contractor acknowledges that the implementation of this Contract requires Contractor, Contractor's employees or other persons that will provide services under this Contract to have direct contact with Louisa County Public Schools students. Therefore, Contractor hereby certifies that neither Contractor, Contractor's employees nor any person that will provide services under this Contract who will have direct contact with students on school property during regular school hours or during school-sponsored activities have been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child. Contractor understands that, pursuant to Code of Virginia §22.1-296.1. making a materially false statement regarding offenses which are required to be included in the certification referenced above is a Class I misdemeanor and, upon conviction, the fact of such conviction shall be grounds for the revocation of the contract to provide such services and, when AGREEMENT ADDENDUM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00510B-3

relevant, the revocation of any license required to provide such services. Louisa County Public Schools shall not be liable for materially false statements regarding the certifications required under this Contract. The Contractor shall execute and deliver to the Owner upon execution of the Contract the CERTIFICATION OF NO CRIMES AGAINST CHILDREN attached hereto as Exhibit 1.

AGREEMENT ADDENDUM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00510B-4

Exhibit 1 CERTIFICATION OF NO CRIMES AGAINST CHILDREN Contractor acknowledges that the implementation of this Contract requires Contractor, Contractor's employees or other persons that will provide services under this Contract to have direct contact with Louisa County Public Schools students. Therefore, Contractor hereby certifies that neither Contractor, Contractor's employees nor any person that will provide services under this Contract who will have direct contact with students on school property during regular school hours or during school-sponsored activities have been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child. Contractor understands that, pursuant to Code of Virginia §22.1-296.1. making a materially false statement regarding offenses which are required to be included in the certification referenced above is a Class I misdemeanor and, upon conviction, the fact of such conviction shall be grounds for the revocation of the contract to provide such services and, when relevant, the revocation of any license required to provide such services. Louisa County Public Schools shall not be liable for materially false statements regarding the certifications required under this Contract. *********************************************************************** Have you, your employees, or any person who will have direct contact with students under this contract been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child? NO YES (please explain) __________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________

_____________________________ Contractor By:

_____________________________ Date

_______________________

Print: _______________________ Title: _______________________

END OF SECTION 00510 AGREEMENT ADDENDUM Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00510B-5

SECTION 00520 NOTICE TO PROCEED

To:

Date:

Project: Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work You are hereby notified to commence WORK in accordance with the AGREEMENT dated , 20 , on or before , 20 , and you are to substantially complete ALL WORK within __90___ consecutive calendar days thereafter, with the exception of any work associated with the Jouett Elementary School portion of this project which must be substantially complete within 35 calendar days of the Notice to Proceed date. The date of final completion of ALL WORK will be within 30 consecutive calendar days from substantial completion or on or before , 20 , with the exception of any work associated with the Jouett Elementary School portion of this project which must be meet final completion within 15 calendar days of the substantial completion date for the Jouett Elementary School portion of the project. OWNER: Louisa County Public Schools By Title

Date

ACCEPTANCE OF NOTICE: Receipt of the above Notice to Proceed is hereby acknowledged by:

this the

, 20

By Title

Date

END OF SECTION 00520 P:\50069782\Specs\00520 - Notice to Proceed.doc

NOTICE TO PROCEED Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00520-1

SECTION 00610 PERFORMANCE BOND

KNOW ALL PERSONS BY THESE PRESENTS: That the Principal, (Here insert full name and address or legal title of CONTRACTOR) __________________ ______________________________ __________________ and the SURETY, (Here insert full name and address or legal title of Surety)

are held and firmly bound unto OWNER, Louisa County Public Schools as Obligee, in the amount of __________________________ Dollars ($ ______ ), for the payment whereof Principal (CONTRACTOR) and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has, by written AGREEMENT dated ________ , 20 __ , entered into a contract with OWNER for Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work which AGREEMENT is by reference expressly made a part of this Bond. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Principal shall promptly and faithfully perform the WORK per the said AGREEMENT, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Provided, that any alterations which may be made in the terms of the AGREEMENT, or in the WORK to be done under it, or the giving by the Obligee of any extension of time for the performance of the WORK, or any other forbearance on the part of either the Obligee or the Principal to the other shall not in any way release the Principal and the Surety, or either of them, their heirs, executors, administrators, successors or assigns from their liability hereunder, Notice of the Surety of any such alterations, extension, or forbearance being hereby waived.

PERFORMANCE BOND Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00610-1

Signed and sealed this

day of

20 .

(Principal)

Seal

By: (Witness)

(Name and Title)

(Surety)

Seal

By: Resident Virginia Agent

(Attorney-in-Fact)

END OF SECTION 00610

P:\50069782\Specs\00610 - Performance Bond.doc

PERFORMANCE BOND Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00610-2

SECTION 00620 PAYMENT BOND THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OBLIGEE CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT

KNOW ALL PERSONS BY THESE PRESENTS: That the Principal, (Here insert full name and address or legal title of CONTRACTOR) ____________ ______________________________ __________________ and the Surety, (Here insert full name and address of legal title of Surety)

are held and firmly bound unto OWNER, Louisa County Public Schools as Obligee, for the use and benefit of claimants, as herein below defined, in the amount of ________________________ Dollars ($ ), for the payment whereof Principal (CONTRACTOR) and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written AGREEMENT dated ________ , 20 __ , entered into a contract with OWNER for construction of the Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work which AGREEMENT is by reference expressly made a part of this Bond. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the WORK then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:

PAYMENT BOND Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00620-1

1.

A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the WORK labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the AGREEMENT.

2.

The above named Principal and Surety hereby jointly and severally agree with the Obligee that every claimant, as herein defined, who has not been paid in accordance with the terms of the AGREEMENT before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Obligee shall not be liable for the payment of any costs or expenses of any such suit.

3.

No suit or action shall be commenced hereunder by any claimant: a.

Unless claimant, other than having a direct contract with the Principal, shall have given Written Notice to any two (2) of the following: the Principal, the Obligee, or the Surety above named, within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such Notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Obligee or Surety at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer.

b.

After the expiration of one (1) year after the date of Substantial Completion it being understood, however, that if any limitation embodied in this Bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law.

c.

Other than in a state court of competent jurisdiction in and for the County or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere.

PAYMENT BOND Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00620-2

4.

The amount of this Bond shall be reduced by, and to the extent of, any payment or payments made in good faith hereunder.

Signed and sealed this

day of

20 .

(Principal)

Seal

By: (Witness)

(Name and Title)

(Surety)

Seal

By: Resident Virginia Agent

(Attorney-in-Fact)

END OF SECTION 00620

P:\50069782\Specs\00620 - Payment Bond.doc

PAYMENT BOND Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00620-3

SECTION 00630 AFFIDAVIT AND ACKNOWLEDGMENT OF SURETY

STATE OF I,

of

, to-wit:

, a notary public in and for the

State aforesaid, do certify that

aforesaid, in the

personally appeared before me in my

aforesaid and made oath that he/she is

of the

(Company) that he/she is duly authorized to execute the foregoing Bond by virtue of a certain Powerof-Attorney of said Company, dated of

, and recorded in the Clerk's Office of the , in Deed Book No.

, page

, that said

Power-of-Attorney has not been revoked; that the said Company is legally qualified to do business in Virginia, (and when the Contract exceeds $100,000), that the said Company is listed in the latest issue of the U.S. Treasury Circular 570 and the penal sum is within the maximum specified for such company in said Circular 570; and that the said

thereupon, in the name and on

behalf of the said Company, acknowledged the foregoing writing as its act and deed.

IN WITNESS WHEREOF, I have hereunto set my hand and official seal.

Notary Public Signature My term of office expires

, 20

.

END OF SECTION 00630

P:\50069782\Specs\00630 - Acknowledgement of Surety.doc

AFFIDAVIT AND ACKNOWLEDGEMENT OF SURETY Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00630-1

SECTION 00700 GENERAL CONDITIONS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40.

Definitions Engineer's Authority Materials, Services, Workmanship and Facilities Equals Additional Instructions and Detail Drawings Requests for Supplemental Information Shop Drawings Drawings and Specifications Warranty of Title Samples, Certificates and Tests Surveys, Permits, Codes Patents Superintendence by Contractor Protection of Work, Property and Persons Accident Protection Sanitary Facilities Use of Premises Schedules, Reports and Records Inspections Payments to Contractor Payments by Contractor Owner's Use of Premises Changes in the Work Claims for Extra Work/Subsurface Conditions Time for Completion and Liquidated Damages Suspension of Work, Termination and Delay Correction of Work Clean-up Requirements Fitting and Coordination of the Work Subcontracting Separate Contracts Lands and Rights-of-Way Record Drawings Final Inspection/Closeout (Substantial Completion) Insurance Assignment of Contract Indemnification Guarantee Notices Access to Records

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-1

1.0

DEFINITIONS Wherever used in the Contract Documents, the following terms shall have the meanings indicated and shall be applicable to both the singular and plural thereof: A.

Addenda - Written or graphic instruments issued prior to the execution of the AGREEMENT which modify or interpret the Contract Documents, Drawings and Specifications, by additions, deletions, clarifications, or corrections.

B.

Agreement - The legal document which binds the CONTRACTOR to the OWNER to perform the WORK in accordance with the Contract Documents; also may be referred to as CONTRACT.

C.

Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the WORK to be performed.

D.

Bidder - Any person, firm, or corporation submitting a Bid for the WORK.

E.

Bonds - Bid, Performance, and Payment Bonds and other instruments of surety, furnished by CONTRACTOR and CONTRACTOR'S Surety in accordance with the Contract Documents.

F.

Change Order - A written order from the OWNER to CONTRACTOR authorizing an addition, deletion, or revision in the WORK within the general scope of the Contract Documents, or authorizing an adjustment in the contract price or contract time.

G.

Contract Documents - The documents comprising the Contract, including Invitation to Bid, Instructions for Bidders, Bid, Bid Bond, AGREEMENT, Payment Bond, Performance Bond, Notice of Award, Notice to Proceed, CHANGE ORDER, Drawings, Specifications, and ADDENDA.

H.

Contract Price - The total monies payable to CONTRACTOR under the terms and conditions of the Contract Documents.

I.

Contract Time - The number of consecutive calendar days stated in the Contract Documents for the completion of the WORK.

J.

Contractor - The person, firm, or corporation with whom OWNER has executed the AGREEMENT.

K.

Drawings - The parts of the Contract Documents which show the characteristics and scope of the WORK to be performed and which have been prepared or approved by ENGINEER; also may be referred to as Plans.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-2

L.

Engineer - ENGINEER responsible for the design of the WORK and so designated by the Contract Documents; or any other person or firm so designated by OWNER.

M.

Field Order - A written order effecting a change in the WORK not involving an adjustment in the contract price or an extension of the contract time, issued by ENGINEER to CONTRACTOR during construction.

N.

Notice of Award - The Written Notice of the acceptance of the Bid by OWNER to the successful Bidder.

O.

Notice to Proceed - Written communication issued by OWNER to CONTRACTOR authorizing it to proceed with the WORK and establishing the date for commencement and completion of the WORK.

P.

Owner - The OWNER is the person or entity identified as such in the AGREEMENT and is referred to throughout the Contract Documents as if singular in number. The term "OWNER" means the OWNER or the OWNER'S authorized representative.

Q.

Project - The undertaking to be performed in the manner as provided in the Contract Documents; i.e., the WORK.

R.

Project Manager - The authorized representative of OWNER for the Project so named in the Contract Documents or any other person so designated by OWNER.

S.

Public Body - The legislative, executive or judicial body, agency office, department, authority, post, commission, committee, institution, board or political subdivision created to perform some governmental duty, and which is empowered by law to undertake the activities described in the Contract Documents, and which is designated as such in the AGREEMENT of the Contract Documents; also may be termed OWNER.

T.

Shop Drawings - All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by CONTRACTOR, a Subcontractor, manufacturer, supplier or distributor, which illustrate how specific portions of the WORK shall be fabricated or installed.

U.

Specifications - A part of the Contract Documents consisting of written descriptions for technical and performance standards of materials, equipment, construction systems, and workmanship.

V.

Subcontractor - An individual, firm, or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the WORK at the site.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-3

2.0

W.

Substantial Completion - That date certified by ENGINEER when the construction of the Project or a specified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the Project or specified part can be utilized for the purposes for which it is intended.

X.

Supplier - Any person or organization who supplies materials or equipment for the WORK, including that fabricated to a special design, but who does not perform labor at the site.

Y.

Utility Line - Shall include, however is not limited to, all electrical, communication, public service (water & sewer), leachated collection, conveyance, and storage structures

Z.

Work - All labor necessary to produce the construction required by the Contract Documents, and all materials and equipment incorporated or to be incorporated in the Project.

AA.

Written Notice - Any Notice to any party of the AGREEMENT relative to any part of Contract Documents in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at their last given address, or delivered in person to said party or their authorized representative on the WORK.

ENGINEER’S AUTHORITY A.

ENGINEER shall act as OWNER'S representative during the construction period in the capacity as detailed in the Contract Documents. ENGINEER shall decide questions which may arise as to quality and acceptability of materials furnished and work performed, and shall interpret the intent of the Contract Documents in a fair and unbiased manner. ENGINEER shall make visits to the site and determine if the WORK is proceeding in accordance with the Contract Documents.

B.

Inspections may be made at the factory or fabrication plant of the source of material supply.

C.

ENGINEER shall not be responsible for the construction means, controls, techniques, sequences, procedures or construction safety.

D.

ENGINEER shall promptly make decisions relative to the interpretation of the Contract Documents, insofar as it has the authority to do so by provisions of the Contract Documents in its capacity as representative of OWNER.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-4

3.0

MATERIALS, SERVICES, WORKMANSHIP AND FACILITIES A.

It is understood that, except as otherwise specifically stated in the Contract Documents, CONTRACTOR shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the Project within the specified time. The CONTRACTOR shall use only new materials for the Work. Reuse of existing materials or the use of other salvaged materials is acceptable only where specifically noted in the Contract Documents.

B.

Materials shall be stored so as to insure the preservation of their quality and fitness for the work. Stored materials and equipment to be incorporated in the work shall be located so as to facilitate prompt inspection.

C.

Manufactured articles, materials and equipment shall be applied, installed connected, erected, used, cleaned and conditioned as directed by the manufacturer.

D.

Materials, supplies and equipment shall be in accordance with samples submitted by CONTRACTOR and approved by ENGINEER.

E.

CONTRACTOR shall submit to ENGINEER, for approval, the manufacturer's detailed Specifications for all machinery mechanical and other special equipment, which are to be installed in the WORK. CONTRACTOR shall further submit full information as to type, performance characteristics, and all other pertinent information as required concerning such equipment. CONTRACTOR shall submit to ENGINEER for approval full information, as required, concerning all other materials or articles which he proposes to incorporate in the WORK.

F.

Machinery, mechanical and other equipment, materials and articles installed or used without such prior approval shall be at the risk of subsequent rejection.

G.

Materials specified by reference to the number or symbol of a specific standard, such as on A.S.T.M. Standards, a Federal Specification or other similar, nationally recognized standard, shall comply with requirements in the latest revision thereof and any amendment or supplement thereto in effect on the date of the Advertisement for Bids (or re-bid, if the original Bid request is cancelled), except as limited to type, class, or grade, or modified in such reference. The standards referred to, except as modified in the Specifications shall have full force and effect as though printed therein.

H.

Unless otherwise specifically provided for in the Specifications, all equipment, materials and articles incorporated into the WORK shall be new and the best grade of respective kinds for the purpose and all workmanship comply with its respective industry standards.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-5

4.0

5.0

6.0

EQUALS A.

Whenever a material, article or piece of equipment is identified in the Specifications by reference to manufacturer's or vendor's names, trade names, catalog numbers, etc., it is intended merely to establish a standard; and unless otherwise provided in the Advertisement for Bid any material, article, or equipment of other manufacturers and vendors which ENGINEER determines to be equal of that specified, considering quality, workmanship, economy of operation, and suitability of purpose intended, shall be accepted. The purchase or installation of such substituted material or equipment will not be allowed without ENGINEER'S prior written approval.

B.

All substitutions must be submitted and approved at least ten (10) days before BID due date. A list of all approved substitutions will be mailed to all prospective bidders in the form of an addendum. The BIDDERS shall submit to the ENGINEERS a written request for approval of all products proposed for substitution. The request list shall be tabulated by, and be complete for each specification section. Where applicable, SUBCONTRACTORS’ names shall be included in such list. Such requests 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, performance and test data, and other information necessary for an evaluation. A statement setting forth changes in other materials, equipment or other portions of the WORK, including changes in the WORK of other contracts that incorporation of the proposed substitution would require, shall be included.

ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS A.

CONTRACTOR may be furnished, with additional instructions and detail drawings by ENGINEER, as necessary to carry out the Contract Documents.

B.

The additional drawings and instructions, thus supplied, will become a part of the Contract Documents. CONTRACTOR shall carry out the WORK in accordance with the additional detail drawing and instructions.

REQUESTS FOR SUPPLEMENTAL INFORMATION A.

CONTRACTOR may request that ENGINEER provide any additional information not already in its possession in order to execute the WORK. Such requests shall be made in a timely manner as the need appears, and shall be submitted in sufficient advance to allow preparation and appropriate action to be taken so as to avoid delay.

B.

Requests which shall be in writing and must list the necessary items and the date by which each will be required by CONTRACTOR. The first such list shall be submitted within two (2) weeks after award of the contract and shall be as complete as possible at that time.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-6

7.0

C.

CONTRACTOR shall furnish any assistance and information ENGINEER may require in responding to these requests.

D.

CONTRACTOR shall be fully responsible for any delays in its work or to others due to its failure to comply with the provisions of this Section.

SHOP DRAWINGS A.

CONTRACTOR shall provide Shop Drawings, as may be necessary, for the prosecution of the WORK, as required by the Contract Documents. ENGINEER shall promptly review all Shop Drawings. ENGINEER'S approval of any Shop Drawing shall not release CONTRACTOR from responsibility for deviations from the Contract Documents.

B.

The approval of a Shop Drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a CHANGE ORDER.

C.

The approval of a Shop Drawing which ENGINEER deems to be a minor adjustment of the Contract Documents not involving a change in the contract price or extension of time shall be evidenced by written documentation in substance, as follows: "The modification shown on the attached drawing is approved in the interest of OWNER to effect an improvement for the Project and is ordered with the understanding that it does not involve any change in contract price or time; that it is subject generally to all Contract Documents and that it is without prejudice to any and all rights of OWNER under the contract and Bond or Bonds."

8.0

D.

When submitted for ENGINEER'S review, Shop Drawings shall have CONTRACTOR'S certification that it has reviewed, checked and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents.

E.

Portions of the WORK requiring a Shop Drawing or sample submission shall not begin until the Shop Drawing or submission has been approved by ENGINEER. A copy of each approved Shop Drawing and each approved sample shall be kept in good order by CONTRACTOR on the site and shall be available to ENGINEER.

DRAWINGS AND SPECIFICATIONS A.

The intent of the Drawings and Specifications is that CONTRACTOR shall furnish all labor, materials, tools, equipment, transportation and the like necessary for the proper execution of the WORK in accordance with the Contract Documents and for all incidental work necessary to complete the Project in an acceptable manner, ready for use, occupancy, or operation by OWNER.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-7

9.0

10.0

B.

In case of conflict between the Drawings and Specifications, the Specifications shall govern. Figure dimensions on Drawings shall govern over general Drawings.

C.

Any discrepancies found between the Drawings and Specifications and site conditions or any inconsistencies or ambiguities in the Drawings or Specifications shall be immediately reported to ENGINEER, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. WORK performed by CONTRACTOR after discovery of such discrepancies, inconsistencies, or ambiguities shall be performed at CONTRACTOR'S sole risk.

WARRANTY OF TITLE A.

No material, supplies, or equipment to be installed or furnished under this AGREEMENT shall be purchased subject to any chattel mortgage or under a conditional sale, lease purchase or other AGREEMENT by which an interest therein or in any part thereof is retained by the seller or Supplier. CONTRACTOR shall warrant good title to all materials, supplies, and equipment installed or incorporated in the WORK, and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed thereon by it to OWNER free from any claims, liens or charges.

B.

Neither CONTRACTOR nor any person, firm, or corporation furnishing any material or labor for any work covered by this AGREEMENT shall have any right to lien upon any improvement or appurtenance thereon.

C.

Nothing in this Section, however, shall impair the right of persons furnishing materials or labor to recover under any Bond given by CONTRACTOR or any rights under the law permitting such persons to look to the funds due CONTRACTOR in the hands of OWNER.

D.

The provisions of this Section shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the WORK when no formal contract is entered into for such materials.

SAMPLES, CERTIFICATES AND TESTS A.

CONTRACTOR shall submit all materials or equipment samples, certificates, affidavits, etc. as required by ENGINEER or called for in the Contract Documents. No such material or equipment shall be manufactured or delivered at the Project site except at CONTRACTOR'S bonded facilities, and except at CONTRACTOR'S risk until required samples have been approved in writing by ENGINEER. Any delay in the WORK caused by late or improper submission of samples or certificates for approval shall not be considered just cause for extension of contract time.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-8

B.

Each sample submitted by CONTRACTOR shall carry a label giving the name of CONTRACTOR, the Project, and the name of the producer. The accompanying certificate or letter from CONTRACTOR shall state that the sample complies with the requirements of the Contract Documents, shall state the name and brand of the product, its place of origin, the name and address of the producer and all Specifications or other detailed information. It should also include a statement that all materials or equipment furnished for use in the Project shall comply with the samples and/or certified statements.

C.

Approval of materials shall be general only and shall not constitute a waiver of OWNER'S right to demand full compliance with the Contract Documents. After actual deliveries, ENGINEER shall have such tests made, as it deems necessary, and may reject materials, equipment and accessories for cause, even though such materials and equipment have been given general approval. If materials, equipment or accessories which fail verification tests have been incorporated into the WORK, ENGINEER shall have the right to cause their removal, and replacement by proper materials or to secure such compensation on behalf of the OWNER by CONTRACTOR, as is equitable.

D.

Except as otherwise specifically stated in the Contract Documents, the costs of sampling and testing will be divided as follows:

E.

11.0

(1)

CONTRACTOR shall furnish without extra cost, including packing and delivery charges, all samples required for testing purposes.

(2)

CONTRACTOR shall assume all costs of re-testing materials which fail to meet Contract Document requirements.

(3)

CONTRACTOR shall assume all costs of testing materials offered in substitution for those found deficient.

If the Contract Documents, laws, rules, regulations or orders of any public authority having jurisdiction require any WORK to specifically be inspected, tested or approved by someone other than CONTRACTOR or ENGINEER, CONTRACTOR will give ENGINEER Notice of readiness. CONTRACTOR will then furnish ENGINEER the required certificates of inspection, testing or approval.

SURVEYS, PERMITS, AND CODES A.

OWNER shall furnish all boundary surveys, benchmarks, and establish all base lines for locating the principal component parts of the WORK together with a suitable number of benchmarks adjacent to the WORK as shown in the Contract Documents. From the information provided by OWNER, unless otherwise specified in the Contract Documents, CONTRACTOR shall develop and make all detail surveys

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-9

needed for construction such as slopes, stakes, batter boards, stakes for pipe locations and other working points, lines, elevations and cutsheets. B.

CONTRACTOR shall carefully preserve benchmarks, reference points and stakes and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistake that may be caused by their unnecessary loss or disturbance.

C.

Permits and licenses of a temporary nature necessary for prosecution of the WORK shall be secured and paid for by CONTRACTOR unless otherwise stated in the Contract Documents.

D.

Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by OWNER unless otherwise specified.

E.

CONTRACTOR shall give all notices and comply with all applicable laws, ordinances and codes of the appropriate jurisdictions for the WORK as drawn and specified. Before installing any work, CONTRACTOR shall examine the Contract Documents for compliance with applicable ordinances and codes and shall immediately report any discrepancy to ENGINEER in writing and any necessary changes shall be adjusted as provided for in Paragraph 23, Changes in the Work. Should CONTRACTOR fail to observe the foregoing provisions and proceed with the WORK or variance with any applicable ordinance or code (notwithstanding compliance with the Contract Documents), CONTRACTOR shall remove such work without cost to OWNER, and proceed in the manner specified in this Section.

12.0

F.

CONTRACTOR shall, at its own expense, secure and pay the appropriate department of the appropriate public authority fees or charges for all permits for street pavement, sidewalks, sheds, removal of abandoned water taps, sealing of house connection drains, pavement cuts, buildings, electrical, plumbing, gas and sewer permits required within the jurisdiction, as applicable.

G.

CONTRACTOR shall comply with applicable laws, and ordinances governing the disposal of surplus excavation, materials, debris and rubbish on or off the Project and commit no trespass on any public or private property in any operation due to or connected with the WORK.

PATENTS CONTRACTOR shall pay all applicable royalties and license fees, and shall defend all suits or claims for infringement of any patent rights, and save OWNER harmless from loss on account thereof, except that OWNER shall be responsible for any such loss when a particular manufacturer is specified, however if CONTRACTOR has reason to believe that the design, process or product specified is an infringement of a patent CONTRACTOR shall be

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-10

responsible for such loss unless CONTRACTOR promptly give such information to ENGINEER. 13.0

SUPERINTENDENCE BY CONTRACTOR A.

Except where CONTRACTOR is an individual and provides personal superintendence to the WORK, CONTRACTOR shall provide a competent Superintendent, satisfactory to ENGINEER and OWNER, on the WORK at all times during working hours with full authority to act on its behalf. CONTRACTOR shall also provide adequate personnel for the proper coordination and expediting of its work.

B.

CONTRACTOR will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship and execution of the WORK.

C.

CONTRACTOR shall lay out its own work and it shall be responsible for all work executed by it under the AGREEMENT. It shall verify all figures and elevations before proceeding with the WORK and will be held responsible for any error resulting from its failure to do so.

D.

By entering into this CONTRACT with the OWNER, the CONTRACTOR covenants, represents and warrants the following, together with all other representations and warranties in the Contract Documents: a. That he is experienced in and competent to perform the type of work required and to furnish the plant, materials, supplies or equipment to be so performed or furnished by him; b. That he is financially solvent, able to pay his debts as they mature, and possessed of sufficient working capital to initiate and complete the WORK required under the CONTRACT; c. That he is familiar with all federal, state, and generally familiar with county, municipal and department laws, ordinances, permits, relevant code regulations and resolutions which may in any way affect the WORK or any part thereof. However, OWNER acknowledges the CONTRACTOR has not been engaged to design the Project, but CONTRACTOR agrees to notify OWNER in the event CONTRACTOR becomes aware of any failure of the plans or specifications to comply with any relevant code provisions; d. That such temporary and permanent WORK required by the Contract Documents which is to be done by him will be satisfactorily constructed and fit for use for its intended purpose and that such construction will not injure any person, or damage any property; e. That he has carefully examined the Contract Documents and the site of the WORK and that from his own investigations, he has satisfied himself and made himself familiar with: (1) The nature and location of the WORK; (2) The character, quality and quantity of surface and subsurface materials likely to be encountered, including, but not limited to, all structures and obstructions on or at the Project Site, both natural and man-made; (3) The character of

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-11

f. g.

h.

i.

j. k. l.

14.0

equipment and other facilities needed for the performance of the WORK; (4) The general and local conditions including without limitation its climatic conditions, the availability and cost of labor and the availability and cost of materials, tools and equipment; (5) The quality and quantity of all materials, supplies, tools, equipment, labor and professional services necessary to complete the Work in the manner required by the Contract Documents; and (6) All other matters or things which could in any manner affect the performance of the WORK; That he will fully comply with all requirements of the Contract Documents; That he will perform the WORK consistent with good workmanship, sound business practice, and in the most expeditious manner consistent with the best interests of the OWNER; That he will furnish efficient business administration and experienced superintendence and an adequate supply of workmen, equipment, tools and materials at all times; That he has carefully reviewed the WORK required and that the WORK can be planned and executed in a normal and orderly sequence of work and reasonably scheduled so as to ensure completion of the Project in accordance with the Contract Documents, allowing for normal and reasonably foreseeable weather, labor and other delays, interruptions and disruptions of the WORK; That he will complete the WORK within the Contract Time and all portions thereof within any required contract deadlines; That his contract price is based upon the labor, materials, systems and equipment required by the Contract Documents, without exception; and That he shall comply, and shall cause all subcontractors to comply, with all applicable federal, state and local statutes, laws, rules, ordinances, orders, directives, permits and regulations, whether now existing or hereafter promulgated, of all governmental agencies, whether federal, state or local and whether legislative, judicial or executive (collectively, “Applicable Laws” or “applicable laws”) relating to the Contract Documents and the performance of the WORK, including but not limited to all Commonwealth of Virginia Employment Discrimination and Equal Opportunity laws and regulations and Commonwealth of Virginia Procurement and Hiring laws and regulations.

PROTECTION OF WORK, PROPERTY AND PERSONS A.

CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the WORK. CONTRACTOR will take all necessary precautions for the safety of, and will provide for, the necessary protection: (1) to prevent damage, injury or loss to all employees on the WORK and other persons who may be affected thereby; and, (2) all material and equipment to be incorporated therein, whether in storage on or off the site or adjacent thereof, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities not designated for removal, relocation or replacement during the course of construction.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-12

15.0

B.

CONTRACTOR will comply with applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. CONTRACTOR will notify OWNER of adjacent utilities when prosecution of the WORK may affect them.

C.

CONTRACTOR will erect and maintain, as required by the conditions and progress of the WORK all necessary safeguards for safety and protection. CONTRACTOR shall remedy all damage or loss to any property caused directly or indirectly, in whole or part, by CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or anyone of whose acts any of them may be liable, except damage or loss attributable to the fault of the Contract Documents or to the acts or omissions of OWNER, of ENGINEER or anyone employed by either of them or anyone whose acts either of them may be liable, and not attributable, directly or indirectly in whole or in part, to the fault or negligence of CONTRACTOR.

D.

CONTRACTOR shall shore up, brace, underpin, secure and protect as may be necessary all foundations and other parts of existing structures adjacent to, or in the vicinity of the WORK, which may be affected in any manner by the Work. CONTRACTOR shall be responsible for giving any and all required notices to any potentially affected property OWNER or other affected party prior to commencement of any work.

E.

In an emergency affecting the safety of life, limb or property, including adjoining property, CONTRACTOR, without special instructions or authorization from OWNER, is authorized to act at its discretion to prevent such threatened loss injury and it shall so act. It shall likewise act if instructed by OWNER or ENGINEER. Any compensation claimed will be determined by the procedure in Paragraph 23, Changes in the Work.

ACCIDENT PREVENTION A.

No person employed in the performance of this WORK shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous to his/her health or safety as determined under construction and health standards promulgated by the Secretary of Labor.

B.

Machinery, equipment and all site hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, Inc., to the extent that such provisions do not conflict with applicable law.

C.

CONTRACTOR shall maintain an accurate record of all cases of death, occupational disease or injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on this Project.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-13

D.

16.0

All work shall be in accordance with the appropriate provisions of the Occupational Safety & Health Administration (OSHA) regulations.

SANITARY FACILITIES CONTRACTOR shall furnish, install and maintain ample sanitary facilities for workers. These facilities shall be sufficient to meet the needs of the Project and be located to the satisfaction of OWNER. All such facilities and services shall be furnished in strict accordance with applicable health regulations.

17.0

18.0

USE OF PREMISES/STORAGE A.

CONTRACTOR shall confine its equipment, storage of materials, and construction operations to Project area as shown in the Contract Documents and prescribed by ordinances or permits, or as may be desired by OWNER, and shall not unreasonably encumber the Project area or public rights-of-way with its materials and construction equipment.

B.

CONTRACTOR shall consult with OWNER and ENGINEER for suitable storage space for bulk materials on each project. If sufficient storage is not available on the Project site CONTRACTOR shall arrange for storage elsewhere.

C.

CONTRACTOR shall comply with all reasonable instructions of OWNER, ENGINEER, and all applicable regulations regarding signs, advertising, traffic, fires, explosives, danger signals, barricades worker safety, and personal protection.

SCHEDULES, REPORTS AND RECORDS A.

CONTRACTOR shall submit to OWNER and ENGINEER such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data where applicable as are required for the WORK to be performed.

B.

Prior to the first Application for Payment, CONTRACTOR shall submit construction progress schedules showing the order in which CONTRACTOR proposes to carry out the WORK, including dates at which various parts of the WORK will be started, estimated dates of completion of each part, and as applicable:

C.

(1)

The dates at which special detail drawings will be required.

(2)

Respective dates for submission of Shop Drawings, the beginning of manufacturer, testing and the installation of materials, supplies and equipment.

CONTRACTOR shall submit a schedule of payments that CONTRACTOR anticipates will be earned during the course of the Work.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-14

D.

19.0

OWNER, ENGINEER, their authorized representatives, and/or authorized representatives of participating state and federal agencies shall have at all times access to the WORK, materials, payrolls, records, personnel, invoices of materials or other relevant data and records. CONTRACTOR shall provide proper facilities for such access and observation of the WORK and also for any inspection or testing thereof.

INSPECTION A.

All materials and workmanship shall be subject to inspection, examination, or testing by OWNER and ENGINEER of any and all items during manufacture or construction, and at any and all places where such manufacture or construction is carried on. OWNER may retain, and provide for testing by Soils Engineer relative to the suitability/acceptance of borrow and/or on-site soil/rock materials in the WORK. OWNER and ENGINEER shall have the right to reject defective materials and workmanship or require its correction. Unacceptable workmanship shall be satisfactorily corrected at the CONTRACTOR'S sole expense. This testing shall be in addition to other requirements of CONTRACTOR.

B.

ENGINEER shall act as OWNER'S representative in carrying out inspection and in assessing the acceptability of all aspects of the WORK in accordance with the Contract Documents. The opinions and directives of ENGINEER concerning the WORK shall be adhered to at all times unless they conflict with the Contract Documents or are superseded by OWNER.

C.

CONTRACTOR shall promptly furnish all materials reasonably necessary for any tests which may be required. All tests performed by ENGINEER will be performed in such a manner as not to delay the WORK unnecessarily and will be made in accordance with the provisions of the Contract Documents.

D.

CONTRACTOR shall notify ENGINEER sufficiently in advance of backfilling or concealing any facilities to permit proper inspection. If any facilities are concealed without approval of ENGINEER, CONTRACTOR shall uncover for inspection and re-cover such facilities solely at its own expense.

E.

Should OWNER consider it necessary at any time prior to final acceptance of the WORK to examine any work already approved and completed, CONTRACTOR shall on request promptly furnish all necessary facilities, labor and material. If such work is found to be defective due to the fault of CONTRACTOR or its Subcontractors, CONTRACTOR shall defray the cost of such re-examination and of satisfactory reconstruction If such work is found to be acceptable according to the Contract Documents, the actual cost of such re-examination in labor and materials, plus 15 percent of such costs to cover general expenses shall be allowed CONTRACTOR, and if such re-

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-15

examination has delayed the WORK to a significant degree he shall be allowed a commensurate time extension. 20.0

PAYMENTS TO CONTRACTOR A.

Partial Payments: (1)

CONTRACTOR shall prepare its Application for Payment for partial payment as of the last day of the month (unless the payment schedule is tied to a milestone, in such cases Application for Payment is to be prepared at appropriate stage of completion) and submit it with the required number of copies to ENGINEER for his approval. The amount of the payment due CONTRACTOR shall be determined by adding the total value of the WORK completed to date to the value of the materials properly stored at the site, and deducting (a) 5 percent of the total amount to be retained until Final Payment and (b) the amount of all previous payments. The total value of WORK completed to date shall be based upon the estimated quantities of WORK completed and/or on the unit prices contained in the AGREEMENT; mobilization costs shall not be included. The value of the materials properly stored on site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection by ENGINEER.

(2)

ENGINEER will, within 10 days after receipt of each Application for Payment, either indicate in writing approval of Application and submit the Application for Payment to OWNER, or return the Application for Payment to CONTRACTOR indicating in writing the reason for refusing to approve the application. In such case CONTRACTOR may make the necessary corrections and resubmit the Application for Payment. OWNER will within 30 days of presentation of an approved Application for Payment, pay CONTRACTOR a progress payment on the basis of the approved Application for Payment.

(3)

Monthly or partial payments made by OWNER to CONTRACTOR are monies advanced for the purpose of assisting CONTRACTOR to expedite the Work. CONTRACTOR shall be responsible for the care and protection of all materials and work upon which such payments have been made until final acceptance of the Project by OWNER. Such payments shall not constitute a waiver of the right of OWNER to require the fulfillment of all terms of the Contract Documents and all improvement embraced therein to the satisfaction of OWNER.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-16

B.

Final Payment (1)

After final inspection and acceptance by OWNER of all WORK according to the Contract Documents, CONTRACTOR shall prepare its requisition for Final Payment which shall be based upon the carefully measured or computed quantity of each item of work or the applicable unit prices stipulated in the Contract Documents. The total amount of the Final Payment due CONTRACTOR under this AGREEMENT shall be the amount computed as described above plus the retainage held, less all previous payments. Final Payment shall be made subject to CONTRACTOR furnishing OWNER with a release in satisfactory form of all claims against OWNER arising under and by virtue of the Contract Documents.

(2)

If a Lump Sum contract price is in effect the following wording is operative: "The amount of the Final Payment due CONTRACTOR shall be the Lump Sum shown in the Contract Documents or this sum as adjusted by approved CHANGE ORDERS."

(3)

OWNER, before paying the Final Payment, may require CONTRACTOR to furnish releases or receipts from all Subcontractors having performed any work and all persons having supplied materials, equipment and services to CONTRACTOR, if OWNER deems the same necessary in order to protect its interests. OWNER may, if it deems it advisable, make payment to CONTRACTOR in part or in full without requiring the furnishing of such releases or receipts, and any payments so made shall in no way impair the obligations of any Surety furnished under the terms of the Contract Documents.

(4)

Any amount withheld by OWNER as "Liquidated Damages" under the terms of the Contract Documents shall be deducted from the Final Payment due CONTRACTOR.

(5)

Upon completion and acceptance of the WORK, ENGINEER shall issue a certificate to be attached to the Final Payment Application that the WORK has been accepted under the conditions of the Contract Documents. The entire amount due CONTRACTOR, as described in provisions of this Section, shall be paid to CONTRACTOR within 30 days of completion and acceptance of the WORK. CONTRACTOR's sole relief for disputes arising out of any nonpayment by OWNER shall be as established by the Prompt Payment provisions of the Virginia Public Procurement Act.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-17

C.

Acceptance of Final Payment The acceptance by CONTRACTOR of Final Payment shall be and shall operate as a release to OWNER of all claims and all liability to CONTRACTOR other than claims in stated amounts which may be specifically excepted by CONTRACTOR for all work performed or materials furnished in connection with this WORK and for every act and neglect of OWNER and others relating to or arising out of this Work. Any payment, however, final or otherwise, shall not release CONTRACTOR or its sureties from any obligations under the Contract Documents or the Performance or Payment Bonds.

21.0

PAYMENTS BY CONTRACTOR Except in cases of bona fide disputes, or where CONTRACTOR has some other justifiable reason for delay, CONTRACTOR shall pay:

22.0

23.0

A.

For all transportation and utility services not later than the end of the calendar month following that in which the services are rendered.

B.

For all materials, tools and other expendable equipment to the extent of 90 percent of the cost thereof not later than the end of the calendar month following that in which such materials, tools and equipment are delivered at the site of the Project.

C.

To each of its Subcontractors, not later than the end of the calendar month in which each payment is made to CONTRACTOR, the representative amount allowed CONTRACTOR on account of the work performed by its Subcontractors, to the extent of each Subcontractor's interest therein.

OWNER’S USE OF PREMISES A.

Prior to Substantial Completion, OWNER with the concurrence of ENGINEER and CONTRACTOR, may use any completed or substantially completed portions of the WORK. Such use shall not constitute an acceptance of such portions of the WORK.

B.

OWNER shall have the right to enter the premises for the purpose of doing work not covered by the Contract Documents. This provision shall not be construed as relieving CONTRACTOR of the sole responsibility for the care and protection of the WORK, or the restoration of any damaged WORK except such as may be caused by agents or employees of OWNER.

CHANGES IN THE WORK A.

OWNER may make changes in the WORK required to be performed by CONTRACTOR under the Contract Documents without releasing CONTRACTOR from any of its obligations under the Contract Documents or any guarantee given by it pursuant to the Contract Document provisions, and without affecting the validity of

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-18

the guaranty Bonds, and without relieving or releasing the Surety or sureties of said Bonds. All WORK shall be executed under the terms of the original Contract Documents unless it is expressly provided otherwise. If such changes increase or decrease the amount due under the Contract Documents, or in time required for performance of the WORK, an equitable adjustment shall be authorized by CHANGE ORDER. B.

Except for the purpose of affording protection against any emergency endangering health, life, limb or property as specified in Paragraph 14, Protection of Work, Property and Persons, CONTRACTOR shall make no change in the WORK as specified in the Contract Documents unless in pursuance of a written approved Change Order from OWNER authorizing CONTRACTOR to proceed with the change. No claim for an adjustment of the contract price or time will be valid, unless so ordered.

C.

If applicable, unit prices are contained in the Contract Documents, OWNER may order CONTRACTOR to proceed with the applicable unit prices specified in the Contract Documents; provided that in the case of a unit price contract the net value of all changes does not increase or decrease the original total amount shown in the Contract Documents by more than 25 percent.

D.

If the applicable unit prices are not contained in the Contract Documents or if the total net change increases or decreases the total contract price more than 25 percent OWNER shall, before ordering CONTRACTOR to proceed with the desired changes, request from it an itemized proposal covering the additional work involved in the change.

E.

Each CHANGE ORDER shall include in its final form: (1)

A detailed description of the change in the Work;

(2)

CONTRACTOR'S proposal (if any) or a confirmed copy thereof;

(3)

A definite statement as to the resulting change in the contract price or time; and,

(4)

The statement that all WORK involved in the change shall be performed in accordance with the Contract Documents, except as modified by the CHANGE ORDER and not affect the overall scope of the Project.

F.

The procedures as outlined in this Section for a Unit Price AGREEMENT also apply in the case of a Lump Sum AGREEMENT.

G.

ENGINEER also may, at any time, by issuing a Field Order make changes in the details of the Work. CONTRACTOR shall proceed with the performance of any

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-19

changes in the WORK so ordered by ENGINEER unless CONTRACTOR believes that such Field Order entitles CONTRACTOR to a change in contract price or time, or both, in which event CONTRACTOR shall give ENGINEER Written Notice thereof within seven (7) days after the receipt of such ordered change. Thereafter CONTRACTOR shall document the basis for the change in contract price or time within 30 days. CONTRACTOR shall not execute such changes pending the receipt of an executed CHANGE ORDER or further instructions from OWNER. 24.0

25.0

CLAIMS FOR EXTRA COST/SUBSURFACE CONDITIONS A.

Should CONTRACTOR claim that any instructions by Drawings or otherwise entitles it to a change in contract price or time it shall follow the procedures in Paragraph 23, Changes in the Work.

B.

Claims of additional compensation for extra work, due to alleged errors in ground elevations, contour lines or bench marks, will not be recognized.

C.

Any discrepancies which may be discovered between the actual conditions and those represented by the Contract Documents shall at once be reported to ENGINEER and work shall not proceed except at CONTRACTOR'S risk until written instructions have been issued by OWNER.

D.

ENGINEER shall promptly investigate the conditions, and if it is found that such conditions do so materially differ from those upon which the Contract Documents are based, and cause an increase or decrease in the cost of, or time required for, performance of the WORK an equitable adjustment may be made only with the advanced, written consent of the OWNER and the Contract Documents MAY be modified by a CHANGE ORDER.

TIME FOR COMPLETION AND LIQUIDATED DAMAGES A.

The date of beginning and the time for completion of the WORK are essential conditions of the Contract Documents and the WORK embraced shall be commenced on the date specified in the Notice to Proceed.

B.

CONTRACTOR shall proceed with the WORK at such rate of PROGRESS to insure full completion within the contract time. It is expressly understood and agreed by and between CONTRACTOR and OWNER that the contract time for the completion of the WORK described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the WORK.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-20

C.

Liquidated Damages for Delays If the WORK is not completed within the time stipulated in the Contract Documents including any extensions of time for excusable delays, as herein provided, CONTRACTOR shall pay to OWNER as fixed, agreed and Liquidated Damages for each calendar day of delay, until the WORK is completed, the amount set forth in the Contract Documents hereof and CONTRACTOR and its sureties shall be liable to OWNER for the amount thereof. These fixed, agreed and Liquidated Damages are being set for delay because fixing actual damages for delay is impractical and extremely difficult. CONTRACTOR shall not be charged with Liquidated Damages or any excess cost when the delay in completion of the WORK is due to the following and CONTRACTOR has promptly given Written Notice of such delay to OWNER and ENGINEER: (1)

To any preference, priority or allocation order duly issued by OWNER.

(2)

To unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not restricted to, acts of God, or of the public enemy, acts of OWNER, acts of another CONTRACTOR in the performance of a separate contract with OWNER, fires, floods, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather; and,

(3)

To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 25.C (1) and 25.C (2) of this Paragraph.

The aforementioned exemptions from payment of Liquidated Damages shall apply only if CONTRACTOR promptly notifies OWNER within 10 days with Written Notice documenting the cause of such delay. Upon receipt of such Notice OWNER shall ascertain the facts and the cause and the extent of such delay. If upon the basis of the facts and the terms of the Contract Documents, the delay is properly excusable, OWNER shall extend the contract time for completion of the WORK for a period commensurate with the period of excusable delay. 26.0

SUSPENSION OF WORK, TERMINATION AND DELAY A.

OWNER may suspend the WORK or any portion thereof for a period of not more than 90 days or such further time as agreed upon by CONTRACTOR by Written Notice to CONTRACTOR and ENGINEER which shall fix the date on which the WORK shall be resumed. CONTRACTOR may be allowed an increase in the

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-21

contract price, but only with the advance, written approval of the OWNER, or an extension of the contract time, or both, directly attributable to any suspension. B.

If CONTRACTOR is adjudged bankrupt or insolvent, or makes a general assignment for the benefit of its creditors, or if a trustee or receiver is appointed for CONTRACTOR or for any of its property or if CONTRACTOR filed a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or applicable laws, or repeatedly fails to make prompt payments to Subcontractors or for labor, materials or equipment, or disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the WORK, or disregards the authority of ENGINEER, or otherwise violates any provision of the Contract Documents, then OWNER may, without prejudice to any other right or remedy and after giving CONTRACTOR and its surety a minimum of 10 days from delivery of a Written Notice, terminate services of CONTRACTOR and take possession of the Project and all materials, equipment, tools, construction equipment and machinery thereon owned by CONTRACTOR and finish the WORK by whatever method OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the WORK is finished. If the unpaid balance of the contract price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR will pay the difference to OWNER. Such costs incurred by OWNER will be determined by ENGINEER and incorporated in a CHANGE ORDER.

C.

Where CONTRACTOR'S services have been so terminated by OWNER, said termination shall not affect any right of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of monies by OWNER due CONTRACTOR will not release CONTRACTOR from compliance with the Contract Documents.

D.

After 10 days from delivery of a Written Notice to CONTRACTOR, ENGINEER, and OWNER may, without cause or prejudice to any other right or remedy, elect to abandon the Project and to terminate the AGREEMENT. In such case CONTRACTOR shall be paid for all work executed and any expense sustained plus reasonable profit.

E.

If through no act or fault of CONTRACTOR, the WORK is suspended for a period of more than 90 days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, or OWNER fails to pay CONTRACTOR substantially the sum approved by ENGINEER or awarded through the legally recognized disputed claim procedure within 30 days of its approval and presentation, then CONTRACTOR may, after 10 days from delivery of a Written Notice to OWNER terminate the AGREEMENT and recover from OWNER payment for all WORK executed and expenses sustained. In addition and in lieu of terminating the AGREEMENT, if ENGINEER has failed to act

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-22

on an Application for Payment or if OWNER has failed to make any payment as aforesaid, CONTRACTOR may upon 10 days Written Notice to OWNER and ENGINEER stop the WORK until all amounts then due are paid, in which event and upon resumption of the WORK CHANGE ORDERS may be issued adjusting the contract price, but only with the advance, written approval by the OWENR, or extending the contract time, or both, to compensate for the costs and delays attributable to the stoppage of the WORK. F.

27.0

28.0

If the performance of all or any portion of the WORK is suspended, delayed, or interrupted as a result of OWNER or ENGINEER to act within the time specified in the Contract Documents, or if no time is specified, within a reasonable time, an adjustment in the contract price, but only with the advance, written approval of the OWNER, or an extension of the contract time, or both, may be made by CHANGE ORDER to compensate CONTRACTOR for the costs and delays necessarily caused by the failure of OWNER or ENGINEER.

CORRECTION OF WORK A.

CONTRACTOR shall promptly remove from the premises all WORK rejected by ENGINEER for failure to comply with the Contract Documents, whether incorporated in the construction or not, and CONTRACTOR shall promptly replace and re-execute the WORK in accordance with the Contract Documents and without expense to OWNER and shall bear the expense of making good all WORK of other contractors destroyed or damaged by such removal or replacement.

B.

All removal and replacement WORK shall be performed solely at CONTRACTOR'S expense. If CONTRACTOR does not take action to remove such rejected WORK within 10 days after receipt of Written Notice, OWNER may remove such WORK and store the materials at the expense of CONTRACTOR.

C.

If OWNER deems it not expedient to require CONTRACTOR to correct WORK not done in accordance with the Contract Documents, an AGREEMENT may be made between OWNER and CONTRACTOR for a change in contract price with an equitable deduction in lieu of replacement and removal.

CLEAN-UP REQUIREMENTS A.

The construction premises, job sites and any property leased for storage of equipment or materials shall be maintained by CONTRACTOR in reasonably neat and orderly condition, free from accumulation of waste material and rubbish during the entire construction period. All crates, cartons and other flammable and trash shall be removed from work areas at the end of each working day. Trash burning on the site shall be prohibited unless done in accordance with local ordinance.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-23

29.0

B.

CONTRACTOR shall remove all rubbish and debris from WORK with reasonable promptness. Rubbish and debris shall not be permitted to accumulate in excessive amounts that will become hazardous underfoot and to vehicular traffic.

C.

Upon completion of the WORK, CONTRACTOR shall remove all temporary construction facilities, including buildings, fences, scaffolding, unused materials, and rubbish of any kind. Buildings, job site and adjacent property shall be left in a neat and clean condition acceptable to OWNER.

FITTING AND COORDINATION OF THE WORK CONTRACTOR shall be responsible for the proper fitting of all WORK and for the coordination of the operation of all trades, Subcontractors, or material supplies engaged in the Work. CONTRACTOR shall guarantee to each of its Subcontractors the locations and measurements which they may require for the fitting of their work to all surrounding work.

30.0

SUBCONTRACTING A.

CONTRACTOR may utilize specialty Subcontractors on those parts of the WORK which, under normal contracting practices, are performed by specialty Subcontractors.

B.

CONTRACTOR shall not contract with any proposed Subcontractor without the prior written approval of OWNER. Prior to the Award of each Subcontract, CONTRACTOR shall notify OWNER and ENGINEER in writing of the name and trade of each Subcontractor proposed, and furnish such written information as OWNER and ENGINEER may require concerning the proposed Subcontractor. Any objection OWNER may have concerning the proposed Subcontract shall be expressed in writing within seven (7) days after receipt by OWNER of CONTRACTOR'S proposal of a Subcontractor.

C.

OWNER may, without claim for extra cost by CONTRACTOR, disapprove of any Subcontractor based upon its own determination, or because of the fact that the proposed Subcontractor is listed as ineligible to receive Award of Contracts for federally funded jobs due to being listed as debarred by the U. S. Department of Labor, or the Commonwealth of Virginia.

D.

CONTRACTOR shall be as fully responsible for the acts and omissions of its Subcontractors, and for persons either directly or indirectly employed by them, as CONTRACTOR is for the acts and omissions of persons employed by CONTRACTOR.

E.

CONTRACTOR shall cause appropriate provisions to be inserted in all Subcontracts relative to the WORK to bind Subcontractors to applicable provisions of the Contract Documents.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-24

F.

31.0

32.0

33.0

There shall be nothing contained in the Contract Documents that shall create any contractual relation between any Subcontractor and OWNER.

SEPARATE CONTRACTS A.

OWNER reserves the right to let other contracts in connection with this Project. CONTRACTOR shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate the WORK with theirs. If the proper execution or results of any part of CONTRACTOR'S WORK depends on the work of any other contractors, CONTRACTOR shall inspect and promptly report to ENGINEER any defect in such work that render it unsuitable for such proper execution and results.

B.

OWNER may perform additional work related to this Project or OWNER may let other contracts containing provisions similar to these. CONTRACTOR shall afford the other contractors who are parties to such contracts (or OWNER, if OWNER is performing the additional work) reasonable opportunity for the introduction and storage of equipment and materials and the execution of work, and shall properly connect and coordinate the WORK with theirs.

C.

If the performance of additional work by other contractors and/or OWNER is not noted in the Contract Documents prior to the execution of the Contract, Written Notice thereof shall be given to CONTRACTOR prior to starting any such additional work. If CONTRACTOR believes that the performance of such additional work by OWNER entitles it to an extension of contract time, CONTRACTOR may make a claim thereof for a CHANGE ORDER.

LANDS AND RIGHT-OF-WAY A.

Prior to issuance of Notice to Proceed, OWNER shall obtain all land and rights-ofway necessary for carrying out and for completion of the WORK to be performed pursuant to the Contract Documents, unless otherwise mutually agreed.

B.

OWNER shall provide to CONTRACTOR information which delineates and describes the lands owned and rights-of-way acquired.

RECORD DRAWINGS CONTRACTOR shall provide ENGINEER with accurate information to be used in the preparation of permanent Record Drawings. For this purpose, CONTRACTOR shall record on one (1) set of Contract Drawings all changes from the installations originally indicated, horizontal offset distances to permanent surface improvements such as buildings, curbs, or edges of walks, etc.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-25

34.0

35.0

FINAL INSPECTION/CLOSEOUT (Substantial Completion) A.

When the WORK as described in the Contract Documents is substantially completed, CONTRACTOR shall notify ENGINEER and OWNER by Written Notice that the WORK will be ready for final inspection on a definite date specified in such Notice. The Written Notice shall be given at least 10 days prior to the date stated for final inspection. If OWNER determines that the status of the WORK is as represented, it will make arrangements necessary to conduct final inspection on the date stated in the Notice, or as soon thereafter as is practicable. The inspection party will include ENGINEER and such representatives of the OWNER as deemed appropriate.

B.

After ENGINEER and OWNER have been satisfied that CONTRACTOR has performed satisfactorily in accordance with the Contract Documents, ENGINEER will certify in writing that the WORK is substantially completed and CONTRACTOR is eligible for Final Payment by OWNER.

C.

CONTRACTOR is required to execute a Release of Liens Statement and all other appropriate documents that are essential to close out the Project and as requested by OWNER.

D.

OWNER'S attorney will review CONTRACTOR'S close out documents prior to acceptance by OWNER. If OWNER, and its attorney, are satisfied that OWNER is released from all liens, claims or other charges connected with the WORK, OWNER will make payment to CONTRACTOR.

INSURANCE A.

CONTRACTOR shall purchase and maintain such insurance as will protect it from claims set forth below which may arise out of, or result from, CONTRACTOR'S execution of the WORK, whether such execution be by CONTRACTOR, any Subcontractor, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1)

Claims under worker's compensation, disability benefit and other similar employee benefit acts;

(2)

Claims for damages because of bodily injury, occupational sickness or disease, or death of employees;

(3)

Claims for damages because of bodily injury, sickness or disease, or death of any person other than employees;

(4)

Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-26

related to the employment of such person by CONTRACTOR, or (2) by any other person; and (5)

Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom.

B.

Certificates of Insurance acceptable to OWNER shall be filed with OWNER prior to commencement of the WORK. These Certificates shall contain a provision that coverage afforded under the policies will not be canceled unless at least 30 days prior Written Notice has been given to OWNER.

C.

CONTRACTOR shall procure and maintain, at CONTRACTOR'S own expense, during the contract time, liability insurance as hereinafter specified:

D.

(1)

Commercial General Liability Insurance. This coverage shall include contractual liability, underground hazard, explosion and collapse, hazard, property damage, independent Contractor, and personal injury insurance in support of section 37 of this Agreement entitled “Indemnification”. This policy shall be endorsed to include the OWNER as an additional insured during the Contract Period and shall state that this insurance is primary insurance as regards any other insurance carried by the Board. CONTRACTOR shall procure and maintain Public Liability Insurance in an amount not less than: $1,000,000 for each occurrence involving bodily injury; $1,000,000 for each occurrence involving property damage; and $2,000,000 aggregate limits.

(2)

Comprehensive Automobile Liability. CONTRACTOR shall procure and maintain Comprehensive Automobile Liability Insurance covering all automobiles, trucks, tractors, trailers, or other automobile equipment, whether owned, not owned, or hired by the CONTRACTOR, with the following limits: $1,000,000 for each occurrence involving personal injury; $1,000,000 for each occurrence involving property damage; and $2,000,000 aggregate limits.

(3)

CONTRACTOR shall acquire and maintain, if applicable, Fire and Extended Coverage insurance upon the Project to the full insurable value thereof for the benefit of OWNER, CONTRACTOR, and Subcontractors as their interest may appear. This provision shall in no way release CONTRACTOR or CONTRACTOR'S Surety from obligations under the Contract Documents to fully complete the Project.

CONTRACTOR shall procure and maintain, at CONTRACTOR'S own expense, during the contract time, in accordance with the provisions of State law, Worker's Compensation Insurance, including occupational disease provisions, for all of CONTRACTOR'S employees at the site of the Project and in case any WORK is sublet, CONTRACTOR shall require each Subcontractor similarly to provide

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-27

Worker's Compensation Insurance, including occupational disease provisions for all of the latter's employees, unless such employees are covered by the protection afforded by CONTRACTOR. In case any class of employees engaged in hazardous work under this AGREEMENT at the site for the Project is not protected under Worker's Compensation statute, CONTRACTOR shall provide, and shall cause each Subcontractor to secure and provide, adequate and suitable insurance for the protection of its employees not otherwise protected. Such insurance shall not have a limit of liability less than the following: (i) bodily injury by accident, $500,000 for each accident; (ii) bodily injury by disease, $500,000 policy limit; and (iii) bodily injury by disease, $500,000 for each employee. E.

36.0

The CONTRACTOR shall purchase and maintain, in a company or companies lawfully authorized to do business in the Commonwealth, property insurance written on a builder's risk "all-risk" or equivalent policy form in the amount of the initial Contract Price, plus value of subsequent Contract modifications and cost of materials supplied or installed by others, comprising total value for the entire Project at the site on a replacement cost basis without optional deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the OWNER has an insurable interest in the property, whichever is later. The insurance shall include interests of the OWNER, the CONTRACTOR, the SUBCONTRACTORS and the SUB SUB-CONTRACTORS. Such insurance shall include, without limitation, insurance against the perils of fire (with extended coverage) and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse, earthquake, flood, windstorm, falsework, testing and startup, and shall cover reasonable compensation for ENGINEER'S and CONTRACTOR'S services and expenses required as a result of such insured loss.

ASSIGNMENT OF CONTRACT A.

CONTRACTOR'S obligations and duties under this contract shall not be assigned in whole or in part by CONTRACTOR without the prior written approval of OWNER. This shall not prohibit the assignment of the proceeds due hereunder to a bank or financial institution, provided however that such assignment does not encumber or in any way lay claim to materials, equipment or machinery to be incorporated into the WORK or otherwise to be vested in OWNER by terms of the Contract Documents. This provision shall not preclude CONTRACTOR from subletting as provided in the Contract Documents, parts of the WORK.

B.

This AGREEMENT may be assigned by OWNER to any corporation, agency, or instrumentally authorized to accept such assignment.

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-28

37.0

38.0

INDEMNIFICATION A.

CONTRACTOR will indemnify and hold harmless OWNER and ENGINEER and their agents and employees from and against all claims, damages, losses, and expenses including attorney fees arising out of or resulting from the performance of the WORK, provided that such claims, damage, loss, or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use therefrom; and is caused in whole or in part by any negligent or willful act or omission of CONTRACTOR, and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable.

B.

In any and all claims against OWNER or ENGINEER, or any of their agents or employees, by any employee of CONTRACTOR and Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation, of benefits payable by or for CONTRACTOR or any Subcontractor under Worker's Compensation acts, disability benefit acts or any other employee benefit acts.

C.

The obligation of CONTRACTOR under this paragraph shall not extend to the liability of ENGINEER, its agents, or employees arising out of the preparation or approval of maps, Drawings, opinions, reports, surveys, CHANGE ORDERS, designs or Specifications.

GUARANTEE CONTRACTOR shall guarantee all materials and equipment furnished and WORK performed for a period of one (1) year from the date of final acceptance. CONTRACTOR warrants and guarantees for a period of one (1) year from the date of final acceptance of the facility that the facility is free from all defects due to faulty materials and workmanship and CONTRACTOR shall promptly make such corrections as may be necessary by reason of such defects including the repairs of the damages of other parts of the system resulting from such defects. OWNER will give Notice of observed defects with reasonable promptness. In the event that CONTRACTOR should fail to make such repairs, adjustments or other WORK that may be made necessary by such defects, OWNER may do so and charge CONTRACTOR the cost thereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period.

39.0

NOTICES Any formal notices, requests or demands required or permitted to be given hereunder shall be in writing and shall be delivered only (i) by reputable overnight delivery service, delivery charges prepaid ("Overnight Delivery"), or (ii) by delivery in person and duly acknowledged by the person performing the delivery ("Personal Delivery"), and addressed as follows:

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-29

To the Owner: ________________________ ________________________ ________________________ To the Contractor: ________________________ ________________________ ________________________ To the Engineer: ________________________ ________________________ ________________________ Any such notice, request or demand shall be deemed given upon the earliest to occur of (i) one (1) business day after deposit, by the time deadline for overnight delivery, with the overnight delivery service if sent by Overnight Delivery, or (ii) upon delivery if sent by Personal Delivery. Either party may at any time designate by giving notice to the other party a change in the above addresses or addressees. 40.0

ACCESS TO RECORDS OWNER shall be permitted by CONTRACTOR to have full access to, and right to examine any pertinent books, documents, papers and records of CONTRACTOR involving transactions related to this AGREEMENT, during the period of this Project and for three (3) years from the date of Final Payment or until all findings have been resolved to the satisfaction of OWNER. END OF SECTION 00700

P:\50069782\Specs\00700 - General Conditions.doc

GENERAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00700-30

SECTION 00800 SPECIAL CONDITIONS

1.

Award of the Work

2.

Qualifications of Subcontractors, Material Men and Suppliers

3.

Pre-Construction Conference

4.

Engineer's Status During Construction

5.

Approval of Payment

6.

Substantial Completion

7.

Cooperation by Contractors

8.

Service of Written Notice

9.

Ownership of Specifications and Plans

10.

Time Extensions

11.

Project Closeout

12.

Work Outside Regular Hours

SPECIAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00800-1

1.0

Award of the Work The award of the WORK, if it is awarded, will be to the Lowest Responsible Bidder whose qualifications indicate the award will be in the best interest of OWNER and whose proposal complies with all the prescribed requirements. No Notice of Award will be given until OWNER has concluded such investigations as it deems necessary to establish the responsibility, qualifications and financial-ability of the Bidder to do the WORK in accordance with the Contract Documents to the satisfaction of OWNER within the time prescribed. OWNER reserves the right to reject the Bid of any Bidder who does not pass such investigation to OWNER'S satisfaction. In analyzing Bids, OWNER may take into consideration alternates and unit prices, if requested by the Bid Forms. If the CONTRACT is awarded, OWNER will give the successful Bidder a Notice of Award within 90 days after the opening of the Bids.

2.0

3.0

Qualifications of Subcontractors, Material Men and Suppliers A.

Within 15 days after the opening of Bids, the Apparent Low Bidder will submit to OWNER and ENGINEER for acceptance, a list of the names of Subcontractors and such other persons and organizations (including those who are to furnish principal items of materials or equipment) proposed for those portions of the WORK as to which the identity of the Subcontractors and other persons and organizations must be submitted as specified in the Contract Documents. Prior to the Notice of Award, ENGINEER will notify the Apparent Low Bidder in writing if either OWNER or ENGINEER, after due investigation, has reasonable objection to any Subcontractor, person or organization on such list. The failure of OWNER or ENGINEER to make objection to any Subcontractor, person or organization on the list prior to the Notice of Award shall constitute an acceptance of such Subcontractor, person or organization. Acceptance of any such Subcontractor, person or organization shall not constitute a waiver of any right of OWNER or ENGINEER to reject defective work, material or equipment, or work, material and equipment not in conformance with the requirements of the Contract Documents.

B.

If, prior to the Notice of Award, OWNER or ENGINEER has reasonable objection to and refuses to accept any Subcontractor, person or organization on such list, the Apparent Low Bidder may, prior to Notice of Award either (i) submit an acceptable substitute without an increase in its Bid Price or (ii) withdraw its Bid and forfeit its Bid Bond.

Pre-Construction Conference Prior to starting the WORK, a conference will be held to review the schedules, to establish procedures for reviewing Shop Drawings and other submissions and for processing Applications for Payment, and to establish a working understanding between the various parties as to the procedures during the life of the Project. Present at the conference will be OWNER or its representative, ENGINEER, the Resident Project Representative,

SPECIAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00800-2

the Louisa County Code Enforcement Officer, CONTRACTOR, and its Superintendent. 4.0

5.0

Engineer's Status During Construction A.

ENGINEER shall be OWNER'S representative during the construction period. All instructions of OWNER to CONTRACTOR shall be issued through ENGINEER. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER'S representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER.

B.

ENGINEER will make periodic visits at intervals to be determined by the OWNER to the site to observe the progress and quality of the executed WORK and to determine in general if the WORK is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the WORK, nor will ENGINEER be responsible for the techniques or sequences of construction, or the safety precautions incident thereto. ENGINEER will not be responsible for CONTRACTOR'S failure to perform the WORK in accordance with the Contract Documents. During such visits and on the basis of ENGINEERS' on-site observations as an experienced and qualified design professional, it will endeavor to guard OWNER against defect(s) and deficiencies in the work of CONTRACTOR and may disapprove WORK as failing to conform to the Contract Documents. Whenever ENGINEER considers it necessary or advisable to insure the proper carrying out of the intent of the Contract Documents, ENGINEER shall have authority to require CONTRACTOR to stop the WORK, or to require special examination or testing of the WORK (whether or not fabricated, installed or completed), but this authority shall not give rise to any duty or responsibility of ENGINEER to CONTRACTOR, the Subcontractors or any of their agents or employees to do so.

C.

OWNER will provide one (1) or more Resident Project Representatives to assist ENGINEER in carrying out its responsibilities at the site.

Approval of Payments A.

ENGINEER'S approval of any payment requested in an Application for Payment shall constitute a representation to OWNER, based on ENGINEER'S on-site observations of the WORK in progress as an experienced and qualified design professional and on ENGINEER'S review of the Application for Payment and the supporting data, that the WORK has progressed to the point indicated; that, to the best of its knowledge, information and belief, the quality of the WORK is in accordance with the Contract Documents (subject to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in its approval); and that CONTRACTOR is entitled to payment of the amount approved. However, by approving any such payment ENGINEER shall not thereby be deemed to have represented that it made

SPECIAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00800-3

exhaustive or continuous on-site inspections to check the quality or the quantity of the WORK, or that ENGINEER has reviewed the techniques and sequences of construction, or that ENGINEER has made any examination to ascertain how or for what purpose CONTRACTOR has used the monies paid or to be paid to it on account of the contract price.

6.0

B.

ENGINEER'S approval of Final Payment shall constitute an additional representation by ENGINEER to OWNER that the conditions precedent to CONTRACTOR'S being entitled to Final Payment as set forth in this Section have been fulfilled.

C.

ENGINEER may refuse to approve the whole or any part of any payment if, in its opinion, its is unable to make such representations to OWNER. ENGINEER may also refuse to make such representations to OWNER and may also refuse to approve any such payment, or because of subsequently discovered evidence or the results of subsequent tests, nullify any such payment previously approved, to such extent as may be necessary in ENGINEER'S opinion to protect OWNER from loss because: 1.

the WORK does not comply with the requirements of the Contract Documents,

2.

claims have been filed or there is reasonable evidence indicating the probable filing thereof,

3.

the contract price has been reduced because of Modifications, or,

4.

OWNER has been required to correct faulty or defective WORK or complete the WORK in accordance with this Section.

Substantial Completion A.

Prior to Final Payment, CONTRACTOR may, in writing to OWNER and ENGINEER, certify that the entire Project is substantially complete and request that ENGINEER issue a Certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR, ENGINEER, and other interested parties will make an inspection of the Project to determine the status of completion. If ENGINEER does not consider the Project substantially complete, it will notify CONTRACTOR in writing giving the reasons therein. If ENGINEER considers the Project substantially complete, it will prepare and deliver to OWNER a tentative Certificate of Substantial Completion which shall fix the date of Substantial Completion and the responsibilities between OWNER and CONTRACTOR for maintenance, heat, utilities, and insurance. There shall be attached to the certificate a tentative list of items to be completed or corrected before Final Payment and the certificate shall fix the time within which such items shall be completed or corrected. OWNER shall have 7 days after receipt of the tentative certificate during which it may make written objection to ENGINEER as to any provisions of the certificate or

SPECIAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00800-4

attached list. If, after considering such objections, ENGINEER concludes that the Project is not substantially complete, it may notify CONTRACTOR in writing stating its reasons therein. If, after said 7 days and after consideration of OWNER'S objections, ENGINEER considers the Project substantially complete, it will execute and deliver to OWNER and CONTRACTOR a definitive Certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as it believes justified after consideration of any objections from OWNER. 7.0

8.0

Cooperation by Contractors A.

Where work by one (1) contractor connects to work by another contractor, both contractors shall consult each other and arrangements shall be made to provide a feasible method of interconnection. Arrangements shall be made as to the procedure by the first contractor to bring its work to the point of connection. In case of disagreement, ENGINEER shall be consulted as to the intent of the Drawings and Specifications.

B.

The same procedure shall apply where work of two (2) contractors is adjacent and could interfere with the work of the other contractor.

C.

It is the intent of these Specifications that contractors working simultaneously on the premises cooperate with each other, without argument, and in the timely prosecution of the WORK.

Service of Written Notice Whenever any provision of the Contract Documents requires the giving of Written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage pre-paid, to the last business address known to him who is given the notice.

9.0

Ownership of Specifications and Plans All Specifications, Drawings, and copies thereof furnished by ENGINEER for this Project shall be the Owner’s property.

SPECIAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00800-5

10.0

Time Extensions It has been determined that it is not possible to ascertain actual damages to OWNER by reason of failure of CONTRACTOR to complete the WORK embraced by the Contract Documents on or before the date set for completion; therefore, Liquidated Damages will be assessed at the rate identified in the Bid for each consecutive calendar day of delay exceeding the contract time or extensions thereof as may be granted in accordance with SECTION 25, GENERAL CONDITIONS. Time is of the essence for this Project, and the dates allowed for completion of the WORK under this AGREEMENT take into consideration "normal" weather conditions usually prevailing for the time of year during which construction will be undertaken. When establishing the contract time, an allowance has been made for four (4) calendar days of work lost per month due to inclement weather conditions. The CONTRACTOR, at the time of each periodic pay request, shall submit to the ENGINEER and OWNER for approval a list of all working days lost due to either inclement weather or site conditions caused by inclement weather for the period. Accompanying his list should be a summary of the specific conditions which caused the loss. This request will be reviewed by the ENGINEER in light of observations made by the ENGINEER and resident inspector. Approval of the periodic payment estimate by the ENGINEER and OWNER will also include approval of the weather delay request. After substantial completion, and not until then, a change order must be executed if a time extension for weather related delays is requested by the CONTRACTOR. The time extension must be based solely on the time requested within the periodic payment estimates. Subtracted from this time will be the four (4) days per month allowance assumed in the contract. There cannot be a decrease in contract length if the allowance for inclement weather exceeds the actual number of days lost due to inclement weather. To convert working days into calendar days, multiply the working days by seven (7) and divide by the number of working days in a typical work week.

11.0

Project Closeout A.

CONTRACTOR will be required to clean up its operations as WORK progresses and just prior to start-up and testing. All cleanup operations must be completed to the satisfaction of OWNER and ENGINEER. This shall apply to the general appearance of the construction area as well as cleanliness of equipment. All potable water pipe shall be cleaned as described in the applicable pipe Section of the Specifications.

B.

Upon completion of the WORK and prior to Final Payment, CONTRACTOR shall turn the WORK over to OWNER in operating condition. To accomplish this, testing shall be deemed a part of the WORK. The tests shall demonstrate successful operation of the entire Project prior to OWNER'S acceptance of the WORK. CONTRACTOR shall furnish labor and all other materials, equipment, and instruments necessary for all acceptance tests at no additional cost to OWNER.

SPECIAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00800-6

C.

12.0

CONTRACTOR shall keep an accurate record of all concealed utility lines. If any parts of the WORK vary substantially in location from that shown on the Contract Documents, such variations shall be indicated on prints of the applicable Contract Drawings which will be furnished to CONTRACTOR. These prints shall be neatly and clearly marked to indicate all variations between the WORK actually provided and that indicated by the Contract Documents. The representation of such variations shall conform to standard drafting practice and shall include such supplementary notes, legends, and details as may be necessary for legibility and clear portrayal of the as-built construction. These Drawings shall be reviewed and approved by ENGINEER. Incomplete and/or illegible Record Drawings will be returned to CONTRACTOR for revision/correction until such time as they are deemed acceptable by ENGINEER.

Work Outside Regular Hours If the CONTRACTOR desires to perform work outside the regular hours or on Saturday, he shall request permission to work 48 hours in advance to allow arrangements to be made for proper inspection. The OWNER may refuse the CONTRACTOR permission to work if the 48-hour notice is not given or for other just cause. Reasonable efforts shall be made by the CONTRACTOR to avoid undue noise during the night and on Sundays, if it is necessary to work at such times. Under normal circumstances the CONTRACTOR will not be permitted to work on Sundays. Unless specifically scheduled to work outside normal hours by the OWNER in the interest of public safety or convenience, then the CONTRACTOR will be liable for the expense of overtime work required by OWNER'S and/or ENGINEER'S employees. This expense includes but is not limited to OWNER and ENGINEER called to the job site outside normal working hours to resolve problems directly related to the project. Normal or regular working hours are defined as 7:00 AM to 5:00 PM Monday through Friday. The OWNER reserves the right to schedule the CONTRACTOR to work outside normal working hours in the interest of public safety or convenience. No claim for additional compensation shall be made by the CONTRACTOR when such occasions occur.

END OF SECTION 00800 P:\50069782\Specs\00800 - Special Conditions.doc

SPECIAL CONDITIONS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

00800-7

SECTION 01010 SUMMARY OF WORK

PART 1 - GENERAL 1.1

WORK COVERED BY CONTRACT DOCUMENTS A.

Project: Construction of the Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work. All work shown on Drawings and/or called for in these Specifications shall be performed under the General Contract, unless specifically noted to the contrary in the Contract Documents. The Project includes, however is not limited to: The Louisa County High School portion of this project consists of the removal of modular units and the removal/abandonment of associated utilities in the existing high school parking lot to restore the parking lot to its original condition. There will be curb and gutter repair, pavement repair, relocation of power poles, abandonment/demolition of data/security lines, abandonment of waterlines and sanitary sewers, and road repair to get the bus loop accepted back into the VDOT system for maintenance and repair. The Louisa County Middle School portion of this project consists of moving four existing trailers to the Jouett Elementary School, moving two existing trailers within the existing trailer area, installing various electrical components and conduits, and asphalt repair. The Jouett Elementary School portion of this project consists placing and reinstating four trailers from the Louisa County Middle School site, removing four trailers from the Jouett Elementary School Site, rotating one existing trailer, and reattaching existing ramps and stairs.

B.

Contractor's Duties: CONTRACTOR'S duties in performance of the WORK shall include, however are not limited to: 1.

Responsibilities: CONTRACTOR shall be: a) b) c)

2.

Responsible for the management of the Project. Responsible for hiring all subcontractors. The sole arbitrator of the division of WORK of all trades, associated with WORK provided for in the Contract Documents.

Work: Except as specifically noted, provide and pay for all: a) b) c) d)

Labor, materials, and equipment. Tools, construction equipment and machinery. Water, heat, and utilities required for construction. Other facilities and services necessary for proper execution and completion of WORK.

SUMMARY OF WORK Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01010-1

3.

Permits and Fees: Secure and pay for, as necessary for proper execution and completion of WORK, and as applicable at time of receipt of Bids: a) b) c) d) e)

1.2.

Permits (including building and trade permits), Government fees, Bonds, Licenses, and Insurance.

4.

Notices: Unless specifically indicated otherwise, give required Notices to ENGINEER, government agencies, (local, state and federal), utility companies and others as required and within the time frames identified in the Contract Documents.

5.

Regulations: Comply with all codes, ordinances, rules regulations, orders, and other legal requirements of public authorities which bear on performance of WORK.

6.

Written Notice: Promptly submit Written Notice to ENGINEER of observed conflicts in Contract Documents. It is CONTRACTOR'S responsibility to make certain that all work performed as defined in the Drawings and Specifications comply with codes and regulations.

7.

Coordinate: Coordinate WORK with appropriate authorities, i.e., utility companies, Virginia Department of Health (VDH), and Virginia Department of Transportation (VDOT), etc, and other Contractors who may be performing other work at the project site of this work or adjacent to this work.

ADDITIONAL ENGINEERING SERVICES In the event that the ENGINEER is required to provide additional engineering services as a result of CONTRACTOR error or omissions; substitution of materials or equipment by the CONTRACTOR that are different from what is specified that results in change in dimensions, layout, power requirements, etc.; or if the ENGINEER is required to examine and evaluate any changes proposed by the CONTRACTOR for the convenience of the CONTRACTOR; or if the ENGINEER is required to witness retests of project components, then the ENGINEER's charges in connection with such additional services shall be charged to the CONTRACTOR by the ENGINEER.

1.3.

AGREEMENT Construct WORK under single, all-inclusive AGREEMENT.

SUMMARY OF WORK Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01010-2

1.4.

1.5

LINES, GRADES, AND REFERENCE POINTS A.

Project Stakeout: Lines, grades, and construction staking necessary for the proper prosecution of all the WORK specified here in will be established by CONTRACTOR at his expense by a Professional Land Surveyor licensed in the Commonwealth of Virginia.

B.

Project Control: Ground control and Field surveying has been established during design of the Project by ENGINEER. These points will be provided only one (1) time upon request. All existing grade stakes, reference lines, etc. destroyed by CONTRACTOR during the progress of its WORK will be replaced at CONTRACTOR'S expense.

C.

Field Verification: Where called for on the Drawings and Specifications or, required for accuracy and fit with existing WORK, CONTRACTOR will make its own field measurements to verify any dimensions shown on the Drawings. Consequently, OWNER and ENGINEER present this information only as an approximation and not a guideline. CONTRACTOR shall be responsible for verification prior to submittal.

RESPONSIBILITY REGARDING EXISTING UTILITIES AND STRUCTURES A.

Existing Structures: The existence and location of underground utilities indicated on the Drawings are not guaranteed and shall be investigated and verified in the field by CONTRACTOR before WORK is begun. Excavation in the vicinity of existing structures and utilities shall be carefully performed by hand if deemed appropriate by CONTRACTOR.

B.

Responsibility: CONTRACTOR shall be held responsible for any damages to, and for maintenance and protection of, existing utilities and structures; and, for repair of such to the complete satisfaction of the respective owner(s).

C.

Pre-Existing Conditions: For the protection of both itself and OWNER, CONTRACTOR shall make a survey of adjacent properties before commencing operations. Such a survey shall locate all existing cracks and damage to the existing structures by means of drawings and photographs. "Tell tales" shall be placed as directed by ENGINEER. In addition, a videotape shall be made by the Contractor showing the entire project area prior to commencing work, with copies to be submitted to the ENGINEER and OWNER.

D.

Documentation: A copy of this report shall be filed with ENGINEER. Any refusal of owner(s) of adjacent property to permit entry for purposes of inspection shall be noted in the report. The purpose of filing the report is to document the pre-existing conditions. Any liability resulting from this documentation as provided by the contract is solely the CONTRACTOR’s responsibility.

SUMMARY OF WORK Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01010-3

1.6

E.

Protection of the Work: CONTRACTOR shall continuously maintain adequate protection of all its WORK and materials from damage or theft and shall protect OWNER'S property and all adjacent property from injury or loss arising in connection with activities provided for this Project. CONTRACTOR shall be liable for any such damage, injury, or loss.

F.

Protection of Adjacent Facilities: CONTRACTOR shall take, use, provide, and maintain all necessary precautions, safeguards, and protection to prevent accidents, or injury to persons or property on, about, or adjacent to the site of the WORK. CONTRACTOR shall post danger signs warning against any hazards created by the WORK being done under this CONTRACT. CONTRACTOR shall designate a responsible member of its organization to be responsible for the prevention of accidents on the Project. The name of this person so designated shall be reported in writing to ENGINEER. In an emergency affecting the safety of life, or of the WORK or adjoining property, CONTRACTOR, without special instructions or authorization from ENGINEER or OWNER, is hereby permitted to act, at its discretion, to prevent such threatened loss or injury. It must take such action if so instructed or authorized by ENGINEER or OWNER.

G.

Requirements of Law: CONTRACTOR shall also protect adjacent property as required by law.

APPLICABLE CODES A.

Specified Codes: Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical organization or body, it shall be construed to mean the latest standard, code, specification, or tentative specification adopted and published at the date of Advertisement for Bids, even though reference has been made to an earlier standard; and such standards are made a part thereof to the extent which is indicated or intended.

B.

Non-Specified Codes: When no reference is made to a code, standard, or specification, the standard Specifications of the ASTM, the ASA, the AIEE, or the NEMA or others, as applicable, shall govern.

C.

Permits: CONTRACTOR shall be responsible for compliance with all state and local codes and ordinances. 1.

Louisa County: The OWNER has obtained the necessary agency reviews and approvals for the contract documents. The CONTRACTOR is responsible for posting the performance bond, providing proper documentation and obtaining the Land Disturbance Permit from Louisa County. The CONTRACTOR shall be responsible for complying with all conditions of this permit. If

SUMMARY OF WORK Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01010-4

CONTRACTOR is "shutdown" by Louisa County for non-compliance with this permit, then no extension of time will be granted for such "shutdown".

2.

1.7

1.8

State and Local Codes/Ordinances: CONTRACTOR shall be responsible for compliance with state and local codes and ordinances.

COORDINATION A.

All WORK shall be coordinated with the OWNER and individual property owners and business owners. At least 48 hours Notice will be given for any WORK involving the existing facilities.

B.

The CONTRACTOR shall be responsible for coordinating work between Sapa Extrusion, Inc. (ramp removal company), M Space Holdings, LLC (trailer removal company), and any other necessary companies within the time allotted for this project.

C.

Work shall be performed between June 1, 2015 and July 24, 2015 during which students and teachers will have limited access to the school.

D.

The suggested phasing plans shown on these plans are approximate and are provided for reference only. Actual means, methods, and phasing to be determined by contractor and communicated to the OWNER and ENGINEER.

E.

Delays in the schedule will not be acceptable due to the time restraints of the school calendar. The CONTRACTOR has the responsibility of coordinating all work within the allotted time frame of this project, which will involve extensive communication with the ramp/platform and trailer companies.

EQUIPMENT/MATERIAL GUARANTEE CONTRACTOR shall furnish a written guarantee from the manufacturer of the equipment and material to ENGINEER at the time of completion of WORK and before acceptance of the installation. The guarantee does not apply to any item damaged from misuse, lack of maintenance, alternation, neglect, accident, or wear from normal use. A.

Initial Installation: All equipment/material installed per the Contract Documents shall be free from defect in material or workmanship, and CONTRACTOR shall repair or replace at its expense any such defective equipment for a period of 1 year from the date of Substantial Completion unless otherwise noted in the Contract Documents.

B.

After Installation: CONTRACTOR shall be responsible for repair or replacement of any equipment or material which fails to meet the design requirements as specified which are revealed during fabrication, installation, demonstration and/or acceptance

SUMMARY OF WORK Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01010-5

testing. Repair or replacement of any such equipment/material shall be completed within 60 days at the expense of CONTRACTOR. Liquidated Damages for failure to complete such repair or replacement within the specified time will be assessed in the manner specified in the General Conditions. 1.9

WORK OUTSIDE REGULAR HOURS A.

If the CONTRACTOR desires to perform work outside the regular hours or on Saturday, he shall request permission to work 48 hours in advance to allow arrangements to be made for proper inspection. The OWNER may refuse the CONTRACTOR permission to work if the 48-hour notice is not given or for other just cause. Reasonable efforts shall be made by the CONTRACTOR to avoid undue noise during the night and on Sundays, if it is necessary to work at such times. Under normal circumstances the CONTRACTOR will not be permitted to work on Sundays. Unless specifically scheduled to work outside normal hours by the OWNER in the interest of public safety or convenience, then the CONTRACTOR will be liable for the expense of overtime work required by OWNER’s and/or ENGINEER’s employees. This expense includes but is not limited to OWNER and ENGINEER called to the job site outside normal working hours to resolve problems directly related to the project. Normal or regular working hours are defined as 7:00 a.m. to 5:00 p.m. Monday through Friday. IF CONTRACTOR anticipates working outside normal work hours, he shall notify the ENGINEER and OWNER as soon as possible and no less than 48 hours in advance.

PART 2 - PRODUCTS Not Applicable PART 3 - EXECUTION 3.1

CONSTRUCTION SCHEDULE AND SEQUENCE F.

It shall be the CONTRACTOR'S responsibility to propose a construction schedule to complete all work in the Contract completion time noted in the Information for Bidders and as supplemented herein.

G.

The OWNER shall have the right to the use of completed facilities as they become available, this shall not relieve contractor of this responsibility to complete work on any such facility.

H.

The CONTRACTOR shall ensure that all service connections are maintained

SUMMARY OF WORK Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01010-6

throughout the duration of the project. END OF SECTION 01010 P:\50069782\Specs\01010 - Summary of Work.doc

SUMMARY OF WORK Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01010-7

SECTION 01027 BASIS OF MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1.

SCOPE Under this section of the specifications, the CONTRACTOR shall furnish all necessary labor, machinery, apparatus, tools, materials, equipment, services, and other necessary supplies and perform all work including excavation and backfilling at the unit or lump sum prices for the following items.

PART 2 - PRODUCTS 2.1

PAYMENT FOR STORED MATERIALS Payment will be made for materials stored on-site for which a paid invoice or other proof of payment is made within 30 days of receipt.

2.2.

ITEMS INCIDENTAL TO THE WORK Any item not specifically referenced in the Bid Schedule but required by the plans and specifications shall be considered incidental to the work. The cost for these items shall be included in the most appropriate Bid Item.

2.3.

BID FORM ITEMS Item No.: 1.

Removal of Fire Security and Data Wiring – The removal of fire security and data wiring shall be paid for on a lump sum basis. The price in this bid item shall include all cost required to remove this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

2.

Removal of all Electrical Wiring and Abandonment of all Conduit – The removal of all electrical wiring and abandonment of all conduit shall be paid for on a lump sum basis. The price in this bid item shall include all cost required to remove this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

BASIS OF MEASUREMENT AND PAYMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01027-1

3.

Demolition of Wooden Coverings over Fire Security and Data Lines – The demolition of wooden coverings over fire security and data lines shall be paid for on a per structure basis. The price in this bid item shall include all cost required to remove this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

4.

Removal of all Electrical Panel Boxes – The removal of all electrical panel boxes shall be paid for on a per box basis. The price in this bid item shall include all cost required to remove this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

5.

Demolition of Temporary Sidewalks – The demolition of temporary sidewalk shall be paid for on a square yard basis. The price in this bid item shall include all cost required to remove this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

6.

Cut and Cap all Sanitary Laterals – Cut and cap all sanitary laterals shall be paid for on a per lateral basis. The price in this bid item shall include all cost required to remove this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

7.

Remove Water Meters and Cap Laterals – The removal of water meters and capping of waterline laterals shall be paid for on a per lateral basis. The price in this bid item shall include all cost required to remove this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

8.

Repair Asphalt due to Trailer Anchors –The repair due to the trailer anchors shall be paid on a per repair basis. The price in this bid item shall include all cost required to repair this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

9.

Curb and Gutter Repair –Curb and gutter repair shall be paid for on a square foot basis, as needed as determined by the owner. The price in this bid item shall include all cost required to repair this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

BASIS OF MEASUREMENT AND PAYMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01027-2

10.

Sidewalk Repair –Sidewalk Repair shall be paid for on a square foot basis, as needed as determined by the owner. The price in this bid item shall include all cost required to repair this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

11.

Asphalt Repair –Asphalt Repair shall be paid for on a square foot basis, as needed as determined by the owner. The price in this bid item shall include all cost required to repair this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

12.

Demolish and Reconstruct Existing Tennis Courts – Tennis Court Demolition and Reconstruction shall be paid for on a square foot basis. The price in this bid item shall include all cost required to complete this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

13.

Mill and Resurface Parking Lot –The milling and resurfacing of the parking lot shall be paid for on a square yard basis. The price in this bid item shall include all cost required to mill and resurface this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

14.

Mill and Resurface Drive Aisle – The milling and resurfacing of the drive aisle shall be paid for on a square yard basis. The price in this bid item shall include all cost required to mill and resurface this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

15.

Replace Tennis Court Chain Link Fence –The replacement of the tennis court chain link fence shall be paid for on a linear foot basis. The price in this bid item shall include all cost required to replace this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

16.

Paint Pavement Markings –The paint pavement markings shall be paid for on a linear foot basis. The price in this bid item shall include all cost required to install this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

BASIS OF MEASUREMENT AND PAYMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01027-3

2.4

17.

Electrical Work/Parking Lot Site Lighting –All required electrical work and site lighting items shall be paid for on a lump sum basis. The price in this bid item shall include all cost required to complete this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

18.

Tennis Court Lighting –All required electrical work and tennis court lighting items shall be paid for on a lump sum basis. The price in this bid item shall include all cost required to complete this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

19.

Landscaping –The landscaping items shall be paid for on a lump sum basis. The price in this bid item shall include all cost required to install this bid item which is not specifically included in another bid item. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

20.

Relocation of Trailers to Jouett Elementary School – The relocation of existing trailers shall be broken out and paid for on a lump sum basis. A price shall be submitted to relocate four trailers from Louisa County Middle School to Jouett Elementary School. A separate price, (20A), shall be submitted which includes all costs required to setup and install the trailers at the Jouett Elementary site. This bid item which is not specifically included in another bid item, as well as all costs associated with reinstallation of ramps and landings per building regulations. The pay item includes but is not limited to all work and materials shown on the plans and specifications.

21.

Cafeteria Cooler and Freezer – Dissemble and relocation of outside Cafeteria Cooler and Freezer to a site at the existing Maintenance Facility. Relocation shall be performed by an authorized dealer so that current warranties are maintained. A separate price, (21A), shall be submitted which includes the re-assembly and installation of the outside Cooler and Freezer. Re-assembly and installation shall be performed by an authorized dealer so that current warranties are maintained. The Owners shall be responsible for providing an adequate concreate pad for these units.

ROCK Rock excavation is unclassified for this Project. A.

Unclassified: No additional payment will be made for rock excavation.

BASIS OF MEASUREMENT AND PAYMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01027-4

PART 3 - EXECUTION 3.1.

PAY ITEMS The items listed herein before are the same items listed in the Bid herein before and constitute all of the pay items in this contract. Any other items of work listed in the Specifications, or shown on the Drawings, shall be considered incidental to the above items.

3.2.

3.3.

REQUIREMENTS FOR PARTIAL PAYMENTS A.

Partial Payment requests will be made on an approved form. The Contractor will attach copies of invoices for all materials included in the Payment Request. Payments will be made on all major items of materials stored on site; however, the Owner will not pay for miscellaneous incidental materials stored on site, nor for any materials stored off site.

B.

The effective date for Partial Payment shall be established during the PreConstruction Conference. Requests for payment shall be evaluated on the basis of work completed as of the effective date, not on the basis of projected work completed.

C.

Retainage for Partial Payments from the Owner shall be in accordance with the General Conditions.

D.

The work to be performed under the Contract will commence with the date established in the Notice to Proceed. Substantial Completion shall be achieved within the time period stated in the Bid Proposal.

E.

Prior to the Pre-Construction Conference, the Contractor shall submit the following: 1. List of principal Subcontractors and Suppliers 2. Schedule of Values 3. Progress Schedule and first progress report 4. Schedule of Submittals and Shop Drawings 5. Copies of building permits, other required permits, and similar start-up-up authorization certifications.

FINAL PAYMENT A.

Final Payment may be requested when the Engineer is satisfied and the following conditions have been fulfilled: 1. Complete close-out requirements specified in Section 01700 Project Closeout.

BASIS OF MEASUREMENT AND PAYMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01027-5

2.

Complete work listed as incomplete at time of Substantial Completion or otherwise assure Owner of subsequent completion of individual incomplete items. Cost of uncompleted items required under the contract shall be assessed by the Engineer and an amount equal to double the estimated cost to complete the item(s) shall be withheld until the work is completed and approved by the Engineer.

3.

Settle liens and other claims or assure Owner of subsequent settlement. Execute and submit to Engineer for approval, five (5) copies each of Contractor’s Affidavit of Payment of Debts and Claims and Contractor’s Affidavit of Release of Liens.

4.

Submit proof of payment on fees, taxes, and similar obligations.

5.

Transfer operational, access, security, and similar provisions to Owner and remove temporary facilities, tools, and similar items.

6.

Obtain consent of surety for final payment. Execute and submit to Engineer for approval, five (5) copies of Consent of Surety to Final Payment.

END SECTION 01027 P:\50069782\Specs\01027 - Basis of Measurement and Payment.doc

BASIS OF MEASUREMENT AND PAYMENT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01027-6

SECTION 01041 CONSTRUCTION SCHEDULE AND SEQUENCE PART 1 1.1

GENERAL

SUMMARY This Specification shall cover all work on the project including work on or at existing facilities which must remain in operation. A.

Intent: It shall be CONTRACTOR'S responsibility to propose a construction schedule to complete all work in the contract completion time noted in the Information for Bidders and as supplemented herein.

B.

Use of Facility: OWNER shall have the right to the use of completed facilities as they become available, this shall not relieve CONTRACTOR of his responsibility to complete work on any such facility.

C.

Schedule: The Contractor is responsible for the sequencing, scheduling and coordinating of the Work, for monitoring the progress of the Work, and for taking appropriate action to keep the Work on schedule. The Contractor shall prepare and submit a preliminary schedule for accomplishing the Work based upon the completion time stated in the Contract. A draft copy of the preliminary schedule will be available at the Pre-Construction Conference. A fully complete progress schedule for accomplishing the work must be submitted in like manner no later than thirty (30) days after signing the Contract. No progress payments will be made to the Contractor until after he has submitted a preliminary schedule which is acceptable to the Owner. Neither the second progress payment nor any subsequent payment shall be made to the Contractor until he has submitted a fully complete and updated progress schedule. The CONTRACTOR shall be responsible for coordinating work between Sapa Extrusion, Inc. (ramp removal company), M Space Holdings, LLC (trailer removal company), and any other necessary companies within the time allotted for this project. Work shall be performed between June 1, 2015 and July 24, 2015 during which students and teachers will have limited access to the school. The suggested phasing plans shown on these plans are approximate and are provided for reference only. Actual means, methods, and phasing to be determined by contractor and communicated to the OWNER and ENGINEER. Delays in the schedule will not be acceptable due to the time restraints of the school calendar. The CONTRACTOR has the responsibility of coordinating all work within the allotted time frame of this project, which will involve extensive communication with the ramp/platform and trailer companies. Failure to provide a satisfactory preliminary or final schedule for accomplishing the work within the time provided above shall be a breach of contract for which the

CONSTRUCTION SCHEDULE AND SEQUENCE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01041 - 1

Owner may terminate the Contract in the manner provided in the General Conditions. The schedule shall indicate the estimated starting and completion dates for each major element of the work. The actual progress of those elements of the work will be reported monthly at the time of submission of the request for payment. If any elements of the Work are behind schedule, regardless of whether they may prevent the Work from being completed on time, the Contractor must indicate in writing what measures he is taking and plans to take to bring each such element back on schedule and to insure that the time of completion is not exceeded. In the event the completion date indicated by the schedule exceeds the Contract completion date, the assumptions and time estimates used to develop the schedule and plan will be reviewed, changes made, and a new schedule developed. This procedure shall be repeated, as necessary, to provide a Plan and Schedule meeting the Contract completion date. D.

Project Control: The Contractor shall review progress no less than each month, but as often as necessary to properly manage the project and stay on schedule. The Contractor shall collect and preserve information on Change Orders, including extensions of time. The Contractor shall evaluate this information and update the schedule as necessary to finish within the contractually allowed time. The scheduled completion date shall be within the period of time allowed by the Contract for completion of construction, as amended by Change Order.

E.

Progress Graph: A progress graph showing the work completed to date in comparison with the work scheduled for completion and the overall project work schedule shall be provided with each monthly request for payment. The form of the graph shall be approved by the Engineer and the Owner; however, a bar graph/chart or a CPM schedule marked, colored or annotated to reflect the above will usually satisfy this requirement.

F.

Progress Delay: Should any of the following conditions exist, the Engineer or Owner may require the Contractor to prepare, at no extra cost to the Owner, a plan of action and a recovery schedule for completing the Work by the contractual completion date. The plan of action and recovery schedule shall explain and display how the Contractor intends to regain compliance with the original schedule. The plan of action and recovery schedule, when required, shall be submitted and approved prior to submission of the next monthly request for payment. 1.

Should the Contractor’s monthly progress report indicate delays such that a recovery schedule is required.

2.

Should the schedule show the Contractor to be thirty (30) or more days behind schedule at any time during construction up to thirty (30) days prior to the scheduled substantial completion date.

3.

Should the Contractor request to make changes in the schedule which, in the opinion of the Engineer or the Owner, are of a major nature.

CONSTRUCTION SCHEDULE AND SEQUENCE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01041 - 2

G.

1.2

RELATED SECTIONS A.

1.3

The Contractor shall prepare a schedule satisfactory to the Engineer and the Owner fixing the dates for the beginning and completion of the placing of orders for and the manufacture, the testing and the installation of materials, supplies and equipment, which schedule shall be subject to change from time to time in accordance with the progress of the work.

Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications.

SUBMITTALS A.

Project Schedule: CONTRACTOR will provide a tentative project schedule at the Pre-Construction Conference for discussion. Progress graphs and updated schedules shall be submitted as required.

B.

Project Cost Breakdown: CONTRACTOR shall submit for ENGINEER'S and OWNER'S approval a tabulated cost breakdown of the project. The cost breakdown will be a format, using lump sum, units, unit pricing, etc. such that ENGINEER and OWNER will be able to assess the percentage of completion of the project and determine a prorated payment for work in place and materials on hand for each pay period. CONTRACTOR shall submit a draft of the cost breakdown at the PreConstruction conference for discussion.

PART 2 -

PRODUCTS

Not Applicable. PART 3 -

EXECUTION

Not Applicable.

END OF SECTION 01041

P:\50069782\Specs\01041 - Construction Schedule and Sequence.DOC

CONSTRUCTION SCHEDULE AND SEQUENCE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01041 - 3

SECTION 01300 SUBMITTALS

PART 1 - GENERAL 1.1

GENERAL REQUIREMENTS A.

The Contractor shall provide samples and shop drawings as requested under the specifications in accordance with the following requirements. When the Work of the Project is divided into separate Contracts, each Prime Contractor shall provide submittals directly to the Engineer. No materials shall be used in the work which do not equal the approved samples or shop drawings.

B.

Materials or appliances requiring approval must not be fabricated or incorporated into the work until approval has been given. The approval or acceptance of samples shall not preclude the rejection of any material upon the discovery of defects prior to the final acceptance of the complete work.

C.

After a material has been approved, no change in brand or manufacturer will be permitted unless satisfactory written evidence is presented to, and approved by the Engineer, that the manufacturer cannot make scheduled delivery of approved material, or that other conditions are apparent which indicate the approval of such substitute materials to be in the best interest of the Owner.

D.

Samples, shop drawings, material lists, manufacturers' literature, and other required information shall be submitted in sufficient time, and clearly marked, to permit proper consideration and action on same before any materials which such samples, shop drawings, and information represent are delivered to the site. The Contractor shall be held responsible for any delay in the progress of the Work which may be due to his failure to observe these requirements.

E.

Shop drawings and samples shall be submitted to the Engineer in sufficient quantity to permit the Engineer to retain four (4) copies and return the number of copies required by the Contractor.

F.

Any submittal which requires the selection of color by the Engineer shall be submitted such that all color selections can be made at the same time. Submittals shall be held by the Contractor for a single submittal of all items requiring color choice or sufficient time will be allowed for the Engineer to receive all submittals to prepare a comprehensive color selection.

G.

Contractor shall provide a letter from the manufacturer stating conformance to the Buy American requirements of the American Recovery and Reinvestment Act with each formal submission. If this letter is not provided with the submittal package, it

SUBMITTALS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01300-1

will be returned without review. PART 2 - SAMPLES 2.1

2.2

SAMPLES A.

Samples and mock-ups shall be submitted in duplicate except where a greater number is specifically required by the specifications.

B.

Samples and manufacturers' literature shall be forwarded (prepaid) to Engineer's office accompanied with a transmittal letter containing the following information: name of project, contractor, description of product, manufacturer, model number, ASTM or Federal Specification number where applicable. Catalogs shall be marked to indicate specific items submitted for approval.

C.

Samples which are rejected by the Engineer must be re-submitted as soon as possible after notification of rejection and shall be marked "Re-submitted Sample" in addition to other required information.

D.

The right shall be reserved to require submission of samples of any material or any material lists, whether or not particularly mentioned in the Specifications.

SHOP DRAWINGS A.

Submission of shop drawings shall comply with the following requirements: 1.

The shop drawings shall be clearly marked and submitted sufficiently in advance of the work which they cover to afford ample time for checking, correcting, and rechecking if necessary. No claim for delay will be granted the Contractor if caused by his failure to comply with the requirements of this Section.

2.

Before submitting for approval, the Contractor shall check all shop drawings, including those submitted by subcontractors, for accuracy and to ascertain that all work contiguous with and having bearing on other work shown on the shop drawings is accurately drawn, and that the work shown is in conformity with the contract requirements. The Contractor shall also verify that a letter of conformance to the Buy American requirements of the American Recovery and Reinvestment Act is included with each submittal.

3.

Shop drawings submitted for approval shall bear the Contractor's stamp of approval as evidence that such drawings and details have been checked by the Contractor. The submission of shop drawings (in either the original submission or when resubmitted with corrections) constitutes evidence that the Contractor has checked all information therein, and that he accepts and is

SUBMITTALS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01300-2

willing to perform the work, as shown, in a workmanlike manner and in accordance with the best standard practices. 4.

No claim for an extra shall be based on work shown on the shop drawings, unless such claim is noted on the Contractor's transmittal letter accompanying the shop drawings. The Contractor's approval stamp shall contain the following statement: "The equipment and material shown and marked in this submittal is that proposed to be incorporated into this Project, and has been checked for and is in compliance with the Contract Documents unless otherwise shown in bold face type or lettering and listed on a page or pages headed "DEPARTURES FROM CONTRACT DOCUMENTS," and can be installed in the allocated spaces. Checked By: ________________________ Date: _________________ The person signing the stamp shall be one designated in writing by the Contractor as having that authority. The signature shall be handwritten in ink. Stamped signatures are not acceptable.

5.

B.

The Engineer's approval of shop drawings and schedules shall not relieve the Contractor from responsibility for deviation from drawings and specifications unless he has in writing called the Engineer's attention to such deviations at the time of submission. The Engineer's approval shall not relieve Contractor from responsibility for errors of any sort on shop drawings or schedules.

ENGINEER'S ACTION: Review is only for conformance with the design concept of the project. Markings or comments do not relieve the CONTRACTOR from compliance with the contract documents nor allows departure therefrom. The CONTRACTOR remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes, for technique of assembly, for coordination of the work with all trades, and for performing this work in compliance with the contract documents. Where action and return is required or requested, ENGINEER will review each submittal, mark with "Action". 1.

Final Unrestricted Release: Work may proceed, provided it complies with Contract Documents, when submittal is returned with the following marking: "No Exceptions Taken"

SUBMITTALS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01300-3

2.

Final-But-Restricted Release: Work may proceed, provided it complies with notations and corrections on submittal and with Contract Documents, when submittal is returned with the following marking: "Make Changes Noted"

3.

Returned for Re-submittal: Do not proceed with work. Revise submittal in accordance with notations thereon, and resubmit without delay to obtain a different action marking. Do not allow submittals with the following marking (or unmarked submittals where a marking is required) to be used in connection with performance of the work: "Revise and Resubmit"

4.

Returned for Non-Compliance: Do not proceed with work. Product submitted does not comply with Contract Documents. Resubmit for product complying with the requirements of the Contract Documents. Do not allow submittals with the following marking to be used in connection with performance of the work: "Not Approved" or "Rejected"

PART 2 - PRODUCTS Not Applicable

PART 3 - EXECUTION Not Applicable

END OF SECTION 01300

P:\50069782\Specs\01300 - Submittals.doc

SUBMITTALS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01300-4

SECTION 01500 TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL 1.1

SCOPE A.

1.2

COST OF TEMPORARY SERVICES A.

1.3

Refer to General Conditions for requirements for the Contractor to provide temporary facilities as required for performance of the Work and fulfillment of the Contract. This section specifies certain minimum temporary facilities to be provided by Contractor regardless of methods and means selected for performance of the Work. This section is not intended to limit the Contractor's provisions for temporary facilities nor does it assure compliance with local governing regulations. Use of alternate provisions for temporary facilities is the Contractor's option, subject to the Engineer's acceptance. Temporary facilities are defined to exclude tools and construction machines, testing, demolition, alterations, soil borings, mock-ups and similar items.

Costs for temporary services, utilities and facilities, unless otherwise specifically indicated shall be the responsibility of the Contractor.

SEPARATE PRIME CONTRACTORS A.

When the Project Work is divided into more than one Contract, each Contractor will be responsible for an equitable share in the cost of producing and maintaining temporary facilities. The General Construction Contractor will be responsible for all temporary facilities described herein. The Engineer will approve assessments by the General Construction Contractor for the use of these temporary facilities by the other Prime Contractors.

B.

Each Prime Contractor will be responsible for providing his own Field Office and Materials Storage.

C.

Installation of temporary electrical and water service shall be provided by the Contractor.

D.

Any utilities which are disturbed shall be repaired at the expense of the Contractor who is responsible for damages.

TEMPORARY FACILITIES AND CONTROLS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01500 - 1

PART 2 - PRODUCTS 2.1

MATERIALS STORAGE A.

2.2

2.3

2.4

FENCING AND BARRICADES A.

Provide fences and barricades and protection devices sufficient to prevent injury to persons or damage to property in accordance with all Safety Requirements of applicable standards, codes, ordinances, and insurance agencies.

B.

Provide temporary walkways as necessary for safe, uninterrupted pedestrian traffic.

SCAFFOLDING AND SHORING A.

Provide scaffolding, ramps, runways, platforms, guards, rails, stairs, and ladders as necessary for this work.

B.

Meet all safety requirements of applicable standards, codes, ordinances, and insurance agencies.

C.

Provide lights and signs to prevent damage or injury.

D.

Provide all shoring, bracing and sheeting as required for safety and proper execution of the Work. Remove when no longer required.

LIFTING AND HOISTING A.

2.5

Provide suitable and sufficient enclosed and covered spaces, with raised flooring, to protect materials and equipment subject to damage by weather or construction. Materials stored on site which have not been properly protected shall not be acceptable for use in construction or approved for payment.

Provide hoists, temporary elevators, lifts, cranes, and towers necessary for expediting the handling of materials.

TOILETS A.

Provide adequate and sanitary temporary outside toilet facilities for use of persons working at site. Provide toilet facilities with adequate light and ventilation and toilet tissue in suitable holder. Comply with applicable legal and health requirements. Toilet facilities shall be secluded from public observation and shall not create nor allow a public nuisance. Temporary sanitary facilities shall be removed upon completion of the work and the premises shall be left clean. Workmen shall not use permanent washroom facilities in existing facilities or new work except by written permission of the Owner.

TEMPORARY FACILITIES AND CONTROLS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01500 - 2

2.6

2.7

2.8

2.9

ELECTRICITY A.

Make arrangements for, and provide temporary equipment, poles, wiring, switches, and outlets necessary to provide an adequate supply of electricity for lighting and power for construction purposes. Cost of temporary service shall be borne by the Contractor.

B.

The Contractor shall make arrangements for meter installation, service connections, and wiring to meet the requirements of completed project.

WATER A.

Make arrangements for, and provide temporary equipment and piping necessary to provide an adequate supply of water for construction purposes. Cost shall be borne by the Contractor.

B.

The Contractor shall make arrangements for main connection, and incoming pipes to meet requirements of completed project.

HEAT A.

The General Contractor shall provide temporary heat during the course of the project to provide protection for the workmen and all installed materials and equipment during cold weather. The technical specifications outline minimum temperatures required for various portions of the Work.

B.

The General Contractor shall pay for fuel and attendance of the permanent heating system for all heat during construction to maintain the integrity of the building and all installed equipment until the project is accepted by the Owner as Substantially Complete.

C.

Temporary Heating shall be of a type approved by the Engineer and complying with all applicable safety and fire code regulations.

PUMPING AND DRAINING A.

2.10

Provide pumping equipment to keep construction and storage areas free from standing water that could cause damage or that would interfere with the work.

TELEPHONE A.

Provide and pay for telephone service for use of job personnel, Engineer, and Owner's Representative working on the site. Limit use to business calls.

TEMPORARY FACILITIES AND CONTROLS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01500 - 3

2.11

2.12

ACCESS A.

The Project Site shall at all times be accessible for delivery of construction materials and equipment. Maintenance of access points and access roads, loading and unloading areas and directional signage shall be the responsibility of the Contractor.

B.

CONTRACTOR to maintain bus loop access to school traffic at all times, except during milling and resurfacing of bus loop as shown on the plans. CONTRACTOR shall coordinate the closing of the bus loop with Louisa County Public School personell.

C.

Provide signage and barricades to clearly direct pedestrian and construction traffic.

D.

Any damage to existing paved surfaces, curbing, landscaping, etc. shall be restored or repaired by the Contractor.

E.

Stabilize parking areas and access roads with a base of crushed stone as soon as practicable after finish grading.

FIRST AID FACILITIES A.

2.13

The Contractor shall provide at the site, such reasonable equipment and facilities as are necessary to supply first aid to any of his personnel who may be injured in connection with the work.

BARRICADES, WARNING SIGNS, AND LIGHTS A.

Contractor shall provide, erect and maintain as necessary, strong and suitable barricades, fencing, danger signs and warning lights and as may be required for the safety of all those employed in the work, visiting the construction site, and for the general public.

PART 3 - EXECUTION 3.1

GENERAL A.

Maintain all temporary facilities until the project has reached Substantial Completion and is accepted by the Owner.

B.

Provide sheds and covered spaces suitable for storage of materials and equipment requiring protection as approved by the Engineer.

C.

Erect and maintain scaffolding, ramps, platforms, guards, rails, stairs, and ladders as necessary for this work to meet all applicable safety laws and ordinances.

TEMPORARY FACILITIES AND CONTROLS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01500 - 4

3.2

3.3

D.

Maintain safety lights signage and other safety provisions. Keep safety lights burning from twilight to dawn.

E.

Install lifting and hoisting equipment to meet all applicable safety requirements.

F.

Maintain adequate toilet facilities and keep toilets in clean and sanitary condition.

G.

Make arrangements and install temporary water, electric, and telephone service required for the project.

H.

Maintain temporary heating system during cold weather to adequately protect the work in place or work being placed. Specific requirements for environmental conditions can be found in the technical sections of the Specifications.

I.

Pump or drain water to keep work and storage area free from water which could interfere with the work, or could cause damage. Distribute discharge to prevent erosion.

J.

Remove all temporary work at the completion of the project, unless directed otherwise by the Engineer.

K.

Clean spaces that were occupied by temporary work. Periodically, and as directed by the Engineer, remove all debris and rubbish from the site.

L.

Comply with the project’s Storm Water Pollution Prevention Plan.

ACCIDENT A.

The Contractor shall promptly report in writing to Owner and Engineer all accidents what-so-ever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witnesses.

B.

If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer.

C.

If any claim is made by anyone against the Contractor or a subcontractor on account of any accidents, the Contractor shall promptly report the facts in writing to the Owner and Engineer, giving full details of the claim.

ACCOMMODATION OF TRAFFIC A.

During the progress of the work; streets, driveways, sidewalks, and crossings shall be kept open for the passage of traffic and pedestrians and shall not be unnecessarily obstructed unless authorized by the authority having jurisdiction over same. The Contractor shall take such measures at his own expense, as may be necessary to keep

TEMPORARY FACILITIES AND CONTROLS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01500 - 5

the street open for traffic, and shall give advance notice to the Fire and Police Departments of his proposed street operations.

3.4

B.

Warning signs shall be provided along all highways while work is in progress; and where traffic direction is required flagmen shall be designated by the Contractor to direct traffic past the equipment, machinery, or construction operations. Barricades and lights shall be provided as required to protect traffic. Where trenches have been cut in road shoulders on which traffic may pass at times, red flags and warning signs shall be placed at frequent intervals and maintained until the shoulder is safe for travel. The traveling public shall be warned of the construction with signing that is in accordance with VDOT policy.

C.

The Contractor shall notify Louisa County and VDOT five working days in advance of work in highway right-of-way, and shall fully cooperate with all parties.

D.

The Contractor shall construct and maintain, without extra compensation, such adequate and proper bridges over excavations as may be necessary or directed for the purpose of accommodating pedestrians or vehicles.

E.

All temporary means constructed by the Contractor for maintaining traffic shall be removed upon completion of the work unless otherwise specified by the Engineer and any damage done to public or private property shall be corrected or other action taken to restore to original condition by the Contractor.

F.

All dirt spilled from the Contractor's trucks on existing pavements over which it is hauled or which has otherwise been deposited thereon shall be removed by the Contractor whenever in the opinion of the Engineer the accumulation is sufficient to cause the formation of mud, dust, interference with traffic or create a traffic hazard.

PUBLIC CONVENIENCE AND PROTECTION A.

During progress of the work, the convenience and protection of the public shall be provided for, and interference’s held to a minimum.

B.

The Contractor shall, at all times, conduct the work in such a manner as to insure the least practicable obstruction to public travel. The convenience of the general public and of the residents along or adjacent to the area of the work shall be provided for in a satisfactory manner, consistent with the operation and local conditions. Road and streets must be kept open at all times or suitable detours provided. Access to fire hydrants and other fire extinguishing equipment shall be provided and maintained at all times.

C.

When necessary, for the protection of the public, the Contractor shall provide watchmen and/or lights to burn between twilight and sunrise, and shall erect and maintain barriers and all other necessary protection around the work at his own

TEMPORARY FACILITIES AND CONTROLS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01500 - 6

expense. He shall also take other precautions as may be necessary to protect life and property. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to the protection of the work after twenty-four (24) hours notice in writing; and, in cases of emergency, the Owner shall have the right to remedy any neglect without previous notice, and in either case deduct the cost of such remedy from money due the Contractor.

3.5

PERIODIC CLEAN UP; BASIC SITE RESTORATION A.

During construction, the CONTRACTOR shall regularly remove from the site of the work all accumulated debris and surplus materials of any kind which result from his operations. Unused equipment and tools shall be stored at the CONTRACTOR'S yard or base of operations for the project.

B.

When the work involves installation of sewers, drains, water mains, manholes, underground structures, or other disturbance of existing features in or across streets, rights-of-way, easements, or private property, the CONTRACTOR shall (as the work progresses) promptly backfill, compact, grade, and otherwise restore the disturbed area to the basic condition which will permit resumption of pedestrian or vehicular traffic and any other critical activity or functions consistent with the original use of the land. All work within 500 feet of the forward progress shall be complete with the exception of testing. The CONTRACTORS forward progress is subject to being suspended if in the opinion of the ENGINEER the above requirement is not met. The requirements for temporary paving of streets, walks, and driveways are specified elsewhere. Unsightly mounds of earth, large stones, boulders, and debris shall be removed so that the site presents a neat appearance.

C.

The CONTRACTOR shall perform the clean-up work on a regular basis and as frequently as ordered by the ENGINEER. Basic site restoration in a particular area shall be accomplished immediately following the installation and/or completion of the required facilities in that area. Furthermore such work shall also be accomplished, when ordered by the ENGINEER, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances.

D.

Upon failure of the CONTRACTOR to perform periodic clean-up and basic restoration of the site to the ENGINEER'S or OWNER'S satisfaction, the OWNER may, upon five (5) days prior written notice to the CONTRACTOR, without prejudice to any other rights or remedies of the OWNER, cause such work for which the CONTRACTOR is responsible to be accomplished to the extent deemed necessary by the ENGINEER or OWNER, and all costs resulting therefrom shall be charged to the CONTRACTOR and deducted from the amounts of money that may be due him. The CONTRACTOR shall receive no consideration for time extension or compensation for production time lost while not in compliance with the requirements for clean up.

TEMPORARY FACILITIES AND CONTROLS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01500 - 7

E.

The CONTRACTOR shall promptly replace or restore all existing improvements and facilities such as mailboxes, signs, ornamental or decorative items, etc. that are temporarily removed to facilitate construction. Improvements and facilities that are damaged by the CONTRACTOR during the course of construction shall be promptly replaced at the CONTRACTOR'S expense. END OF SECTION 01500

P:\50069782\Specs\01500 - Temp Facilities.doc

TEMPORARY FACILITIES AND CONTROLS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01500 - 8

SECTION 01700 PROJECT CLOSEOUT

PART 1 - GENERAL 1.1.

SUMMARY A.

1.2

RELATED SECTIONS A.

1.3

This Section provides for the orderly and efficient transfer of the WORK from the CONTRACTOR to OWNER.

The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications.

SUBMITTALS A.

Guarantees/Warranties: Four (4) copies of all guarantees, warranties and bonds called for in these Specifications commencing on the date of Substantial Completion.

B.

Owner's Receipt of Equipment: Obtain signature of OWNER or its authorized representative on an exact duplicate of "Owner's Receipt of Equipment and Materials Specified to be Furnished Directly to the Owner" and submit two (2) copies of this form to the ENGINEER.

C.

Governmental Compliance: Provide evidence of compliance with requirements of governmental agencies having jurisdiction, but not necessarily limited to: 1.

Certificates of Inspection

E.

Insurance: Provide four (4) copies of Certificates of Insurance for products and completed operations.

F.

Affidavit of Payment of Claims: Provide evidence of payment and release of liens.

G.

List of Project Participants: Provide a list of subcontractors, service organizations, and principal vendors, including names, addresses, and telephone numbers where they can be reached for emergency service at all times including nights, weekends, and holidays.

PROJECT CLOSEOUT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01700-1

1.4

WARRANTY A.

Guarantee: CONTRACTOR warrants the equipment and/or materials delivered and installed under the AGREEMENT are free from defects in design, material or workmanship, and against damage caused prior to final inspection. Unless otherwise specified, this warranty extends for a period of 1 year from the date of Substantial Completion.

B.

Prompt Repair: CONTRACTOR shall promptly repair or replace all defective or damaged items delivered under the AGREEMENT. CONTRACTOR may elect to have any replaced item returned to its plant at its sole expense.

C.

Owner's Option: In the event of equipment and/or materials failure, during such time or in such a location that immediate repairs are mandatory, CONTRACTOR shall respond promptly, regardless of time. If CONTRACTOR is not available, OWNER personnel or other contractors, secured by OWNER, will effect repairs. CONTRACTOR shall then reimburse OWNER for parts and labor and/or other contractors costs necessary to correct deficiencies as defined within the warranty clause and time.

PART 2 2.1

PRODUCTS

SUBSTANTIAL COMPLETION A.

Record Drawings: The CONTRACTOR shall maintain an accurate set of Record Drawings and Specifications as called for in the Supplemental Conditions. Prior to Substantial When the WORK is divided in to separate contracts, each Prime Completion, CONTRACTOR shall prepare marked prints showing the installed locations and sizes of all underground or concealed portions of the WORK that are different from those shown in the Contract Documents. These Drawings shall be based on the set kept at the Project site and shall also show any other changes made to the Project during construction. These Drawings shall be submitted to ENGINEER at completion of the WORK. As-built information shall include the following as a minimum, where applicable: 1.

Size, horizontal and vertical location of any existing utilities uncovered during the course of the work. This shall include telephone cables and conduits, fiber-optic cables and conduits, television cables, electrical cables and conduits, gas lines, water lines, sewer force mains, sanitary sewers, storm sewers, and the like.

2.

Location of lines plugged or capped.

PROJECT CLOSEOUT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01700-2

B. 2.2

3.

Swing ties to all structures installed such as manholes, air vents, hydrants, valve boxes, blowoffs, cleanouts, and the like.

4. 5.

Sizes and types of materials used and changes in sizes and types of materials. Location of all sleeves, bends, and other fittings including method of restrainment used; for example, thrust block, retainer glands, tie rods, and the like.

6.

The Record Documents are a specific contract requirement of the Contractor. Final payment will not be issued until said documents have been submitted to the Engineer in an acceptable form.

Owner’s Manuals: Not Applicable

WARRANTIES: Four (4) copies of warranties shall be submitted prior to substantial completion for equipment installed.

PART 3 - EXECUTION 3.1

SUBSTANTIAL COMPLETION PROCEDURES A.

Owner's Use: The following procedures are to be applied towards OWNER'S utilizing the Project: 1.

Initial Punch List: Within a reasonable time after receipt from CONTRACTOR of a comprehensive list of items which need to be completed or corrected, the ENGINEER will determine status of completion.

2.

Incomplete Work: Should ENGINEER determine that the WORK is not substantially complete: a. b. c.

3.

Notification: ENGINEER will promptly so notify CONTRACTOR, in writing, given the reasons therefor. Contractor Remedy: CONTRACTOR shall promptly remedy the deficiencies and notify ENGINEER when ready for inspection. Additional Cost: The cost of reinspection for Substantial Completion will be borne by CONTRACTOR.

Completed Work: When ENGINEER concurs that the WORK is substantially complete: a.

Releases/Consent of Surety: Contractor shall forward a completed "Release and Waiver of Claims" and "Consent of Surety" to

PROJECT CLOSEOUT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01700-3

ENGINEER prior to ENGINEER'S preparation of the "Certificate of Substantial Completion" and the list of items to be completed or corrected by CONTRACTOR. b.

4.

3.2

3.4

Retainage: Retainage to be withheld after Substantial Completion until final completion will be an amount equal to two (2) times the value of WORK remaining to be completed as determined by ENGINEER.

INSTRUCTIONS TO OWNER A.

3.3

Engineer's Acceptance: ENGINEER will submit the Certificate to OWNER and to CONTRACTOR for their written acceptance of the responsibilities assigned to them in the Certificate.

Operation and Maintenance: CONTRACTOR shall instruct OWNER or its authorized representative in the proper operation and maintenance of all elements of the Project systems as specified.

CLEAN-UP/RESTORATION A.

Definition: Except as otherwise specifically provided, "clean" (for the purpose of this Section) shall be interpreted as meaning the level of cleanliness generally provided by VDOT roadway construction projects.

B.

General: Prior to completion of the WORK, remove from the job site all tools, surplus materials, equipment, scrap, debris, and waste. Conduct final progress cleaning as described above. Restore all disturbed areas to a condition equal to or better than that prior to construction.

C.

Site: Unless otherwise specifically directed by ENGINEER, hose down all paved areas on the site. Completely remove all resultant debris.

D.

Timing: Schedule final cleaning as approved by ENGINEER, to enable OWNER to receive a completely clean Project.

FINAL COMPLETION A.

Notification: Prepare and submit to ENGINEER a written notice that the Project is complete and ready for final inspection and acceptance.

B.

Verification: Verify that the WORK is complete.

C.

Certification: CONTRACTOR shall certify that:

PROJECT CLOSEOUT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01700-4

D.

3.5

1.

Review: Contract Documents have been reviewed

2.

Inspection: WORK has been inspected for compliance with the Contract Documents.

3.

Completeness: WORK has been completed in accordance with the Contract Documents.

4.

Testing: Equipment and systems have been tested as required, and are operational.

5.

Final Inspection: WORK is completed and ready for final inspection.

Incomplete Determination: incomplete or defective:

Should ENGINEER determine that the WORK is

1.

Notification: ENGINEER will promptly so notify CONTRACTOR, in writing, listing the incomplete or defective WORK.

2.

Contractor Remedy: CONTRACTOR shall remedy the deficiencies promptly, and notify ENGINEER when ready for inspection.

3.

Additional Cost: The cost of reinspection for Final Completion will be borne by CONTRACTOR.

E.

Acceptance: When ENGINEER determines that the WORK is acceptable under the Contract Documents, it will request the final Application for Payment from CONTRACTOR.

F.

Reimbursement: CONTRACTOR shall reimburse OWNER for all trips to the Project site by ENGINEER after Substantial Completion in excess of two (2) trips if such excess trips are necessitated due to the Project's remaining incomplete.

FINAL PAYMENT A.

Application: Submit a final Application for Payment to ENGINEER, showing all adjustments to the agreed to sum.

B.

Change Order: If so required, ENGINEER will prepare a final Change Order showing adjustments to the AGREEMENT which were not made previously by Change Orders.

PROJECT CLOSEOUT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01700-5

END OF SECTION 01700

P:\50069782\Specs\01700 - Project Closeout.doc

PROJECT CLOSEOUT Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

01700-6

SECTION 02055 SELECTIVE DEMOLITION PART 1 - GENERAL 1.1

RELATED DOCUMENTS A.

1.2

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

SUMMARY A.

This Section includes the following: 1.

B.

Related Sections include the following: 1. 2.

1.3

1.4

Demolition and removal in the areas designated in the Contract Documents as shown on the plans and specified herein, which shall include but not be limited to, the following: a. Saw cutting and removal of asphalt pavement, concrete, curb, curb and gutter, and appurtenances. b. Safety c. Protection of items to remain

Division 1 Section "Temporary Facilities" for temporary construction and environmental-protection measures for selective demolition operations. Division 2 Section "Site Clearing" for site clearing and removal of aboveand below-grade improvements.

DEFINITIONS A.

Remove: Detach items from existing construction and legally dispose of them offsite, unless indicated to be removed and salvaged or removed and reinstalled. Concrete structures shall be demolished 4 feet below grade, except where there is conflict and deeper removal is required, and weep holes shall be drilled through wall and floor. Provide fill material to existing or finished grade and grade surface to preclude ponding.

B.

Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled.

SAFETY REQUIREMENTS A.

General: Shall be in with local ordinance and governing codes, shall be as called for in the Safety Requirements for Demolition by the American National Standards Institute, Document A10.6, latest edition, hereinafter called ANSI.

SELECTIVE DEMOLITION Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02055-1

1.5

MATERIALS OWNERSHIP A.

Historic items, relics, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, time capsule, and other items of interest or value to Owner that may be encountered during selective demolition remain Owner's property. Carefully remove and salvage each item or object in a manner to prevent damage and deliver promptly to Owner. 1.

1.6

SUBMITTALS A.

Qualification Data: For demolition firm.

B.

Schedule of Selective Demolition Activities: Indicate the following: 1. 2. 3.

1.7

1.8

Coordinate with Owner's Representative, who will establish special procedures for removal and salvage.

Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Coordination for shutoff, capping, and continuation of utility services. Locations of proposed dust- and noise-control temporary partitions and means of egress.

C.

Predemolition Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces that might be misconstrued as damage caused by selective demolition operations.

D.

Retain record submittal below if applicable. Landfill records may be required by Owner when discarded demolished materials contain hazardous wastes.

QUALITY ASSURANCE A.

Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project.

B.

Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.

C.

Standards: Comply with ANSI A10.6 and NFPA 241.

PROJECT CONDITIONS A.

Notify Owner’s Representative of discrepancies between existing conditions and Drawings before proceeding with selective demolition.

B.

Hazardous or Regulated Materials: It is not expected that hazardous or regulated materials will be encountered in the Work.

SELECTIVE DEMOLITION Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02055-2

1.

If materials suspected of containing hazardous or regulated materials are encountered, do not disturb; immediately notify Owner’s Representative and Owner.

C.

Storage or sale of removed items or materials on-site is not permitted.

D.

Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1.

E.

Maintain fire-protection facilities in service during selective demolition operations.

Protection: Shall be in accordance with ANSI and governing codes.

PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1

3.2

EXAMINATION A.

Locate existing utilities and verify that utilities have been disconnected and capped.

B.

Survey existing conditions and compare with requirements indicated to determine extent of selective demolition required.

C.

Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged.

D.

When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Owner’s Representative.

E.

Survey of Existing Conditions: Record existing conditions by use of measured drawings, preconstruction photographs, preconstruction videotapes, and templates.

F.

Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities.

UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A.

Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. 1.

Comply with requirements for existing services/systems interruptions specified in Division 1 Section "Summary of Work."

SELECTIVE DEMOLITION Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02055-3

B.

3.3

Service/System Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated services/systems under Owner’s direct control when requested by Contractor in writing with a minimum 72 hours notice. 2. Disconnections and interruptions of all utilities shall be coordinated with the trades and governing authorities involved by the General Contractor as a part of his coordinating responsibility. 3. If services/systems are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 4. The Contractor is cautioned to exercise care to ascertain if utility services are active (live) or abandoned. Should any utility service not be cut off, capped, or disconnected, the Contractor shall not disturb the same and shall contact the utility company immediately for disconnection.

PREPARATION A.

Site Access and Temporary Controls: Conduct selective demolition and debrisremoval operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities.

B.

Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1.

C.

Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 1.

3.4

Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building.

Strengthen or add new supports when required during progress of selective demolition.

SELECTIVE DEMOLITION, GENERAL A.

General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. 2.

B.

Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of legally off-site. Legally dispose of demolished items and materials promptly.

The Contractor shall take every precaution to guard against any movement or settlement of adjacent buildings or structures and shall provide and place, at his

SELECTIVE DEMOLITION Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02055-4

own expense, any bracing or shoring necessary or proper in connection therewith; and shall be solely and entirely responsible for the safety and support of such buildings or structures; and shall be solely liable for any such movement or settlement and any damage or injury caused thereby or resulting therefrom. If at any time the safety of any adjacent building or structure shall appear to be endangered, the Contractor shall cease operations, notify the Owner, and, at his own expense, shall take all proper means to support such building or structure and shall not resume operations until permission has been secured in writing from Owner or Owner’s Representative. If the Owner or Owner’s Representative considers additional bracing or shoring necessary to safeguard and prevent any such movement or settlement, the Contractor shall promptly design, provide and place, at his own expense, any such bracing or shoring as necessary. All designs shall be approved by a Professional Engineer. C.

Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition.

D.

Noise: Shall be held to a minimum to avoid disturbance to the occupants.

E.

Sprinklering: All debris shall be sprinkled regularly to keep down dust. Do not use water to the extent to cause flooding, contaminated runoff, or icing.

F.

Removal of Paving: See drawings for the type or types of work involved and the extent of each. This work shall be completely removed down to bare earth. Where only portions are involved, the cut lines shall be clean and sharp. Shall include but shall not be limited to: 1.

3.5

Paved roadwork, curb and gutter, curb, sidewalks, tennis courts and appurtenances.

DISPOSAL OF DEMOLISHED MATERIALS A.

General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1. 2. 3.

Do not allow demolished materials to accumulate or remain on-site longer than 72 hours. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. Remove debris from elevated portions of structure by chute, hoist, or other device that will convey debris to grade level in a controlled descent.

B.

Burning: Do not burn demolished materials.

C.

Disposal: Transport demolished materials off Owner's property and legally dispose of them.

SELECTIVE DEMOLITION Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02055-5

3.6

CLEANING A.

Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 02055

P:\50069782\Specs\02055 - Selective Demolition.doc

SELECTIVE DEMOLITION Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02055-6

SECTION 02110 SITE PREPARATION: CLEARING AND GRUBBING PART 1 - GENERAL 1.1

SUMMARY A.

1.2

RELATED SECTIONS A.

1.3

1.5

Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications.

REFERENCES A.

1.4

The CONTRACTOR shall be responsible for preparation of the site for construction of the project in accordance with the Contract Documents and as specified herein.

Virginia "Erosion and Sediment Control Handbook", latest edition.

SUBMITTALS A.

Off-site Borrow Areas: Provide written assurance from OWNER that CONTRACTOR has right to excavate and remove off-site borrow materials and use at this site.

B.

Erosion and Sediment Control: Submit and maintain on-site a copy of Erosion and Sediment Control permit issued by the local approving authority for both on-site and off-site operations.

DELIVERY, STORAGE, AND HANDLING A.

Deliver materials to, store at the site, and handle in a manner which will maintain the materials in their original manufactured or fabricated condition until ready for use.

PART 2 - PRODUCTS Not Applicable PART 3 - EXECUTION 3.1

TRAFFIC A.

Conduct site clearing operations to ensure minimum interference with roads, streets,

SITE PREPARATION: CLEARING AND GRUBBING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02110 - 1

walks, businesses, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks or other occupied or used facilities without prior permission from Owner, V.D.O.T., and/or authorities having jurisdiction. 3.2

3.3

PROTECTION A.

General: Provide temporary fences, barricades, coverings, or other protection to preserve existing items indicated to remain and to prevent injury or damage to persons or property. Provide protection for adjacent properties as required.

B.

Restoration/Repair: Restore damaged items to condition existing prior to start of WORK.

C.

Existing Trees/Vegetation: Protect existing trees and vegetation adjacent to the actual WORK area or borrow area from physical damage. Do not store equipment or materials within tree drip line.

D.

Roads and Walks: Keep roads and walks free of dirt and debris at all times.

E.

Utility Lines: Protect existing utility lines that are indicated to remain from damage. Notify ENGINEER immediately of damage to or an encounter with unknown existing utility lines. CONTRACTOR shall be responsible for the repairs of damage to existing utility lines that are indicated or made known to CONTRACTOR prior to start of clearing and grubbing operations. When utility lines which are to be removed are encountered within the area of operations, CONTRACTOR shall notify ENGINEER and OWNER and Utility Owner in ample time to minimize interruption of the service.

EROSION/SEDIMENT CONTROL A.

3.4

Provide appropriate erosion and sediment control measures for any off-site borrow areas in full compliance with the Virginia Erosion and Sediment Control Handbook and regulations of the local jurisdiction. CONTRACTOR shall be solely responsible for all borrow sites outside of the Project area.

CLEARING A.

Clearing shall consist of the felling, trimming, and cutting of trees into sections and the satisfactory disposal of the trees and other vegetation designated for removal, including downed timber, snags, brush, and rubbish occurring within the areas to be cleared. Cut off flush with or below the original ground surface trees, stumps, roots, brush, and other vegetation in areas to be cleared, except for trees and vegetation indicated or directed to be left standing.

SITE PREPARATION: CLEARING AND GRUBBING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02110 - 2

3.5

TREE REMOVAL A.

3.6

GRUBBING A.

3.7

Remove existing improvements, both above-grade and below-grade to extent indicated or as otherwise required to permit new construction and provide for proper disposal off-site. Existing improvements and facilities such as mailboxes, signs, ornamental or decorative items, etc. that require temporary removal to permit new construction shall be promptly replaced and/or restored to the location and condition prior to construction. Improvements and facilities that are damaged by the CONTRACTOR during the course of construction shall be promptly replaced at the CONTRACTOR's expense.

SALVABLE ITEMS A.

3.11

Strip and stockpile topsoiling material and other cleared materials that will be reused in the WORK.

EXISTING IMPROVEMENTS/FACILITIES A.

3.10

Disposal shall be the CONTRACTOR's responsibility.

STORING MATERIALS A.

3.9

Remove and dispose of roots larger than 3 inches in diameter, matted roots, and stumps from the indicated grubbing areas. Excavate this material together with logs, organic and metallic debris, brush, and refuse and remove to a depth of not less than 18 inches below the original soil surface in areas indicated to be grubbed and in areas indicated as construction areas for this Project. Fill depressions made by grubbing with suitable material and compact in accordance with the requirements of the Contract Documents to make the new surface conform with the existing adjacent surface of the ground.

DISPOSAL OF CLEARED AND GRUBBED MATERIALS A.

3.8

Where indicated, remove designated trees and stumps and grub roots. A tree trimming permit shall be obtained from V.D.O.T. by Contractor to remove/trim any trees located within the V.D.O.T. right-of-way.

Carefully remove items indicated to be salvaged, and store on OWNER’S premises where indicated or directed.

FUGITIVE DUST A.

Control air pollution caused by dust and dirt; comply with governing regulations.

SITE PREPARATION: CLEARING AND GRUBBING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02110 - 3

3.12

FILLING A.

3.13

GRADING A.

3.14

Grade ground surface to conform to required contours and to provide positive surface drainage away from the WORK or borrow area.

DISPOSAL A.

3.15

Fill depressions and voids resulting from site clearing operations. Using satisfactory soil materials, place in maximum 6 inches deep horizontal layers and compact each layer to density of surrounding original ground.

Dispose of waste materials, including trash and debris, and excess topsoil off-site. Cost of disposal shall be borne by CONTRACTOR.

BURNING A.

No burning of materials shall be allowed onsite. END OF SECTION 02110

P:\50069782\Specs\02110 - Clearing and Grubbing.doc

SITE PREPARATION: CLEARING AND GRUBBING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02110 - 4

SECTION 02120 EROSION AND SEDIMENT CONTROL

PART 1 - GENERAL 1.1

SCOPE A.

Compliance: This WORK shall be performed in accordance with the erosion and sediment control plan of the construction Drawings and the details provided therein, and as described, detailed and required by the Virginia Department of Conservation and Recreation Division of Soil and Water Conservation in the most recent edition of the Virginia Erosion and Sediment Control Handbook and/or land disturbance permit if required by the local authority. The Contractor shall be responsible for providing an employee who will be in responsible charge for the erosion and sediment control plan and requirements for the project that is certified by the Virginia Department of Conservation and Recreation as a Responsible Land Disturber (RLD). The name of the Contractor's RLD and copy of his current certification shall be provided to the Owner, Engineer and Erosion & Sediment Control Plan Approving Authority prior to issuance to the Notice To Proceed for the project. The Contractor shall be responsible for posting a security for the project in the amount of $4,290. This amount may be posted in the form of a performance bond, letter of credit or cash escrow with the Louisa County Community Development Officer prior to scheduling the pre-construction meeting.

B.

1.2

RELATED SECTIONS A.

1.3

Details: Erosion & Sediment control measures shown on the drawings are based on an assumed construction method, the CONTRACTOR’s selected construction methods may require modification to the details to meet the E & S Requirements. The CONTRACTOR is responsible for making any modifications to comply with the land disturbance permit.

Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications.

REFERENCES Virginia Erosion and Sediment Control Handbook (1992)

EROSION AND SEDIMENT CONTROL Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02120-1

1.4

1.5

SUBMITTALS A.

Temporary Seed Mixture: Provide written notification as to the temporary seed mixture to be used in accordance with Table 3.31 - C (VESCH) (South - appropriate to the time of the year.)

B.

Erosion and Sediment Control: Submit and maintain on-site a copy of the Erosion and Sediment Control permit issued by the local approving authority for both onsite and off-site operations.

C.

Responsible Land Disturber: Copy of Certification to be submitted at the preconstruction meeting.

MAINTENANCE Maintain all erosion and sediment control structures to be utilized during the life of the Project in compliance with the regulations of the Division of Soil and Water Conservation until vegetative cover is acceptable to the Division's field personnel and approval acceptance is received.

PART 2 - PRODUCTS 2.1

TEMPORARY SEEDING A suitable mixture shall be selected from those listed in Virginia Erosion and Sediment Control Handbook.

PART 3 - EXECUTION 3.1

EROSION AND SEDIMENT CONTROL MEASURES A.

Measures: Earth berms, gravel weirs, temporary storage basins, vehicle wash rack, temporary vegetation, and all other items for erosion and sediment control shall be constructed as directed by the ENGINEER or in the locations shown or designated on the Drawings in accordance with the details provided.

B.

Schedule: CONTRACTOR shall institute the erosion and sediment control program as a part of clearing and grubbing, and prior to rough grading. The initial program shall include, however is not limited to, the installation of silt fences, staked straw bales, diversion ditches and/or gravel weirs as shown on erosion and sediment control Drawing at the limits of clearing and grubbing where silt-carrying surface water runoff may be diverted and/or filtered prior to leaving the disturbed area.

C.

Temporary Seeding: "Permanent or temporary soil stabilization shall be applied to denuded areas within seven (7) days after final grade is reached on any portion of the

EROSION AND SEDIMENT CONTROL Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02120-2

site. Temporary soil stabilization shall be applied within seven (7) days to denuded areas that may not be at final grade but will remain dormant (undisturbed) for longer than 30 days. Permanent stabilization shall be applied to areas that are to be left dormant for more than one year."

3.2

D.

Steep Slopes: On all steep slopes, where erosion is probable, hydroseed areas as soon as possible in strict accordance with applicable provision, of Section 603, of the VDOT Road and Bridge Specifications. Maximum allowable slope to be seeded is 2:1.

E.

Pipe Outfalls: Any pipe outfall areas disturbed by construction shall be protected with no-erodible materials conforming to the Virginia Erosion and Sediment Control Handbook.

F.

Maintenance: All erosion and sediment control devices installed during the course of construction shall be maintained in proper working order at all times, and shall not be removed until final stabilization of all disturbed areas or at the direction of the ENGINEER.

CLEANING OF ROADS AND STREETS CONTRACTOR shall maintain a vehicle wash rack or gravel bed at all vehicle egress areas. All vehicles shall be thoroughly cleaned of mud and silt before leaving the construction site to avoid tracking mud and silt onto roads, streets, and highways. In the event that tracking does occur, CONTRACTOR shall immediately clean the street or road of all debris, mud or silt and shall pay all damages resulting therefrom. A daily survey of the condition of the adjacent streets and roads shall be made and recorded in the field log along with daily cleanup of the streets of the tracking from the site onto roads, alleys, parking lots, and highways.

3.3

PROTECTION OF STORMWATER SYSTEMS Stormwater structures which will receive runoff from the construction shall be protected from the buildup of mud or silt as outlined by the Virginia Erosion and Sediment Control Handbook or as directed by ENGINEER.

3.4

OFF-SITE BORROW / DISPOSAL AREAS Contractor shall be responsible for establishing erosion and sediment control measures at all off-site borrow and/or disposal areas.

END OF SECTION 02120 P:\50069782\Specs\02120 - Erosion and Sediment Control.doc

EROSION AND SEDIMENT CONTROL Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02120-3

SECTION 02140 DEWATERING PART 1 - GENERAL 1.1

SUMMARY Keep all excavations and site structures free from water during construction.

1.2

RELATED SECTIONS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this section. WORK related to this Section is described throughout the Specifications.

1.3

SUBMITTALS A.

Dewatering Plan: CONTRACTOR shall submit, for ENGINEER'S review, Drawings and data showing its proposed plan and required equipment for dewatering of all WORK areas. The Drawings and data shall include the planned method of dewatering excavations, wells, well points, sumps, collection and discharge lines, standby units proposed, and protective fills and ditches required for control of ground water, leachate and surface water.

B.

Schedule: The plan for dewatering shall be submitted within 7 days before the start of work. CONTRACTOR shall furnish such other information as may be required for ENGINEER'S complete understanding and analysis of the dewatering, grading and excavation plan.

C.

Engineer's Review: Review by ENGINEER shall not relieve CONTRACTOR of the responsibility for the adequacy of the dewatering plan or for furnishing all equipment, labor and materials necessary for dewatering the various parts of the WORK. If, during the progress of the WORK, it is determined by ENGINEER that the dewatering system grading and excavation Drawings, text and proposed methodology are inadequate, or that CONTRACTOR'S plan of construction is inoperative, CONTRACTOR shall, at its sole expense, furnish, install and operate such additional dewatering equipment and make such changes in other features of the Dewatering Plan or operation as may be necessary to perform the WORK in a manner satisfactory to ENGINEER.

PART 2 - PRODUCTS Not Applicable

DEWATERING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02140 - 1

PART 3 - EXECUTION 3.1

METHODS A.

Method: Dewatering can be accomplished by ordinary pumping methods, by the use of under drains or deep well points, whichever will produce the above results. In order to assure the continuous dewatering, duplicate units of the selected system incorporated with emergency power should be employed so that a reliable operation may be obtained.

B.

Location: All site WORK areas shall be dewatered where surface, leachate and/or ground water flows, if any, will adversely impact construction.

C.

Maintenance: All permanent improvements shall be constructed in areas free from water. Construct and maintain all permanent or temporary slopes, dikes, levees, drainage ditches, sumps, and observation wells necessary for the removal of water from WORK areas. Design, furnish, install, maintain, and operate all necessary pumping and other dewatering equipment required for dewatering the various site WORK areas and for keeping the foundation and other areas free from water from any and all sources.

D.

Schedule: All dewatering shall be performed in advance of grading, excavation and/or filling. The dewatering shall be accomplished in a manner that will prevent loss of fines from the foundation, will maintain stability of all excavated slopes and bottoms of excavations, and will permit all construction operations to be performed in the dry. Dewatering of excavations shall be performed to the extent required to permit placement of compacted fill materials in the dry and to prevent sloughing of the excavation side slopes.

E.

Requirements: Lower the ground water level a minimum of 3 feet below subfoundation grade or as recommended by Geotechnical Engineer prior to subfoundation preparation and placement of foundation materials. During the placement and compaction of fill or bedding materials, the water level at every point within the limits of fills being placed shall be maintained a minimum of 3 feet or greater or as recommended by Geotechnical Engineer below fill placement level in order that the required compaction can be achieved. Where conditions are such that running or standing water occur in the trench bottom or the soil in the trench bottom displays a "quick" tendency, the water shall be removed by pumps and suitable means such as well points or previous under drain bedding until the pipe has been installed and the backfill has been placed to a sufficient height to prevent pipe flotation.

F.

No installation will be permitted in trenches unless the subgrade is dry. If, in the opinion of the ENGINEER, the CONTRACTOR has failed to obtain an absolutely dry trench bottom by use of all known methods of trench dewatering, the ENGINEER

DEWATERING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02140 - 2

may then order the CONTRACTOR to excavate below grade and place sufficient selected fill material over the trench bottom. Additional excavation and fill shall meet the requirements of Section 02270 and be at no extra cost. 3.2

3.3

PROTECTION OF FOUNDATIONS AND EXISTING FACILITIES A.

Contingency: Furnish standby equipment of sufficient size and capacity to insure continuous operation of the dewatering system. Any damage to structures due to a failure of dewatering equipment shall be repaired by CONTRACTOR at its expense, to the satisfaction of ENGINEER. CONTRACTOR may consider the use of recharge systems or other methods of protection of existing facilities.

B.

Completion: Dewatering shall be maintained in the WORK areas for as long as is necessary for the completion of WORK. Upon completion of the dewatering and control of water operation, all temporary dewatering facilities shall be removed in a manner satisfactory to ENGINEER.

DISPOSAL OF DRAINAGE WATER The disposal of all water from the dewatering and control of water operation and surface drainage shall be accomplished in a manner to have no detrimental effect on any of the new or existing facilities. The method and location of disposal of all water shall be subject to the approval of ENGINEER; in addition, no water shall be drained into WORK completed or under construction without prior consent of ENGINEER. All Commonwealth of Virginia erosion and sediment control requirements shall be met. END OF SECTION 02140

P:\50069782\Specs\02140 - Dewatering.doc

DEWATERING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02140 - 3

SECTION 02270 EARTHWORK FOR UTILITIES PART 1 - GENERAL 1.1

SUMMARY The CONTRACTOR shall furnish all labor and equipment for excavation, installation, backfill, and testing of all sewer lines, force mains, and appurtenances as shown on the Drawings and specified herein. This section specifies excavation and backfill for all underground utilities.

1.2

RELATED SECTIONS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications.

1.3

REFERENCES A. B. C. D. E. F.

1.4

American Society of Testing and Materials (ASTM) VDOT Road and Bridge Specifications American Society of Civil Engineers (ASCE), Manual No. 37 American Association of State Highway and Transportation Officials (AASHTO) Federal Highway Administration (FHA), Bulletin No. 373 Occupational Safety and Health Administration Regulations (OSHA)

QUALITY ASSURANCE A.

Standards: Backfill material shall comply with the standards of the American Association of State Highway and Transportation Officials: T-191 "Density of Soil In-Place by the Sand-Cone Method" T-180 "Moisture-Density Relations of Soils using a 10 lb. Hammer and an 18 inch Drop"

B.

All costs for testing shall be borne by CONTRACTOR.

PART 2 - PRODUCTS 2.1

BACKFILL MATERIALS Initial backfill materials shall conform to the following:

EARTHWORK FOR UTILITIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02270 - 1

A.

Classification: USCS Soil Classification System (FHA Bulletin No. 373).

B.

Class I: Angular, 6 to 25 mm (3 to 1 inch) graded stone.

C.

Class II: Coarse sands and gravels with maximum particle size of 25 mm (1 inch including variously graded sands and gravels containing small percentages of fine, generally granular and non-cohesive, either wet or dry. Soil types GW, GP, SW, and SP are included in this class.

D.

Class III: Fine sand and clayey gravels less than 1 inch including fine sands, sand-clay mixtures, and gravel-clay mixtures. Soil types GM, GC, SM, and SC are included in this class.

E.

Concrete: Concrete shall comply with Section 217 of the VDOT Road and Bridge Specifications, and shall have a 28-day compressive strength of 2,500 psi.

PART 3 - EXECUTION 3.1

EXCAVATION A.

General: All excavation shall be open-cut type except where otherwise shown on the Drawings and unclassified regardless of the nature of material encountered to the depths indicated on the Drawings. No separate payment will be made for rock excavation to the depths indicated on the Drawings. The slope of the sides of the excavation shall be kept as nearly vertical as possible consistent with the types of materials encountered. Where trenches would become unreasonably large due to a deep excavation or extremely wet condition, CONTRACTOR shall slope or bench the trench walls to maintain safe working conditions per OSHA Trenching Criteria. A clear area shall be maintained a sufficient distance back from the top edge of the excavation to avoid overloading which may cause slides, cave-ins or shifting of the pipe. Any damage to pipes or structures occurring through settlements, heaving, water or earth pressures, slides, cave-ins or other causes shall be repaired by CONTRACTOR at its expense. CONTRACTOR has the option of shoring, including sheet piling, which shall be installed during excavation where required for the protection of workmen, banks, roadways and adjacent paving, structures, and utilities or as directed by ENGINEER. All excavation shall be performed in accordance with the current OSHA guide lines and any other regulatory authorities having jurisdiction. Provide adequate equipment to comply with OSHA regulations. All excavation shall be placed on the up gradient side of the trench.

B.

Protection: Protect existing structures, utilities, sidewalks, pavements, and other facilities in areas of work. Barricade open excavations and provide warning lights.

EARTHWORK FOR UTILITIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02270 - 2

3.2

C.

Shoring or Sheeting: Shoring or sheeting shall be removed as the WORK progresses, unless left in place by written order of ENGINEER. All blasting operations shall conform to Paragraph 3.10.

D.

Trench Excavation: CONTRACTOR shall comply with all local, state and federal guidelines when excavating trenches. The width of the trench at and below the top of the pipe shall not exceed the outside diameter of the pipe plus 24 inches, except the minimum trench width shall be 33 inches in all cases. The width of the trench above the top of the pipe may be as wide as necessary for sheeting and bracing and the proper performance of the WORK.

E.

Sidewalls: The sidewalls of pipe trenches shall be as nearly vertical as practicable to a point above the top of the pipe.

F.

Overexcavation: Trenches shall be excavated to the design grade of the pipe to provide uniform bearing and support along the entire length of pipe. Care shall be taken not to over excavate. Over excavation of otherwise suitable material shall be replaced with suitable material as directed by ENGINEER. The cost of such fill shall be borne by CONTRACTOR.

G.

Rock: Where the bottom of the pipe trench occurs in rock, the rock shall be excavated to 6 inches for pipes 24-inches in diameter and smaller and 9 inches for pipes 30-inches in diameter and larger, below the trench depth indicated on the Drawings or specified elsewhere. Overdepths in rock excavation and unauthorized overdepths shall be backfilled with VDOT No. 57 crushed stone or gravel.

H.

Unsuitable Material: Whenever wet or otherwise unsuitable material, which is incapable of properly supporting the pipe, is encountered in the trench bottom, such material shall be overexcavated to a depth necessary to allow for construction of a stable pipe bedding. The trench shall be backfilled with suitable materials to proper grade. The CONTRACTOR shall notify ENGINEER immediately when such conditions are encountered and the ENGINEER will determine the amount of overexcavation required. No additional compensation will be considered for additional excavation.

I.

Installation of Identification: During back-filling/top soiling of underground piping, install continuous underground-type plastic line markers, located directly over buried lines at 6" to 8" below finished grade.

SEPARATION OF WATERLINES AND SANITARY SEWERS A.

Waterlines shall be laid at least ten feet horizontally from sewer lines and sewer manholes whenever possible; the distance shall be measured edge-to-edge. When local conditions prevent a horizontal separation of ten feet, the waterline may be laid closer to a sewer main or sewer manhole provided that: (1) the bottom of the

EARTHWORK FOR UTILITIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02270 - 3

waterline is at least 18 inches above the top of the sewer; (2) where this vertical separation cannot be obtained, the sewer shall be constructed of AWWA approved water pipe, pressure-tested in place to 30 psi without leakage prior to back-filling; and (3) the sewer manhole shall be of watertight construction and tested in place.

3.3

B.

Crossing: Waterline crossing over sewer line shall be laid to provide a separation of at least 18 inches between the bottom of the waterline and the top of the sewer whenever possible.

C.

When local conditions prevent a vertical separation described above, the following construction shall be used: (1) sewers passing over or under waterlines shall be constructed of AWWA approved water pipe, pressure tested in place to 30 psi without leakage prior to back-filling; (2) waterlines passing under sewers shall, in addition, be protected by providing: A vertical separation of at least 18 inches between the bottom of the sewer and the top of the waterline.

2.

Adequate structural support for the sewer to prevent deflection of joints.

3.

That the length of waterline be centered at the point of the crossing so that joints shall be equidistant from the sewer.

4.

Sewer Manholes: If a waterline passes within 10 feet of a sewer manhole, the sewer manhole shall be tested and made watertight.

5.

Sewers and Sewer Manholes: No water pipes shall pass through or come in contact with any part of a sewer manhole.

BEDDING A.

3.4

1.

Gravity Lines with Flexible Conduit: The following shall apply: 1.

Ductile Iron: Unless otherwise specified on the Drawings, bedding for flexible Ductile Iron conduit will be a minimum of Class C as specified in ASCE Manual No. 37.

2.

PVC: Unless otherwise specified on the Drawings, bedding for flexible PVC conduit will be as specified in ASCE Manual No. 37.

PRESSURE LINES A.

Pressure Line with Flexible Conduit Ductile Iron: Unless otherwise specified on the Drawings, bedding for flexible Ductile Iron conduit will be a minimum of Class III for pipes 24-inches in diameter and smaller. Class III shall be the minimum for pipes 30-

EARTHWORK FOR UTILITIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02270 - 4

inches in diameter and larger. B.

3.5

Pressure Line with Flexible Conduit PVC: Unless otherwise specified on the Drawings, bedding for flexible PVC conduit will be a minimum of Class III.

BACKFILLING A.

Operation: CONTRACTOR shall keep trenches backfilled on a daily basis. Prior to the end of the working day, each trench will be completely backfilled. All backfill shall be brought up equally along each side of the pipe in such manner as to avoid displacement of or damage to the pipe.

B.

Material: The backfill material shall consist of material which has been excavated from the trench. Rubbish, frozen material, broken pavement or other debris, stones greater than a maximum dimension 6 inches, organic muck, or other materials considered deleterious by ENGINEER shall not be put back in the trench. Backfill of all pipes within the pavement structure area shall be select backfill minimum CBR20.

C.

Disposal of Unsatisfactory Material: When, in the opinion of ENGINEER, the excavated material is not satisfactory for use as backfill, the material shall be disposed of under direction of ENGINEER. Select material shall be brought in by CONTRACTOR. No extra payment will be made for disposing of unsatisfactory material or bringing in select material.

D.

Compaction: The material to be used for backfill shall contain a moisture content that will facilitate compaction. The backfill shall be brought up in layers not exceeding 6 inches in compacted depth for the full length of pipe. Each layer shall be thoroughly compacted by rolling, or with mechanical tampers or hammers. This method of filling and compacting shall continue until the fill has reached an elevation 12 inches above the top of the pipe. The remainder of the trench shall be backfilled and compacted in layers not exceeding 8 inches. Other methods of achieving the compaction may be used, however, only after review by Licensed Geotechnical Engineer and written approval of ENGINEER.

E.

Open Areas: Backfill in open areas shall be compacted to a density equal to that of the existing ground.

F.

Roadways: Backfill under roadways, VDOT Right of Ways, or other similar installations shall be compacted to a minimum density of 95 percent as determined by the modified ASTM D-698.

G.

Testing: All costs associated with testing shall be borne by CONTRACTOR. The backfill shall be tested to insure that the required density is being achieved. ENGINEER shall select the depth at which the test is to be taken. Backfill not

EARTHWORK FOR UTILITIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02270 - 5

compacted to the required density shall be removed, recompacted, and retested at CONTRACTOR'S expense until the requirements are met.

3.6

3.7

H.

Excess Disposal: Excess material shall be disposed of at the discretion of the OWNER.

I.

Settlement: All backfilled areas where settlement occurs shall be filled and maintained during the life of the Project and for a period of 1 year following the date of final acceptance of all WORK.

J.

Hazards: When the CONTRACTOR is notified by ENGINEER or OWNER that any backfill presents a hazard, CONTRACTOR shall correct such hazardous condition at once.

FILL A.

Material: Fill shall be provided where required to raise the subgrade to the elevations shown on the Drawings. The material used, the maximum thickness of each layer prior to compaction, and the percent of maximum density required at optimum moisture content as determined by AASHTO T 99, shall be as stated hereinafter in this Specification. Fill material shall be free of debris, roots, and organic or frozen materials.

B.

Foundation: No fill shall be placed until the subgrade has been checked and approved by ENGINEER, and in no case shall fill be placed on a subgrade that is muddy, frozen, or that contains frost.

C.

Moisture Content: Each layer shall be uniformly spread and moistened, or dried by aeration as required to attain the proper moisture content for the required degree of compaction.

D.

Placing: The approved materials shall be placed in successive horizontal layers of loose material not more than 6 inches thick where compaction is by rollers or vibrators and 4 inches thick where mechanical tamping is required. If sands or poorly graded gravels (either of which contains less than 15 percent passing the No. 200 sieve) are used, they shall be placed fully saturated to prevent bulking. Well graded gravel shall be placed at the optimum moisture content. For all other materials, each layer shall be wetted or dried by aeration to a moisture content within 2 to 4 percent of optimum.

BORROW A.

Availability: Where satisfactory materials are not available in sufficient quantity from required excavations, suitable materials shall be obtained from approved off-site borrow areas.

EARTHWORK FOR UTILITIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02270 - 6

3.8

3.9

B.

Placement: Borrow material shall be placed and compacted only when approved by ENGINEER and a Licensed Geotechnical Engineer.

C.

Payment: No separate payment will be made for furnishing and placing approved borrow material. Compensation in full is included in the agreed to price paid for this Project.

COMPACTION A.

Method: Where sands and/or gravels are used for backfill, the material shall be compacted to maximum possible density with a plate-type vibrating compactor of standard manufacture, consisting of a variable speed power unit attached to a vibratory plate. The vibrator may be single or multiple type and shall provide sufficient unit pressure on the vibratory plate to obtain maximum density. When the proper moisture content is obtained for all other soils to be used for backfill, they shall be compacted to a density of 95 percent of maximum density or increased as required in pavement areas.

B.

Moisture: Moisture density relations, specified for materials used for fills and backfill, shall be determined and the degree of compaction controlled (except where otherwise specified) in accordance with the requirements of AASHTO T 99.

BORINGS, DRILLINGS, AND UTILITIES A.

3.10

See Specification Section 02285 – “Directional Drilling”.

BLASTING Blasting can be used if approved by OWNER. Blasting shall be in accordance with local and state laws and regulations.

3.11

AGGREGATE AND PAVING A.

Open Pavement Cuts: All open cuts through pavement on existing dedicated streets shall be replaced with a minimum of 10" crushed stone #21A, asphalt concrete BM3 minimum 4" or 1-1/2 times the existing pavement thickness, whichever is greater, and bituminous concrete SM-2A minimum 2", or 1-1/2 times the existing pavement thickness, whichever is greater.

B.

Gravel Roads, Drives, and Shoulders: Disturbed gravel roads, driveways and shoulders shall be replaced with aggregate stone as specified in VDOT, Section 309, a minimum of 6 inches or equal to the original thickness, whichever is greater.

C.

Paved Drives/Private Streets: Existing paved driveways and undedicated streets that

EARTHWORK FOR UTILITIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02270 - 7

are disturbed shall be paved with SM-2A bituminous concrete, at a minimum, equal to its original thickness. END OF SECTION 02270 P:\50069782\Specs\02270 - Earthwork for Utilities.doc

EARTHWORK FOR UTILITIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02270 - 8

SECTION 02500 PAVING SYSTEMS AND ACCESSORIES

PART 1 - GENERAL 1.1

RELATED SECTIONS Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Section, apply to this Section.

1.2

DESCRIPTION This Section and the Subsections of 02500A through 02500B specifies standards and construction; methods for paving systems and accessories for asphalt overlays and other work as shown on the Plans.

1.3

DEFINITIONS A.

VDOT Specifications: Virginia Department of Transportation Road and Bridge Specifications, latest edition. Where reference is made to a specific part of the VDOT Specifications, such applicable part shall be considered as part of this Section of the Specifications. In case of a conflict in the requirements of VDOT Specifications, and the requirements stated herein, the requirements herein shall prevail. Only VDOT Standards and Specifications relating to construction and materials will be used. All references relating to “Methods of Measurements” and “Basis of Payment” are hereby excluded from this Specification.

PART 2 - PRODUCTS 2.1

QUALITY CONTROL A.

Codes and Standards: Comply with the following referenced standards: 1.

2.2

Virginia Department of Transportation (VDOT) current “Road and Bridge Specifications.”

MATERIALS A.

Asphalt Concrete shall conform to the requirements of VDOT Section 211.

B.

Asphalt for tack coat and prime coat shall conform to the requirements of VDOT Section 310.

PAVING SYSTEMS AND ACCESSORIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02500-1

PART 3 - EXECUTION 3.1

SUBMITTALS A.

3.2

3.3

Provide copies of materials certificates, signed by Material Producer and Contractor, certifying that each material item complies with or exceeds specified requirements.

PROCEDURES A.

General: CONTRACTOR shall comply with the Asphalt Concrete Pavemenet Procedures in accordance with VDOT Section 315.05.

B.

Equipment: CONTRACTOR equipment shall be in general conformity to VDOT Section 315.03.

C.

CONTRACTOR shall follow the placement limitations as outlined in VDOT Section 315.04.

D.

Planing Pavement: This shall consist of flexible pavement pla ning sufficient to provide a smooth traveling surface form the asphalt overlay to the existing pavement surface. Pavement Planing shall be performed in accordance with VDOT Section 515.

PAYMENTS A.

Payments of items shall be in accordance with the requirements of Article 11 of General Conditions and shall be measured in tons and paid for at the contract unit price per ton. This price shall include preparing, shaping the subgrade or subbase, and the required tack coats.

END OF SECTION 02500 P:\50069782\Specs\02500 - Paving Systems and Accessories.docx

PAVING SYSTEMS AND ACCESSORIES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02500-2

SECTION 002500A SIGNING AND PAVEMENT MARKINGS

PART 1 - GENERAL 1.1

DESCRIPTION A.

This Section specifies the location of pavement markings and application of pavement markings as necessary to provide for the safe direction of the traveling public, in accordance with these Specifications, Manual for Uniform Traffic Control Devices (MUTCD) and as directed by the ENGINEER.

PART 2 - PRODUCTS 2.1

MATERIALS A.

Pavement Markings: Materials shall be in accordance with VDOT Section 246 and Section 234.

B.

Signs: Materials shall be in accordance with VDOT Section 247 and Section 701.

C.

Sign Posts shall be in accordance with VDOT Section 700.

PART 3 - EXECUTION 3.1

3.1

INSTALLATION A.

Pavement Markings: Construction shall be in accordance with VDOT Section 704.

B.

Signs: Construction shall be in accordance with VDOT Section 701.

C.

Sign Posts: Construction shall be in accordance with VDOT Section 700.

PAYMENT A.

Pavement Markings shall be measured in linear feet and will be paid for at the contract unit price per linear foot. This price shall include the pavement marking material, surface preparation, daily log, guarding devices, primer-sealer, and glass beads. : Construction shall be in accordance with VDOT Section 704.

B.

Signs shall be measured in square feet and will be paid for at the contract unit price per square foot. This price shall include background sheeting, sign messages, and framing units.

SIGNING AND PAVEMENT MARKINGS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02500A-1

C.

Sign Posts shall be measured in linear feet and will be paid for at the contract unit price per linear foot unless specified to be included with another pay item. This price shall include clamps, identification tags, and breakaway base assemblies and other appurtenance required to attach a sign or traffic control device.

END OF SECTION 02500A P:\50069782\Specs\02500A - Signing and Pavement Markings.docx

SIGNING AND PAVEMENT MARKINGS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02500A-2

SECTION 02650 STORM DRAINAGE

PART 1 - GENERAL 1.1.

SUMMARY A.

1.2

RELATED SECTIONS A.

1.3

Work under this section shall consist of providing all labor, plant facilities, materials, tools, equipment, shop drawings and supervision necessary and required to install all of the storm drainage facilities, including piping, fittings, structures, bedding, and backfilling, as specified in accordance with the contract documents.

The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications. Section 02270 – Earthwork for Utilities.

REFERENCE STANDARDS A.

American Society For Testing and Materials (ASTM) 1. D2321-Installation of Thermoplastic Pipe for Sewer/Gravity-Flow Applications 2. D3034-Type PSM Poly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings) 3. D3212-Joints for Drain and Sewer Plastic Pipes Using Elastomeric Seals 4. F477-Elastomeric Seals (Gaskets) for Joining Plastic Pipe 5. F794-Poly(Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter 6. F949-Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings

B.

American Association of State Highway and Transportation Officials (AASHTO) 1. M252-Corrugated Polyethylene Drainage Tubing 2. M294-Corrugated Polyethylene Pipe

C.

American Water Works Association (AWWA) 1. C110-Ductile Iron and Gray-Iron Fittings, 3 in through 48 in (75 mm through 1200 mm), for Water and Other Liquids (revision of ANSI/AWWA C110/A21.10-93) 2. C111-Rubber Gasket Joints for Ductile-Iron Pressure Pipe and Fittings

STORM DRAINAGE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02650-1

3. D.

1.4

1.5

A.

Accurately record as-built locations of pipe runs, connections, catch basins, cleanouts, top elevations and invert elevations.

B.

Identify and describe unexpected variations of subsurface conditions and location of any utilities encountered.

QUALITY ASSURANCE All costs related to re-inspection due to failures shall be paid for by the Contractor at no additional expense to the Owner. Owner reserves the right to direct any inspection that is deemed necessary. Contractor shall provide free access to site for inspection activities.

PROJECT CONDITIONS A.

1.7

American Concrete Institute (ACI) 1. 301-Structural Concrete for Buildings, Specifications for 2. 318-Building Code Requirements for Structural Plain Concrete

PROJECT RECORD DOCUMENTS

A.

1.6

C151-Ductile-Iron Pipe, Centrifugally Cast, for Water

Removal/Relocation of Existing Utilities: The contractor shall be responsible for removal and/or relocation of existing utilities, whether shown or not shown on the drawings, at locations where conflicts occur with proposed storm drainage improvements at no additional cost to the owner.

SUBMITTALS A.

The General Contractor and the Subcontractor shall execute the Conformance Submittal(s) at the end of this section.

B.

Contractor to submit letters of conformance to ARRA Buy American from Material Manufacturers.

STORM DRAINAGE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02650-2

PART 2 2.1

PRODUCTS

PIPES AND FITTINGS A. Polyvinyl Chloride Pipe (PVC) 1. Pipe shall meet the requirements of ASTM D1784, and 1785 for Schedule 40 pipe; and, 2. PVC pipe shall be joined by solvent weld joint type connections. The pipe joints shall be tightly sealed against infiltration and exfiltration. B. High Density Polyethylene Pipe (HDPE) Smooth Interior 1. Pipe and fittings shall conform to AASHTO M252 and M294; 2. Rubber gaskets shall meet the requirements of ASTM F477 with joints conforming to ASTM D3212; and, 3. Maximum permitted diameter of 24 inches and only where indicated on drawings. C. Ductile Iron Pipe 1. Ductile iron pipe shall be centrifugally cast in accordance with ANSI/AWWA Specification C151/A21.51. The joints shall be rubber gasket as per ANSI/AWWA Specification C111/A21.11, push-on type, unless mechanical joints are specified on the plans. Mechanical joints shall conform to ANSI A21.10 and AWWA C110. The pipe shall have an interior cement lining with asphaltic seal coating shall be in accordance with ANSI/AWWA Specification A21.51/C104. The exterior coating, asphaltic coating per ANSI/AWWA Specification C151/A21.51. 2.

All DIP shall be Class 52 unless otherwise noted on the plans. The bolts for mechanical joint fittings shall be high strength cast iron having an ultimate tensile strength of 75,000 psi and a minimum yield point of 45,000 psi. Exposed pipe and fittings shall have flanged joints conforming to the requirements of AWWA C115. Bolts shall be high strength cast iron having an ultimate tensile strength of 75,000 psi and a minimum yield point of 45,000 psi.

3.

A minimum of 5% of the pipe furnished shall be gauged for roundness full length and so marked. Pressure class of pipe shall be increased if the specific installation warrants it.

STORM DRAINAGE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02650-3

D. Subdrains 1. 2. 3.

2.2

Shall be perforated PVC Schedule 40 or HDPE; and, PVC pipe shall be limited to pipe diameters less than 12-inches; and, PVC pipe shall be joined by solvent weld joint type connections. The pipe joints shall be tightly sealed against infiltration and exfiltration.

CLEANOUTS & PLUGS A. Installation shall be in accordance with the details and at locations shown on the drawings. B. All Cleanouts shall have a 2’ x 2’ x 6” thick concrete apron.

2.3

BEDDING AND BACKFILL MATERIAL A. Where the foundation material is found to be of poor supporting value or of rock, the Owner may make minor adjustments in the location of the pipe to provide a more suitable foundation. Where this is not practical, the foundation shall be conditioned by removing the existing foundation material by undercutting to the depth as directed by the geotechnical engineer and backfilling with either a suitable local material secured from unclassified excavation or borrow excavation at the nearest accessible location along the project, or foundation conditioning material consisting of crushed stone or gravel or a combination of sand and crushed stone or gravel approved by geotechnical engineer as being suitable for the purpose intended. The selection of the type of backfill material to be used for foundation conditioning will be made by the geotechnical engineer.

2.4

CONCRETE A. No concrete or masonry shall be placed when the temperature is below 40 degrees Fahrenheit, or when indications are for lower temperatures within 24 hours, unless protection of concrete and masonry is approved by the Owner. Damage to the structure because of freezing shall be corrected by the Contractor at his own expense, to the satisfaction of the Owner. B. Concrete shall conform to ACI 301 and applicable referenced specifications and shall have a 28 day compressive strength of 4,000 psi.

PART 3 3.1

EXECUTION

GENERAL A. The Contractor shall install all drainage structures and pipe in the locations shown on the drawings and/or as approved by the Owner. Pipe shall be of the type and sizes specified on the drawings and shall be laid accurately to line and grade. Structures shall be

STORM DRAINAGE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02650-4

accurately located and properly oriented. B. Excavation and Backfill – The provisions in Section 02270, Earthwork: Utilities shall govern all work under this Section. C. Storage and Handling of Pipe – All pipe shall be protected against impact, shock and free fall, and only equipment of sufficient capacity and proper design shall be used in the handling of the pipe. Storage of pipe on the job shall be in accordance with the pipe manufacturer’s recommendations. D. Damage to Pipe 1.

2.

3.

4.

3.2

Pipe which is defective from any cause, including damage caused by handling, and determined by the Owner as unrepairable, shall be unacceptable for installation and shall be replaced at no cost to the Owner and as directed by the Owner: and, Pipe that is damaged or disturbed through any cause prior to acceptance of the work, shall be repaired realigned or replaced as directed by the Owner, at the Contractor’s expense. Manholes, catch basins and drain inlets shall be constructed as soon as the pipe laying reaches the location of the structures. Should the Contractor continue his pipe laying without making provisions for completion of the structures, the Owner shall have the authority to stop the pipe laying operations until the structure is completed. Any structure, which is mislocated or oriented improperly, shall be removed and re-built in its proper location, alignment and orientation at the Contractor’s expense.

BEDDING A. Bedding material, when required, shall be in accordance with Section 02270-Earthwork for Utilities for work described within this Section.

3.3

PIPE INSTALLATION A. Comply with Section 02270-Earthwork for Utilities B. Laying Pipe 1.

Unloading and Handling: All pipes shall be unloaded and handled with reasonable care. Pipes shall not be rolled or dragged over gravel or rock during handling. The Contractor shall take necessary precautions to ensure the method used in lifting or placing the pipe does not induce stress fatigue in the pipe and the lifting device used uniformly distributes the weight of the pipe along its axis or circumference;

STORM DRAINAGE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02650-5

3.4

2.

Each length of pipe shall be inspected for defects and cracks before carefully lowered into the trench. Any damaged or any pipe that has had its grade disturbed after laying shall be removed and replaced. Bituminous coated pipe shall be handled with special care and repair of damaged coating shall conform with AASHTO M190;

3.

Lay pipe on prepared foundation starting at the downgrade end according to line and grade with the necessary drainage structures, fittings, bends and appurtenances as shown on the drawings. Rigid pipes shall be laid with the bell or groove ends upgrade with the spigot or tongue fully inserted. Flexible pipes shall be laid with the inside circumferential laps pointing downstream and with the longitudinal laps at the side or quarter points. Reinforced concrete pipe shall be installed in accordance with ASTM C1479. HDPE pipes shall be installed in accordance with pipe manufacturer’s installation guidelines for heavy duty drainage applications and ASTM D2321. DIP pipes shall be installed in accordance with pipe manufacturer’s installation guidelines; and,

4.

Pipe sections shall be firmly joined together with appropriate gaskets or bands.

DROP INLET, CATCH BASIN, MANHOLE, AND JUNCTION BOX INSTALLATION A. Pre-cast Drainage Structures: Drainage units shall be assembled in accordance with the manufacturer’s instructions to form a sound structural unit.

3.5

CONSTRUCTION WITHIN THE PUBLIC R.O.W. A. Construction within the public right-of-way shall conform to all requirements of the regulatory authority having jurisdiction.

3.6

MODIFICATIONS OF EXISTING STRUCTURES A. General: The Contractor shall alter, reconstruct and/or convert existing structures where and as shown on the drawings, and/or as approved by the Owner. In general, alterations shall be performed with the same type of material used in the original construction unless otherwise indicated on the drawings or approved by the Owner. B. Damage to Existing Installations: The Contractor shall exercise extreme care during such alteration, reconstruction and/or conversions so as not to damage any portions of the structure and/or pipe shown to remain. Any such damage shall be repaired by the Contractor at his own expense and to the satisfaction of the Owner.

STORM DRAINAGE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02650-6

3.7

ROOF DRAINS AND LEADERS A. The Site Contractor shall install roof downspout leaders as provided on the drawings to within 1 foot of building limits. If work by others is complete then the Contractor shall complete the connection. If future connections will be required by others, Contractor shall install plugging and material apparatus as necessary to protect and mark his work. B. All piping connections shall utilize a prefabricated fittings or drainage structure. C. A cleanout shall be installed on the roof downspout leaders as provided on the drawings.

3.8

PROTECTION AND CLEANING A. The Contractor shall maintain all pipe installations and drainage structures in a condition such that they will function continuously and shall be kept clean of silt, debris and other foreign matter from the pipe and drainage structure is installed until the project is accepted.

3.9

FINAL INSPECTION A. Upon completion of the work and before final acceptance by the Owner, the entire drainage system shall be subject to a final inspection in the presence of the Owner and/or Site Engineer. The work shall not be considered as complete until all requirements for line, grade, cleanliness, and workmanship have been completed. B. Storm Sewer Pipe Testing: Storm sewer pipes and structures shall be visually inspected by the CONTRACTOR and testing agency of the OWNER prior to backfilling. END OF SECTION 02650

P:\50069782\Specs\334100 - Storm Drainage.doc

STORM DRAINAGE Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02650-7

SECTION 02790 TENNIS COURT SURFACING

PART 1 - GENERAL 1.1

SUMMARY Asphalt tennis court surface color coating system.

1.2

RELATED REQUIREMENTS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications.

1.3

REFERENCE STANDARDS

A.

American Sports Builders Association (ASBA).

B.

United States Tennis Association (USTA) Rules of Tennis.

1.4

SUBMITTALS

A.

Comply with Section 01300 – Submittals.

B.

Product Data: Submit manufacturer’s product data, including surface and crack preparation and application instructions.

C.

Samples: Submit manufacturer’s color samples of color coating.

D.

Test Reports: Submit independent test results for solar reflectance index.

E.

Manufacturer’s Certification: Submit manufacturer’s certification that materials comply with specified requirements and are suitable for intended application.

F.

Manufacturer’s Project References: Submit manufacturer’s list of successfully completed asphalt tennis court surface color coating system projects, including project name, location, and date of application.

G.

Applicator’s Project References: Submit applicator’s list of successfully completed asphalt tennis court surface color coating system projects, including project name, location, type and quantity of color coating system applied, and date of application.

H.

Warranty Documentation: Submit manufacturer’s standard warranty.

TENNIS COURT SURFACING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02790-1

1.5

QUALITY ASSURANCE

A.

Manufacturer’s Qualifications: 1. Manufacturer regularly engaged, for past 5 years, in manufacture of asphalt tennis court surface color coating systems of similar type to that specified. 2. United States owned company. 3. Member: ASBA.

B.

Applicator's Qualifications: 1. Applicator regularly engaged, for past 3 years, in application of tennis court surface color coating systems of similar type to that specified. 2. Employ persons trained for application of tennis court surface color coating systems.

1.6

DELIVERY, STORAGE, AND HANDLING

A.

Delivery and Acceptance Requirements: Deliver materials to site in manufacturer’s original, unopened containers and packaging, with labels clearly identifying product name and manufacturer.

B.

Storage and Handling Requirements: 1. Store and handle materials in accordance with manufacturer’s instructions. 2. Keep materials in manufacturer’s original, unopened containers and packaging until application. 3. Store materials in clean, dry area indoors. 4. Store materials out of direct sunlight. 5. Keep materials from freezing. 6. Protect materials during storage, handling, and application to prevent contamination or damage. 7. Close containers when not in use.

1.7

AMBIENT CONDITIONS

A.

Do not apply asphalt tennis court surface color coating system when air or surface temperatures are below 50 degrees F during application or within 24 hours after application.

B.

Do not apply asphalt tennis court surface color coating system when rain is expected during application or within 24 hours after application.

PART 2 - PRODUCTS 2.1 A.

MANUFACTURER SportMaster Sport Surfaces, PO Box 2277, 2520 South Campbell Street, Sandusky, Ohio 44870. (800-326-1994); or Approved Equal.

TENNIS COURT SURFACING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02790-2

2.2

MATERIALS

A.

Asphalt Tennis Court Surface Color Coating System: SportMaster Color Coating System.

B.

Crack Sealant: SportMaster “Crack Magic”. 1. 100 percent acrylic emulsion elastomeric crack sealant. 2. Seals cracks up to 1/2 inch wide in asphalt pavement. 3. Weight per Gallon at 77 Degrees F: 8.8 lbs., plus or minus 0.5 lbs. 4. Non-Volatile Material: 61 percent, plus or minus 5 percent.

C.

Crack Filler: SportMaster “Acrylic Crack Patch”. 1. 100 percent acrylic emulsion trowel-grade crack filler. 2. Fills cracks in asphalt pavement up to 1 inch wide. 3. Chemical Characteristics, by Weight, Minimum: a. Acrylic Emulsion: 10.0 percent. b. Hiding Pigment: 0.2 percent. c. Mineral Inert Fillers: 78.0 percent. d. Film Formers, Additives: 1.8 percent. e. Water: 8.5 percent. 4. Weight per Gallon at 77 Degrees F: 15.2 lbs., plus or minus 1.0 lbs. 5. Non-Volatile Material: 80 percent, plus or minus 5 percent. 6. Color: OWNER shall specify color – Green, Neutral, or Red.

D.

Patch Binder: SportMaster “Acrylic Patch Binder”. 1. 100 percent acrylic emulsion liquid binder. 2. Mix on-site with sand and cement. 3. Levels and repairs low spots and depressions up to 3/4 inch deep in asphalt pavement. 4. Fills Cracks in Asphalt up to 1” in width. 5. Weight per Gallon at 77 Degrees F: 8.8 lbs., plus or minus 0.5 lbs.

E.

Filler Course: SportMaster “Acrylic Resurfacer”. 1. 100 percent acrylic emulsion resurfacer. 2. Mix on-site with silica sand. 3. Apply to asphalt surfaces or previously colored acrylic surfaces in preparation of color coating system. 4. Chemical Characteristics, by Weight, Minimum: a. Acrylic Emulsion: 44.0 percent. b. Hiding Pigment: 2.0 percent. c. Mineral Inert Fillers: 5.0 percent. d. Film Formers, Additives: 0.2 percent. e. Water: 45.0 percent. 5. Weight per Gallon at 77 Degrees F: 8.5 lbs., plus or minus 0.5 lbs. 6. Non-Volatile Material: 27.5 percent, plus or minus 5.0 percent. 7. Color: OWNER shall specify color – Black or Neutral.

TENNIS COURT SURFACING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02790-3

F.

Color Coating: SportMaster “ColorPlus System”. 1. 100 percent acrylic emulsion coating. 2. Mix on-site with silica sand and water. 3. Color coats tennis and multipurpose courts. 4. Weight per Gallon at 77 Degrees F: 9.2 lbs., plus or minus 0.5 lbs. 5. Color: OWNER shall specify color – Beige, Blue, Brown, Dark Green, Dove Gray, Forest Green, Gray, Ice Blue, Light Blue, Light Green, Maroon, Red, Sandstone, or Tournament Purple.

G.

Line Markings Primer: SportMaster “Stripe-Rite”. 1. 100 percent acrylic emulsion primer, clear drying. 2. Primes line markings and prevents bleed-under for sharp lines. 3. Chemical Characteristics, by Weight, Nominal: a. Acrylic Emulsion: 38.0 percent. b. Hiding Pigment: 0.0 percent. c. Mineral Inert Fillers: 7.0 percent. d. Film Formers, Additives: 1.5 percent. e. Water: 50.0 percent. 4. Weight per Gallon at 77 Degrees F: 8.9 lbs., plus or minus 0.5 lbs. 5. Non-Volatile Material: 29 percent, plus or minus 5 percent.

H.

Line Paint: SportMaster “Textured Line Paint”. 1. Pigmented, 100 percent acrylic emulsion line paint. 2. Line marking on asphalt tennis courts. 3. Chemical Characteristics, by Weight, Nominal: a. Acrylic Emulsion: 25.89 percent. b. Pigment: 14.90 percent. c. Mineral Inert Fillers: 13.12 percent. d. Additives: 4.73 percent. e. Water: 41.36 percent. 4. Weight per Gallon at 77 Degrees F: 10.65 lbs., plus or minus 0.75 lbs. 5. Non-Volatile Material: 45.17 percent, plus or minus 5 percent. 6. Color: OWNER shall specify color – Blue, Red, White, or Yellow.

PART 3 - EXECUTION 3.1

EXAMINATION

A.

Examine asphalt tennis court surfaces to receive color coating system.

B.

Verify asphalt tennis courts meet ASBA requirements.

C.

Notify Architect of conditions that would adversely affect application or subsequent use.

D.

Do not begin surface preparation or application until unacceptable conditions are corrected.

TENNIS COURT SURFACING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02790-4

3.2

SURFACE PREPARATION

A.

Protection of In-Place Conditions: Protect adjacent surfaces and landscaping from contact with asphalt tennis court surface color coating system.

B.

Prepare surfaces in accordance with manufacturer’s instructions.

C.

Cure new asphalt surfaces a minimum of 14 to 30 days before application of asphalt tennis court surface color coating system.

D.

Remove dirt, dust, debris, oil, grease, vegetation, loose materials, and other surface contaminants which could adversely affect application of asphalt tennis court surface color coating system. Pressure wash entire surface.

E.

Repair cracks, depressions, and surface defects in accordance with manufacturer’s instructions before application of filler course and color coating.

F.

Level depressions 1/8 inch and deeper with patch binder in accordance with manufacturer’s instructions.

G.

Apply 1 or 2 coats of filler course as required by surface roughness and porosity to provide smooth underlayment for application of color coating.

H.

Ensure surface repairs are flush and smooth to adjoining surfaces.

3.3

APPLICATION

A.

Apply asphalt tennis court surface color coating system in accordance with manufacturer’s instructions at locations indicated on the Drawings.

B.

Mix materials in accordance with manufacturer’s instructions.

C.

Apply Filler Course and Color Coating with a 50-60 durometer, soft rubber squeegee.

D.

Filler Course: 1. Apply 2 coats on new asphalt or existing acrylic surfaces with extensive cracks or low spot repair. 2. Apply 1 coat on existing acrylic surfaces with minimal repairs.

E.

Color Coating: Apply a minimum of 2 coats of color coating to prepared surfaces in accordance with manufacturer’s instructions.

F.

Allow material drying times in accordance with manufacturer’s instructions before applying other materials or opening completed surface to foot traffic.

3.4 A.

LINE MARKINGS Lay out tennis court line markings in accordance with USTA Rules of Tennis.

TENNIS COURT SURFACING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02790-5

B.

Apply line markings primer, after masking tape has been laid, to seal voids between masking tape and tennis court surface to prevent bleed-under when line paint is applied.

C.

Apply a minimum of 1 coat of line paint in accordance with manufacturer’s instructions.

3.5

PROTECTION

A.

Allow a minimum of 24 hours curing time before opening tennis courts for play.

B.

Protect applied asphalt tennis court surface color coating system to ensure that, except for normal weathering, coating system will be without damage or deterioration at time of Substantial Completion. END OF SECTION 02798

P:\50069782\Specs\02790 - Tennis Court Surfacing.doc

TENNIS COURT SURFACING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02790-6

SECTION 02798 UTILITY LOCATION AND IDENTIFICATION PART 1 - GENERAL 1.1

SUMMARY The purpose of this Section is to specify the requirements for utility location tape. In general, all utility pipelines shall be marked by appropriately marked metallic tape 12 to 24 inches above the conduit.

1.2

RELATED SECTIONS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications.

1.3

REFERENCES Code of Virginia

1.4

SUBMITTALS See Section 01300.

1.5

SEQUENCING The tape wire shall be installed at the same time as the pipeline.

PART 2 - PRODUCT 2.1

WARNING AND IDENTIFICATION TAPE A.

Polyethylene plastic and metallic core or metallic-faced, acid-and alkali-resistant, polyethylene plastic warning tape manufactured specifically for warning and identification of buried utility lines. Provide tape on rolls, 3 inch minimum width, color coded as specified below for the intended utility with warning and identification imprinted in bold black letters continuously over the entire tape length. Warning and identification to read, “CAUTION, BURIED (intended service) LINE BELOW” or similar wording. Color and printing shall be permanent, unaffected by moisture or soil.

UTILITY LOCATION AND IDENTIFICATION Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02798-1

Warning Tape Color Codes Purple:

2.2

Storm

1.

Warning Tape for Metallic Piping: Acid and alkali-resistant polyethylene plastic tape conforming to the width, color, and printing requirements specified above. Minimum thickness of tape shall be 0.003 inch. Tape shall have a minimum strength of 1500 psi otherwise, and 1250 psi crosswise, with a maximum 350 percent elongation.

2.

Detectable Warning Tape for Non-Metallic Piping: Polyethylene plastictape conforming to the width, color and printing requirements specified above. Minimum thickness of the tape shall be 0.004 inch. Tape shall have a minimum strength of 1500 psi lengthwise and 1250 psi crosswise. Tape shall be manufactured with integral wires, foil backing, or other means of enabling detection by a metal detector when tape is buried up to 3 feet deep. Encase metallic element of the tape in a protective jacket or provide with other means of corrosion protection. Color coded tape shall be installed flat with color side up to 12 inches to 24 inches over all installed utility lines including main line and service lateral or service connection.

BURIED DETECTION WIRE A.

Detection wire shall be insulated single strand, solid copper with a minimum of 12 AWG. Detection wire shall be buried directly above piping, including service lines to the meter, at a distance not to exceed twelve (12) inches above the top of pipe. The wire shall extend continuously and unbroken, from point of access to point of access. The ends of the wire shall terminate with a minimum of three (3) feet of wire, coiled, remaining accessible in each test station box. The wire shall be exposed at the connection between contact A & B until the connection can be made to the wire by the last contractor to make the pipe connection.

B.

Test Station Box – Plastic box for corrosion protection. Plastic shaft a minimum of 18” long with cast iron lid and collar. Collar shall be a minimum of 2” deep. Lid shall be bolted to collar with brass bolts. Lid shall be imprinted with the wording “TEST”. Contractor shall install 24”x24”x4” concrete pad around test station box. Test station boxes shall be installed at intervals no greater than 1000 feet as shown on the plans, unless approved by owner. All connections at the main line must be electrically sound and physically secure with screw connections or clamps. All connections must be taped with electrical tape and sealed with an electrical coating sealant. END OF SECTION 02798

P:\50069782\Specs\02798 - Utility Location and Identification.doc

UTILITY LOCATION AND IDENTIFICATION Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02798-2

SECTION 02850 TOPSOILING AND SEEDING PART 1 1.1

GENERAL

SUMMARY The work covered by this Section consists of furnishing all plant, labor, equipment and materials, and in performing all operations in connection with topsoiling and seeding the graded areas, all slopes adjacent to the graded areas; all paving shoulders and slopes all disturbed or scarred areas, complete in strict accordance with the Plans and Specifications.

1.2

RELATED SECTIONS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications.

1.3

REFERENCES A. B.

1.4

VDOT Road and Bridge Specifications Virginia Erosion and Sediment Control Handbook

QUALITY ASSURANCE CONTRACTOR shall provide certification of the products proposed to be provided. Seed shall be labeled in accordance with U.S. Department of Agriculture Rules and Regulations.

1.5

DELIVERY, STORAGE AND HANDLING Materials shall be kept in a dry, secure place until use. Materials damaged by water or contaminated by other materials shall not be used and shall be removed from the Project area.

PART 2 2.1

PRODUCTS

SEED A.

All seed used shall be labeled in accordance with U. S. Department of Agriculture Rules and Regulations under the Federal Seed Act in effect on the date of invitation for bids. All seed shall be furnished in sealed standard containers. Seed, which has become wet, moldy, or otherwise damaged in transit or storage, will not be acceptable. The seed mix shall conform to the following:

TOPSOILING AND SEEDING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02850-1

General Slope (3:1 or Less)

Total lbs. per Acre

Kentucky 31 Fescue Red Top Grass Seasonal Nurse Crop*

128 lbs 2 lbs 20 lbs Total

Low-Maintenance Slope (Steeper than 3:1) Kentucky 31 Fescue Red Top Grass Seasonal Nurse Crop* Crownvetch**

150 lbs Total lbs. per Acre 108 lbs 2 lbs 20 lbs 20 lbs

Total

150 lbs

*Use seasonal nurse crop in accordance with seeding dates as stated below: February16th - April Annual Rye st th May 1 – August 15 Foxtail Miller August 16th – October Annual Rye th November – February 15 Winter Rye **Substitute Sericea Lespedeza for Crownvetch east of Farmville, VA. (May through September use hulled Sericea, all other periods, use unhulled Sericea). If Flatpea is used in lieu of Crownvetch, increase rate to 30 lbs./acre. All legume seed must be properly inoculated. Weeping Lovegrass may be added to any slope of low-maintenance mix during warmer seeding periods; add 10-20 lbs./acre in mixes. B.

2.2

Certified copies of analysis indicating that seed mixture conforms to the above shall be submitted to the ENGINEER before seed is ordered. The ENGINEER shall be furnished with duplicate signed copies of a statement from the vendor, certifying that each container of seed delivered is fully labeled in accordance with the Federal Seed Act and is at least equal to the Specification requirements.

FERTILIZER Fertilizer shall be 5-20-10 grade, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers, each fully labeled, conforming to the applicable State fertilizer laws, and bearing the name, trade name or trade mark, and warranty of the producer.

TOPSOILING AND SEEDING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02850-2

2.3

LIME Lime shall be ground limestone containing not less than 85 percent of total carbonates and shall be ground to such fineness that at least 50 percent will pass through a 100-mesh sieve and at least 90 percent will pass through a 20-mesh sieve. The ENGINEER shall be furnished with duplicate copies of invoices for all fertilizer and lime used on the project. Invoices for fertilizer shall show the grade furnished. Invoices for lime shall show total minimum carbonates and minimum percentages of the material furnished that pass the 100-and 20 mesh sieves.

2.4

TOPSOIL Topsoil to be used under this Section shall be topsoil removed and stockpiled under other sections. Additional topsoil if required under this Section shall be natural, friable material possessing the characteristics of representative soils in the vicinity which produce heavy growths of crops, grass or other vegetation, and shall be obtained from naturally well-drained areas. The topsoil shall be reasonably free from clay lumps, stones, stumps, roots or other objects larger than 2 inches in diameter, toxic substances, or any other material or substance which might be harmful to plant growth or be a hindrance to grading and maintenance operations. Additional topsoil meeting the above requirements, if required, shall be furnished by CONTRACTOR from his own sources off the site of the contract limits.

2.5

MULCH Mulching material shall consist of dry straw or hay free of noxious weeds. Mulch shall not be musty, moldy, caked, decayed or extremely dusty.

PART 3 3.1

EXECUTION

SPREADING OF TOPSOIL On areas which are intended to be seeded, the compacted subgrade or slope shall be scarified to a depth of 2 inches for the bonding of topsoil with subsoil. Topsoil is then to be evenly spread, compacted and graded to a thickness of not less than 6 inches.

3.2

PREPARATION OF SEED BED Fertilizer shall be distributed uniformly at a rate of 1,200 pounds per acre over the areas to be seeded, and shall be incorporated into the soil to a depth of at least 3 inches by dicing, harrowing, or other methods. Distribution by means of an approved seed drill equipped to sow seed and distribute fertilizer at the same time will be acceptable. Immediately following or simultaneously with the incorporation of the fertilizer, lime shall be incorporated into the soil to a depth of at least 3 inches by dicing, harrowing, or other methods. The incorporation of the lime together with the fertilizer may be performed in one (1) operation. Lime shall be applied at a rate of 2.5 tons per acre.

TOPSOILING AND SEEDING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02850-3

3.3

PLANTING SEED All seeding work shall be done between the dates of August 15 and October 1, or March 1 and April 15. When delays in operations carry the work beyond the planting season designated, or when conditions are such, by reason of drought, high winds, excessive moisture, or other factors that satisfactory results are not likely to be obtained, the ENGINEER will stop the work, and work shall be resumed only when conditions are favorable again or when approved alternate or corrective measures and procedures have been put into effect. If inspection during seeding operations or after there is a show of green indicates that strips wider than the space between the rows planted have been left or other areas skipped, the ENGINEER may require the sowing of additional seed on these areas. Seed shall be broadcast either by hand or approved sowing equipment at the rate of 150 pounds per acre. The seed shall be uniformly distributed over the designated areas. Half the seed shall be sown with the sower moving in one (1) direction, and the remainder shall be sown with the sower moving at right angles to the first sowing. The seed shall be covered to an average depth of 3-inch by means of a brush harrow, spike-tooth harrow, chain harrow, cultipacker, or other approved device. Broadcast seeding shall not be done during windy weather.

3.4

COMPACTING Immediately after the operations specified above have been completed, the entire area shall be compacted by means of a cultipacker, roller, or other approved equipment weighing 60 - 90 pounds per linear foot of roller. When a cultipacker or similar equipment is used, the final rolling shall be at right angles to the existing slopes to prevent water erosion, or at right angles to the prevailing wind to prevent dust, as directed by the ENGINEER.

3.5

MULCHING Mulch shall be spread over all seeded areas at the rate of approximately 2 tons per acre. Mulch shall be applied to a uniform depth by an approved method and in such a manner that not more than 10 percent of the soil surface is exposed. The use of wet hay or straw will not be permitted.

3.6

PROTECTION AND MAINTENANCE The area shall be protected against traffic or other use by erecting barricades immediately after seeding is completed and by placing warning signs on the various areas of a type approved by the ENGINEER. Seeded areas shall be maintained by mowing to the satisfaction of the ENGINEER. Any areas, which do not produce a healthy show of grass, shall be reseeded during the next proper season within 12 months of the original seeding date, at CONTRACTOR'S expense.

TOPSOILING AND SEEDING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02850-4

3.7

HYDRO-SEEDING At CONTRACTOR'S option, hydro-seeding methods may be used in lieu of previously described methods for the placement of seed. CONTRACTOR shall submit proposed method and equipment to the ENGINEER for approval. END OF SECTION 02850

P:\50069782\Specs\02850 - Topsoiling and Seeding.doc

TOPSOILING AND SEEDING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

02850-5

SECTION 03400 CAST-IN-PLACE CONCRETE: MISCELLANEOUS PART 1 1.1

GENERAL

SUMMARY Work under this Section includes all miscellaneous concrete work and related items necessary to complete the work as shown on the Drawings or described herein.

PART 2 2.1

PRODUCTS

QUALITY OF CONCRETE A.

General: The determination of the proportions of ingredients shall be made by an approved Independent Laboratory or Concrete Engineer employed by the CONTRACTOR. Materials shall be as previously approved by the ENGINEER. The concrete mix shall be designed in accordance with the "Recommended Practice for Selecting Proportions for Concrete" (ACI 613), a publication of the American Concrete Institute, to produce the minimum strengths scheduled herein, subject to the following stipulations: Class of Concrete

Minimum Cement Factor Bags/Cu. Yd.

I/II B.

2.2

5.0

Maximum Water Content Gal. Per 94 lbs. Bag of Cement 7.0

Min. Comprehensive Strength At 28 Days 3,500 PSI

Exposed concrete shall be air entrained and include brown sand and Soloman Colors, Inc. #306 Colorflo Liquid Color (Canvas) or approved equal by the Owner

MIXING CONCRETE A.

Concrete shall be mixed by a mechanical batch type mixing plant provided with adequate facilities for accurate measurement and control of each material entering the mixer and for changing the proportions due to the varying conditions of the work.

B.

Job-mixed concrete shall be measured and mixed in accordance with the "Recommended Practice for Measuring, Mixing, and Placing Concrete", (ACI Standard 614), a bulletin of the American Concrete Institute.

C.

Ready-mixed concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94, except that water shall not be added prior to arrival at the job site, unless authorized by the ENGINEER. When air temperatures exceed 90oF, the maximum mixing time after introduction of water will be sixty (60) minutes.

CAST-IN-PLACE CONCRETE: MISCELLANEOUS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

03400-1

2.3

AIR ENTRAINMENT A.

For air entrained concrete the air entraining agent shall be added in the mixer in such quantity as to produce air contents as follows: Maximum Size Coarse Aggregate, Inches 1½, 2, or 2½ ¾ or 1 _ or ½

B.

2.4

2.5

Air Content Percent by Volume 5/+ or -1 6/+ or -1 7-1/+ or -1

Air content shall be determined in accordance with ASTM C173 (Volumetric) or ASTM C231 (Pressure). The CONTRACTOR shall make air content tests when requested by the ENGINEER. The entraining agent shall conform to Federal Specification SS-C192 and shall be a type that is compatible with Portland Cement.

CONCRETE MATERIALS A.

Portland cement shall conform to ASTM C150 and shall be Type I or Type II, at the option of the CONTRACTOR.

B.

Aggregates, both fine and coarse, shall conform to ASTM C33. Aggregates shall be properly graded, and coarse aggregates shall be of the maximum size best suited to the project or portion of the work. Such maximum size shall not be larger than 1/5 of the narrowest dimension between forms of the member for which the concrete is to be used, nor larger than ¾ of the minimum clear spacing between reinforcing bars, whichever is smaller.

C.

The bonding agent shall be a two-component epoxy-polysulfide system, Colma Bonding Compound, manufactured by the Sika Chemical Corporation, or approved equal.

D.

Hardeners and dustproofers shall be a colorless aqueous solution of zinc or magnesium fluorosilicate. Each gallon of solution shall contain not less than 2 pounds of crystals. The material shall be approved by the ENGINEER.

E.

Admixtures, except air-entraining agents or coloring material, shall be used only upon the written permission of the ENGINEER.

F.

Cement and other concrete materials stored at the site or batching plant shall be stored in such a manner as to prevent deterioration, intermixing, segregation, or the intrusion of foreign matter. Any material which has deteriorated or has been adulterated or damaged in any way shall not be used for concrete.

STEEL REINFORCEMENT A.

Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed.

CAST-IN-PLACE CONCRETE: MISCELLANEOUS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

03400-2

B.

Plain-Steel Welded Wire Reinforcement: ASTM A 185, plain, fabricated from asdrawn steel wire into flat sheets.

C.

Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice."

PART 3 3.1

EXECUTION

PREPARATION FOR AND PLACEMENT OF CONCRETE A.

Water shall have been removed from excavations. Footing bottoms shall be free from frost, ice, mud, unsound rock, and other detrimental substances and shall have been approved by the ENGINEER before concrete is deposited. Hardened concrete, debris, and foreign materials shall be removed from the interior of forms and from the inner surfaces of mixing and conveying equipment.

B.

Concrete shall be placed in accordance with the "Recommended Practice for Measuring, Mixing and Placing Concrete" (ACI Standard 614). Concrete shall be handled from mixer or transport vehicle to place of final deposit in a continuous manner and as rapidly as practicable until the given unit of operation, approved by the ENGINEER, is complete. Belt conveyors, chutes, or other similar equipment will not be permitted unless approved in writing by the ENGINEER. Concrete shall be deposited in the forms as nearly as practicable in final position to avoid rehandling. Vibrators, spades, or other tools shall not be used to transport concrete inside the forms.

C.

Concrete which has attained its initial set or has contained its water for more than 1½ hours shall not be deposited in the work. Concrete shall not be placed on concrete which is sufficiently hard to cause formation of seams and planes of weakness within the section.

D.

Concrete shall not be allowed to drop freely more than five (5) feet in unexposed work or more than three (3) feet in exposed work. Where greater drops are required, a tremie or other means approved by the ENGINEER shall be employed.

E.

Immediately after depositing it, the concrete shall be compacted by mechanical internal-vibrating equipment supplemented by hand spading, rodding, and tamping as required.

F.

Placement of concrete during hot and cold weather shall be in accordance with the recommendations or American Concrete Institute Standards, "Recommended Practice for Hot Weather Concreting" and "Recommended Practice for Winter Concreting" respectively.

G.

Owner shall employ an independent laboratory for testing of cast-in-place concrete.

CAST-IN-PLACE CONCRETE: MISCELLANEOUS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

03400-3

3.2

CURING CONCRETE A.

3.3

Concrete shall be protected from too rapid drying for a curing period of at least seven (7) days by moist curing (preferably) or a combination of other curing methods. Concrete surfaces not protected by forms may be cured by covering with wet sand, straw, cotton mats or burlap, or with smooth surfaced, waterproof draft paper with sealed joints and edges, or by sealing with a transparent waterproof membrane curing material. The method used shall be approved by the ENGINEER. Curing materials for concrete which will be exposed in the finished work shall be non-staining. Wetting of sand, straw, mats or burlap shall be done as often as required to keep the covering wet throughout the curing period. When forms are removed before the end of the curing period, exposed vertical surfaces shall be covered and kept continuously wet by one of the methods described above. Wood forms left in place during the curing period shall be sufficiently damp at all times to prevent opening at the joints and drying of the concrete.

STEEL REINFORCEMENT A.

General: Comply with CRSI’s “Manual of Standard Practice” for placing reinforcement. END OF SECTION 03400

P:\50069782\Specs\03400 - Cast In Place Concrete.doc

CAST-IN-PLACE CONCRETE: MISCELLANEOUS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

03400-4

SECTION 260100 BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS A.

Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this and the other sections of Division 26.

1.2 SUMMARY A.

This Section includes general administrative and procedural requirements for electrical installations. The following administrative and procedural requirements are included in this Section to expand the requirements specified in Division 1: 1. 2. 3. 4. 5. 6.

B.

Submittals. Coordination drawings. Record documents. Maintenance manuals. Rough-ins. Electrical installations.

Related Sections: section: 1.

The following sections contain requirements that relate to this

Division 26 Section "BASIC ELECTRICAL MATERIALS AND METHODS," for materials and methods common to the remainder of Division 26.

1.3 SUBMITTALS A.

General: Follow the procedures specified in Division 1 Section "SUBMITTALS."

B.

Cover Sheet: The electrical related shop drawings and product data submittals shall be provided with a cover sheet that includes at a minimum the following information: Project name, Contractor name, electrical sub-contractor name, supplier name, Specification section or sheet reference, variation from plans (yes/no), Contractor approval, and electrical sub-contractor approval. A 5x3” empty rectangle shall be provided at the bottom of the page reserved for Engineer review stamp

C.

Increase, by the quantity listed below, the number of electrical related shop drawings and product data submitted, to allow for required distribution plus two copies of each submittal required, which will be retained by the Electrical Consulting Engineer.

BASIC ELECTRICAL REQUIREMENTS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260100-1

1. 2. 3.

Shop Drawings - Initial Submittal: 1 additional blue- or black-line prints. Shop Drawings - Final Submittal: 1 additional blue- or black-line prints. Product Data: 1 additional copy of each item.

D.

Additional copies may be required by individual sections of these Specifications.

E.

Submittal Document Quality: Facsimile documents are prohibited. Submittals containing sheets copied from facsimile documents will be automatically Rejected and returned to Contractor without review. Also submittals containing poor quality copies will be automatically Rejected and returned to Contractor without review.

F.

Submittal Document Binding: Use report covers with 3-hole, dual-prong tang fasteners or slide fasteners. Velo- and comb bound documents are also acceptable. Use of 3-ring binders is not permitted and such submittals will be automatically Rejected and returned to Contractor without review.

1.4 COORDINATION DRAWINGS A.

Prepare coordination drawings to a scale of 1/8"=1'-0" or larger; detailing major elements, components, and systems of electrical equipment and materials in relationship with other systems, installations, and building components. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are of importance to the efficient flow of the Work, including (but not necessarily limited to) the following: 1.

Indicate the proposed locations of major raceway systems, equipment, and materials. Include the following: a. Clearances for servicing equipment, including space for equipment disassembly required for periodic maintenance. b. Equipment connections and support details. c. Sizes and location of required concrete pads and bases.

1.5 RECORD DOCUMENTS A.

Prepare record documents in accordance with the requirements in Division 1 Section “CONTRACT CLOSEOUT." In addition to the requirements specified in Division 1, indicate installed conditions for: 1.

2. 3.

Major raceway systems, size and location, for both exterior; locations of control devices; distribution and branch electrical circuitry; and fuse and circuit breaker size and arrangements. Equipment locations (exposed and concealed), dimensioned from prominent site lines. Approved substitutions, Contract Modifications, and actual equipment and materials installed.

BASIC ELECTRICAL REQUIREMENTS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260100-2

1.6 MAINTENANCE MANUALS A.

Prepare maintenance manuals in accordance with Division 1 Section “CONTRACT CLOSEOUT." In addition to the requirements specified in Division 1, include the following information for equipment items: 4.

5.

6.

7.

Description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. Servicing instructions and lubrication charts and schedules.

1.7 DELIVERY, STORAGE, AND HANDLING A.

Deliver products to the project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION 3.1 ROUGH-IN A.

Verify final locations for rough-ins with field measurements and with the requirements of the actual equipment to be connected.

B.

Refer to equipment specifications in Divisions 2 through 16 for rough-in requirements.

3.2 ELECTRICAL INSTALLATIONS A.

General: Sequence, coordinate, and integrate the various elements of electrical systems, materials, and equipment. Comply with the following requirements: 1. 2. 3.

Coordinate electrical systems, equipment, and materials installation with other site components. Verify all dimensions by field measurements. Coordinate the installation of required supporting devices and sleeves to be set in

BASIC ELECTRICAL REQUIREMENTS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260100-3

4. 4. 5.

6.

7. 8.

11.

poured-in-place concrete and other structural components, as they are constructed. Sequence, coordinate, and integrate installations of electrical materials and equipment for efficient flow of the Work. Where mounting heights are not detailed or dimensioned, install systems, materials, and equipment to provide the maximum headroom possible. Coordinate connection of electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. Provide required connection for each service. Install systems, materials, and equipment to conform with approved submittal data, including coordination drawings, to greatest extent possible. Conform to arrangements indicated by the Contract Documents, recognizing that portions of the Work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements, refer conflict to the Architect. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other building systems and components. Install electrical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components. As much as practical, connect equipment for ease of disconnecting, with minimum of interference with other installations. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope.

3.3 CUTTING AND PATCHING A.

General: Perform cutting and patching in accordance with Division 1 Section "CUTTING AND PATCHING." In addition to the requirements specified in Division 1, the following requirements apply: 1.

2.

3.

Perform cutting, fitting, and patching of electrical equipment and materials required to: b. Uncover Work to provide for installation of ill-timed Work. c. Remove and replace defective Work. d. Remove and replace Work not conforming to requirements of the Contract Documents e. Install equipment and materials in existing structures. f. Upon written instructions from the Architect, uncover and restore Work to provide for Architect observation of concealed Work. Cut, remove, and legally dispose of selected electrical equipment, components, and materials as indicated, including but not limited to removal of electrical items indicated to be removed and items made obsolete by the new Work. Protection of Installed Work: During cutting and patching operations, protect adjacent installations. END OF SECTION 260100

BASIC ELECTRICAL REQUIREMENTS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260100-4

SECTION 260600 CONDUCTORS, RACEWAYS, AND WIRING DEVICES PART 1 - GENERAL 1.1 A.

1.2 A.

RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY This Section includes the following: 1. 2. 3. 4.

B.

Related Sections include the following: 1.

C.

A.

Division 26 Section "Basic Materials And Methods" for raceways and box supports.

Definitions: 1. 2. 3. 4. 5. 6.

1.3

Building wires and cables and associated connectors, splices, and terminations for wiring systems rated 600V and less. Raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. Underground concrete-encased duct banks and handholes. Wiring device: receptacles, switches, and device plates.

EMT: Electrical metallic tubing. FMC: Flexible metal conduit. GFCI: Ground-fault circuit interrupter. Also referred to as GFI. LFMC: Liquidtight flexible metal conduit. RMC: Rigid metal conduit. RNC: Rigid nonmetallic conduit.

SUBMITTALS Product Data: 1. 2. 3. 4. 5.

For wires and cables. For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets. Ducts, including elbows, bell ends, spaces, and fittings. Handhole construction and hardware. For receptacles, switches, and faceplates.

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-1

B.

1.4

Shop Drawings: Include layout drawings showing components and wiring for nonstandard boxes, enclosures, and cabinets. QUALITY ASSURANCE

A.

Listing and Labeling: Provide all products specified in this Section that are listed and labeled. The Terms "Listed" and "Labeled": As defined in NFPA 70, Article 100.

B.

Comply with NFPA 70.

1.5 A.

1.6 A.

COORDINATION Coordinate layout and installation of raceways and boxes with other construction elements to ensure adequate headroom, working clearance, and access. Revise locations and elevations from those indicated, as required to suit field conditions, and as approved by Engineer or Architect. DELIVERY, STORAGE, AND HANDLING Store non-metallic raceway and ducts with supports to prevent bending, warping, and deforming. Deliver ducts intended for underground use to Project site with ends capped.

PART 2 - PRODUCTS 2.1 A.

MANUFACTURERS Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1.

Wires and Cables: a. b. c.

2.

Connectors for Wires and Cables: a. b. c.

3.

American Insulated Wire Corp.; Leviton Manufacturing Co. BICC Brand-Rex Company. Southwire Company.

AMP Incorporated. General Signal; O-Z/Gedney Unit. 3M Company; Electrical Products Division.

Metal Conduit and Tubing:

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-2

a. b. c. 4.

Nonmetallic Conduit and Tubing: a. b. c.

5.

Christy Concrete Products, Inc. Utility Vault Co. Quazite, Division of MMFG.

Nonmettalic Ducts and Accessories: a. b. c. d.

10.

Erickson Electrical Equipment Co. Hoffman Engineering Co.; Federal-Hoffman, Inc. Hubbell Inc.; Raco, Inc. Thomas & Betts Corp.

Underground Precast Concrete Handoles: a. b. c.

9.

Hoffman Engineering Co. The Austin Company. Square D Co.

Boxes, Enclosures, and Cabinets: a. b. c. d.

8.

Crouse-Hinds; Div. of Cooper Industries. Hubbell, Inc.; Killark Electric Manufacturing Co. Lamson & Sessions; Carlon Electrical Products. O-Z/Gedney; Unit of General Signal.

Metal Wireways: a. b. c.

7.

Anamet, Inc.; Anaconda Metal Hose. Lamson & Sessions; Carlon Electrical Products. Thomas & Betts Corp.

Conduit Bodies and Fittings: a. b. c. d.

6.

Grinnell Co.; Allied Tube and Conduit Div. Spiraduct, Inc. Wheatland Tube Co.

ElecSys, Inc. Carlon Electrical Products. Spiraduct/AFC Cable Systems, Inc. Thomas & Betts Corp.

Wiring Device: a. b. c.

Hubbell, Inc.; Wiring Devices Div. Leviton Manufacturing Co., Inc. Pass & Seymour/Legrand; Wiring Devices Div.

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-3

2.2

CONDUCTORS AND CABLES

A.

UL-listed building wires and cables with conductor material, insulation type, cable construction, and rating as specified in Part 3 "Wire and Insulation Applications" Article.

B.

Conductor Material: Copper.

C.

Stranding: Solid conductor for No. 10 AWG and smaller; stranded conductor for larger than No. 10 AWG.

D.

Minimum size: #12AWG for power and lighting circuits.

E.

Connectors and Splices: 1.

2. 2.3 A.

RACEWAY AND BOXES Metal Conduit and Tubing: 1. 2.

3. 4. 5. B.

Rigid Steel Conduit: ANSI C80.1. EMT and Fittings: ANSI C80.3. a. Fittings: Steel compression type. Cast, pot metal, set-crew, or crimp type fittings are not acceptable. Box connectors shall be insulated throat type. FMC: Zinc-coated steel. LFMC: Flexible steel conduit with PVC jacket. Fittings: NEMA FB 1; compatible with conduit/tubing materials.

Nonmetallic Conduit and Tubing 1. 2.

C.

UL-listed, factory-fabricated wiring connectors of size, ampacity rating, material, type, and class for application and service indicated. Comply with Project's installation requirements and as specified in Part 3 "Wire and Insulation Applications" Article. Push-in type splice connectors are prohibited.

RNC: NEMA TC 2, Schedule 40 or 80 PVC. RNC Fittings: NEMA TC 3; match to conduit or conduit/tubing type and material.

Metal Wireways: 1. 2.

3. 4.

Material: Sheet metal sized and shaped as indicated. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. Wireway Covers: Hinged type. Finish: Manufacturer’s standard enamel finish.

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-4

D.

Outlet and Device Boxes: 1. 2.

E.

Floor Boxes: Fully adjustable, rectangular. 1. 2.

F.

2.

A.

Hinged-Cover Enclosures: NEMA 250, Type 1, with continuous hinge cover and flush latch. a. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. Cabinets: NEMA 250, Type 1, galvanized steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. Hinged door in front cover with flush latch and concealed hinge. Key latch to match panelboards. Include metal barriers to separate wiring of different systems and voltage, and include accessory feet where required for freestanding equipment.

UNDERGROUND DUCTS AND UTILITY STRUCTURES Ducts: 1.

B.

Small Sheet Metal Boxes: NEMA OS 1. Cast-Metal Boxes: NEMA FB 1, cast box with gasketed cover.

Enclosures and Cabinets: 1.

2.4

All floor boxes shall meet UL scrub water exclusion requirements See floor box details on plans for additional requirements.

Pull and Junction Boxes: 1. 2.

G.

Sheet Metal Boxes: NEMA OS 1. Cast-Metal Boxes: NEMA FB 1, Type FD, cast box with gasketed cover.

Rigid Nonmetallic Conduit: NEMA TC 2, Type EPC-40-PVC, UL 651, with matching fittings by the same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B.

Handholes: 1.

Fiberglass Reinforced Concrete Handholes: Constructed of polymer concrete and reinforced by heavy-weave fiberglass. Composite material shall be rated for no less than 8,000 lbs. Over a 10”x10” area and tested to temperatures of -50°F. Compressive strength should be no less than 11,000 psi. Covers shall have a minimum coefficient of friction of .5 and have a design load of minimum 15,000 lbs per 10”x10” area. Unit, when buried, shall be designed to support AASHTO H10 loading. Unless otherwise noted all boxes shall be provided with bolted covers.

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-5

2. C.

Accessories: 1.

2.

3. D.

2.5

Cover Legend: “ELECTRIC” or “COMMUNICATIONS” as required.

Duct Spacers: Rigid PVC interlocking spacers, selected to provide minimum duct spacings and cover depths indicated while supporting ducts during concreting and backfilling; produced by the same manufacturer as the ducts. Duct-Sealing Compound: Nonhardening, safe for contact with human skin, not deleterious to cable insulation, and workable at temperatures as low as 35 deg F. Capable of withstanding temperature of 300 deg F without slump and of adhering to clean surfaces of plastic ducts, metallic conduits, conduit coatings, concrete, masonry, lead, cable sheaths, cable jackets, insulation materials, and common metals. Warning Tape: Underground-line warning tape specified in Division 26 Section "Basic Electrical Materials and Methods."

Concrete: Use 3000-psi- minimum, 28-day compressive strength and 3/8-inch maximum aggregate size. Concrete and reinforcement are specified in Division 3 Section "Cast-in-Place Concrete." WIRING DEVICES

A.

GFCI Receptacles: Termination type, with integral NEMA WD 6, Configuration 5-20R duplex receptacle. Design units for installation in a 2-3/4-inch- (70-mm-) deep outlet box without an adapter.

B.

Wall Plates: Single and combination types match corresponding wiring devices. 1. 2.

Plate-Securing Screws: Metal with head color to match plate finish. Material for Wet Locations: Cast aluminum with spring-loaded lift cover, and listed and labeled for use in “wet locations.”

PART 3 - EXECUTION 3.1

CONDUCTORS AND CABLES

A.

Examination: Examine raceways and building finishes to receive wires and cables for compliance with requirements for installation tolerances and other conditions affecting performance of wires and cables. Do not proceed with installation until unsatisfactory conditions have been corrected.

B.

Wire and Insulation Applications: 1. 2.

Service Entrance: Type RHW or THWN, in raceway. Feeder: Type THHN/THWN, in raceway.

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-6

3. 4.

5. 6. C.

Installation: Install wires and cables as indicated, according to manufacturer's written instructions and NECA's "Standard of Installation. 1.

2. 3. 4. 5. 6. D.

3. 4. 5.

A.

Pull Conductors: Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway. Install exposed cables, parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. Support cables according to Division 26 Section "Basic Electrical Materials and Methods." Seal around cables penetrating fire-rated elements according to U.L. systems shown on drawings and Division 7 Section “Fireproofing.” Identify wires and cables according to Division 26 Section " Basic Electrical Materials and Methods."

Connections: 1. 2.

3.2

Branch Circuits: Type THHN/THWN, in raceway. Lighting Branch Circuits: Type MC cable, #12 AWG, copper conductor, 90°C insulation. May be used for connecting light fixtures together. Maximum length is 15’. All home runs to first light fixture and switch legs shall be in conduit. Do not use for receptacle or other power circuits. Fire Alarm Circuits: Type THHN/THWN, in raceway. Class 2 Control Circuits: Type THHN/THWN, in raceway.

Conductor Splices: Keep to minimum. Install splices and tapes that possess equivalent or better mechanical strength and insulation ratings than conductors being spliced. Push-in type splice connectors are prohibited. Use splice and tap connectors compatible with conductor material. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches (300 mm) of slack. Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

RACEWAY AND BOXES Examination: Examine surfaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of raceway installation. Do not proceed with installation until unsatisfactory conditions have been corrected.

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-7

B.

Wiring Methods: 1.

C.

Outdoors: Use the following wiring methods: a. Exposed: Rigid galvanized steel. b. Concealed: Rigid galvanized steel. c. Underground, Single Run: RNC. d. Underground, Grouped: RNC. e. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC. f. Boxes and Enclosures: NEMA 250, Type 3R or Type 4.

Installation: Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions 1. 2. 3.

4. 5. 6. 7.

8. 9.

10.

11. 12.

Minimum Raceway Size: 3/4-inch trade size (DN21). Conceal conduit, unless otherwise indicated, within finished walls, ceilings, and floors. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. Install raceways level and square and at proper elevations. Provide adequate headroom. Complete raceway installation before starting conductor installation. Support raceways as specified in Division 26 Section " Basic Electrical Materials and Methods." Protect stub-ups from damage where conduits rise through floor slabs. Provide rigid galvanized steel elbows and extend rigid conduit a minimum of 4” above finished slab. Arrange so curved portion of bends is not visible above the finished slab. Make bends and offsets so ID is not reduced. Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. Use raceway fittings compatible with raceways and suitable for use and location. For intermediate steel conduit, use threaded rigid steel conduit fittings, unless otherwise indicated. Run concealed raceways, with a minimum of bends, in the shortest practical distance considering the type of building construction and obstructions, unless otherwise indicated. Raceways Embedded in Slabs: Raceway shall not be installed embedded within floor and roof slabs. Install exposed raceways parallel to or at right angles to nearby surfaces or structural members, and follow the surface contours as much as practical. a. Run parallel or banked raceways together, on common supports where practical.

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-8

b.

13.

14.

15.

16.

17. D.

Protection: Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer that ensure coatings, finishes, and cabinets are without damage or deterioration at the time of Substantial Completion. 1. 2.

3.3 A.

Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer.

UNDERGROUND DUCTS AND UTILITY STRUCTURES Applications: 1. 2. 3.

B.

Make bends in parallel or banked runs from same centerline to make bends parallel. Use factory elbows only where elbows can be installed parallel; otherwise, provide field bends for parallel raceways. Join raceways with fittings designed and approved for the purpose and make joints tight. a. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. b. Use insulating bushings to protect conductors. Terminations: Where raceways are terminated with locknuts and bushings, align raceways to enter squarely and install locknuts with dished part against the box. Where terminations are not secure with 1 locknut, use 2 locknuts: 1 inside and 1 outside the box. Stub-up Connections: Extend conduits through concrete floor for connection to freestanding equipment. Install with an adjustable top or coupling threaded inside for plugs set flush with the finished floor. Extend conductors to equipment with rigid steel conduit; FMC may be used 6 inches (150 mm) above the floor. Install screwdriver-operated, threaded flush plugs flush with floor for future equipment connections. Flexible Connections: Use maximum of 6 feet (1830 mm) of flexible conduit for recessed and semirecessed lighting fixtures; for equipment subject to vibration, noise transmission, or movement; and for all motors. Use liquidtight flexible conduit in wet or damp locations. Install separate ground conductor across flexible connections. Install hinged-cover enclosures and cabinets plumb. Support at each corner.

Underground Ducts for Electrical Feeders: Type EPC-40-PVC. Underground Ducts for Electrical Branch Circuits: Type EPC-40-PVC. Underground Ducts for Communication Utility Service: Type EPC-40-PVC.

Earthwork: 1.

Excavation and Backfill: Comply with Division 2 Section "Earthwork" but do not use heavy-duty, hydraulic-operated, compaction equipment.

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-9

2.

3.

4. C.

Conduit and Duct Installation: 1. 2.

3.

4.

5.

6.

7. 3.4 A.

Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Curves and Bends: Use manufactured elbows for stub-ups at equipment and at building entrances. Use manufactured long sweep bends with a minimum radius of 25 feet, both horizontally and vertically, at other locations. Use solvent-cement joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in the same plane. Warning Tape: Bury warning tape approximately 12 inches above all concreteencased duct banks. Align tape parallel to and within 3 inches of the centerline of duct bank. Stub-ups: Use rigid steel conduit for stub-ups to equipment. For equipment mounted on outdoor concrete bases, extend steel conduit a minimum of 5 feet from edge of base. Install insulated grounding bushings on terminations. Couple steel conduits to ducts with adapters designed for this purpose and encase coupling with 3 inches of concrete. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig hydrostatic pressure. Pulling Cord: Install 100-lbf- test nylon cord in ducts, including spares.

WIRING DEVICES Installation: 1. 2. 3.

4. B.

Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed. Restore all areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching. Restore disturbed pavement. Refer to Division 1 Section "Cutting and Patching."

Install devices and assemblies plumb and secure. Install wall plates when painting is complete. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical, and grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. Protect devices and assemblies during painting.

Identification: Comply with Division 26 Section 1.

Comply with Division 26 Section "Basic Electrical Materials and Methods."

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-10

2. 3.

C.

Connections: 1. 2. 3.

3.5 A.

Conductors and Cables:

2. 3.

Testing: On installation of wires and cables and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.3.1. Certify compliance with test parameters. Correct malfunctioning conductors and cables at Project site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units and retest.

Underground Ducts and Utility Structures: 1.

2. C.

Connect wiring device grounding terminal to outlet box with bonding jumper. Connect wiring device grounding terminal to branch-circuit equipment grounding conductor. Tighten electrical connectors and terminals according to manufacturers published torque-tightening values. If manufacturers torque values are not indicated, use those specified in UL 486A and UL 486B.

FIELD QUALITY CONTROL

1.

B.

Switches: Where three or more switches are ganged, and elsewhere as indicated, identify each switch with approved legend engraved on wall plate. Receptacles: Identify panelboard and circuit number from which served. Use machine-printed, pressure-sensitive, abrasion-resistant label tape on face of plate and durable wire markers or tags within outlet boxes.

Duct Integrity: Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out-of-round duct. Provide mandrel equal to 80 percent fill of the duct. If obstructions are indicated, remove obstructions and retest. Correct installations if possible and retest to demonstrate compliance. Remove and replace defective products and retest.

Wiring Devices: 1. 2. 3.

Test wiring devices for proper polarity and ground continuity. Operate each device at least six times. Test GFCI operation with both local and remote fault simulations according to manufacturer's written instructions. Replace damaged or defective components.

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-11

3.6

CLEANING

A.

Raceway and Boxes: On completion of installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions.

B.

Underground Ducts: Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts.

C.

Wiring Devices: Internally clean devices, device outlet boxes, and enclosures. Replace stained or improperly painted wall plates or devices. END OF SECTION 260600

CONDUCTORS, RACEWAYS, AND WIRING DEVICES Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

260600-12

SECTION 262400 PANELBOARDS, SWITCHES, AND CIRCUIT BREAKERS PART 1 - GENERAL 1.1 A.

1.2 A.

RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY This Section includes the following distribution equipment rated 600V and less: 1. 2. 3. 4.

B.

Related Sections include the following: 1. 2.

C.

Division 26 Section "Basic Electrical Materials and Methods" for fuses. Division 26 Section “Conductors, Raceway, and Wiring Devices” for attachment plugs, receptacles, and toggle switches used for disconnecting means.

Definitions: 1. 2. 3.

1.3

Lighting and appliance branch-circuit panelboards. Distribution panelboards. Enclosed switches and circuit breakers. Circuit breakers.

GFCI: Ground-fault circuit interrupter. RMS: Root mean square. SPDT: Single pole, double throw.

SUBMITTALS

A.

Product Data: For each type of panelboard, transformer, enclosed switch or circuitbreaker, and overcurrent protective device, accessory and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes.

B.

Shop Drawings: For each panelboard and related equipment. 1.

Dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. Include the following: a. b.

Enclosure types and details for types other than NEMA 250, Type 1. Bus configuration, current, and voltage ratings.

PANELBOARDS, SWITCHES, AND CIRCUIT BREAKERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

262400-1

c. d.

Short-circuit current rating of panelboards and overcurrent protective devices. Features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components.

C.

Panelboard Schedules: For installation in panelboards. Room names and numbers shall match the final signage at the site. Submit final versions prior to installation in panelboard.

D.

Maintenance Data: For panelboards, transformers, and components to include in maintenance manuals specified in Division 1. In addition to requirements specified in Division 1 Section "Contract Closeout," include the following: 1. 2.

1.4

Manufacturer's written instructions for testing and adjusting overcurrent protective devices. Time-current curves, including selectable ranges for each type of overcurrent protective device.

QUALITY ASSURANCE

A.

Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

B.

Comply with NFPA 70.

1.5 A.

COORDINATION Coordinate layout and installation of distribution equipment and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, and encumbrances to workspace clearance requirements.

PART 2 - PRODUCTS 2.1 A.

MANUFACTURERS Available Manufacturers: Subject to compliance with requirements, manufacturers offering distribution products that may be incorporated into the Work include the following: 1. 2. 3. 4.

Eaton Corp.; Cutler-Hammer Products. General Electric Co.; Electrical Distribution & Control Div. Siemens Energy & Automation, Inc. Square D Co.

PANELBOARDS, SWITCHES, AND CIRCUIT BREAKERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

262400-2

2.2 A.

PANELBOARDS Fabrication and Features 1.

2.

3. 4. 5. 6. 7. 8. 9. 10.

11. 12. B.

2.3 A.

Panelboard Short Circuit Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. ENCLOSED SWITCHES All Switches: 1. 2. 3.

B.

Enclosures: Flush or Surface-mounted cabinets. NEMA PB 1, Type 1, to meet environmental conditions at installed location. a. Outdoor Locations: NEMA 250, Type 4. Front: a. Surface Mounted Panelboards: Hinged front. Entire front trim hinged to box. Provide standard door in front trim. Finish: Manufacturer's standard enamel finish over corrosion-resistant treatment or primer coat. Directory Card: With transparent protective cover, mounted inside metal frame, inside panelboard door. Bus: Hard-drawn copper, 98 percent conductivity. Main and Neutral Lugs: Mechanical type suitable for use with conductor material. Neutral Bus: Provide factory installed 100% neutral bus on all panelboards unless otherwise noted on panel schedules. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment ground conductors; bonded to box. Main Overcurrent Protective Devices: Molded-case circuit breakers. a. Center Mounted Main: Branch mounted main breakers are not allowed. Branch Overcurrent Protective Devices: Bolt-on, molded-case circuit breaker. a. Center mounted branch devices and sub-feed branch devices are not allowed. Future Devices: Mounting brackets, bus connections, and necessary appurtenances required for future installation of devices. Feed-through Lugs: Mechanical type suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device.

Nonteasible, positive, quick make-quick break mechanisms. Handles whose positions are easily recognizable and are padlockable in either the “on” or “off” positions. Defeatable door interlocks that prevent the door from opening when the operating handle is in the “on” position.

Enclosed, Nonfusible Switch: NEMA KS 1, Type HD, with lockable handle.

PANELBOARDS, SWITCHES, AND CIRCUIT BREAKERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

262400-3

C.

Enclosed, Fusible Switch, 800 A and Smaller: NEMA KS 1, Type HD, with clips to accommodate specified fuses, lockable handle with two padlocks, and interlocked with cover in closed position.

D.

Enclosure: NEMA AB 1 and NEMA KS 1 to meet environmental conditions of installed location. 1. 2.

2.4

Outdoor Locations: NEMA 250, Type 4. Finish: Manufacturer's standard grey paint applied to factory-assembled and tested enclosures before shipping

ENCLOSED CIRCUIT BREAKERS

A.

Overcurrent Protection Device: Molded-Case Circuit Breaker: NEMA AB 1, with interrupting capacity to meet available fault currents.

B.

Enclosure: NEMA AB 1 and NEMA KS 1 to meet environmental conditions of installed location. 1. 2.

2.5 A.

MOLDED-CASE CIRCUIT BREAKERS Molded-Case Circuit Breaker: available fault currents. 1.

2. 3.

4. B.

Outdoor Locations: NEMA 250, Type 4. Finish: Manufacturer's standard grey paint applied to factory-assembled and tested enclosures before shipping

NEMA AB 1, with interrupting capacity to meet

Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with front-mounted, field-adjustable trip setting. Electronic Trip Unit Circuit Breakers: RMS sensing; field-replaceable rating plug; with the following field-adjustable settings: a. Instantaneous trip. b. Long- and short-time pickup levels. c. Long- and short-time time adjustments. d. Ground-fault pickup level, time delay, and I2t response. GFCI Circuit Breakers: Single- and two-pole configurations with 5-mA trip sensitivity.

Molded-Case Circuit-Breaker Features and Accessories. ratings, and number of poles.

PANELBOARDS, SWITCHES, AND CIRCUIT BREAKERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

Standard frame sizes, trip

March 2015

262400-4

1. 2.

3. 4. 5.

Lugs: Mechanical style, suitable for number, size, trip ratings, and material of conductors. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HACR for heating, air-conditioning, and refrigerating equipment. Ground-Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time-delay settings, push-to-test feature, and ground-fault indicator. Shunt Trip: 120-V trip coil energized from separate circuit, set to trip at 55 percent of rated voltage. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay.

PART 3 - EXECUTION 3.1 A.

PANELBOARDS Installation: 1. 2. 3. 4.

5. B.

Identification: 1.

2.

C.

Install panelboards and accessories according to NEMA PB 1.1. Mounting Heights: Top of trim 74 inches (1880 mm) above finished floor, unless otherwise indicated. Mounting: Plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish. Panelboard Schedule/ Circuit Directory: Create a directory to indicate installed circuit loads after balancing panelboard loads. Submit to Engineer for approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. Wiring in Panelboard Gutters: Arrange conductors into groups and bundle and wrap with wire ties after completing load balancing.

Identify field-installed conductors, interconnecting wiring, and components; provide warning signs as specified in Division 26 Section " Basic Electrical Materials and Methods." Panelboard Nameplates: Label each panelboard with engraved metal or laminated-plastic nameplate mounted with corrosion-resistant screws as specified in Division 26 Section “Basic Electrical Materials and Methods”.

Connections: 1.

Install equipment grounding connections for panelboards with ground continuity to main electrical ground bus.

PANELBOARDS, SWITCHES, AND CIRCUIT BREAKERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

262400-5

2.

3.2

Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

ENCLOSED SWITCHES AND CIRCUIT BREAKERS

A.

Examination: Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected.

B.

Installation: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components.

C.

Identification: 1.

2.

D.

Connections: 1. 2. 3.

3.3 A.

Identify field-installed conductors, interconnecting wiring, and components; provide warning signs as specified in Division 26 Section "Basic Electrical Materials and Methods." Enclosure Nameplates: Label each enclosure with engraved metal or laminatedplastic nameplate mounted with corrosion-resistant screws as specified in Division 26 Section "Basic Electrical Materials and Methods."

Install equipment grounding connections for switches and circuit breakers with ground continuity to main electrical ground bus. Install power wiring. Install wiring between switches and circuit breakers, and control and indication devices. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

FIELD QUALITY CONTROL Panelboards: 1.

2.

Testing: After installing panelboards and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. a. Procedures: Perform each visual and mechanical inspection and electrical test indicated in NETA ATS, Section 7.6 for molded-case circuit breakers. Certify compliance with test parameters. b. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. Balancing Loads: After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes as follows:

PANELBOARDS, SWITCHES, AND CIRCUIT BREAKERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

262400-6

a. b.

c. d.

3.4 A.

3.5

Measure as directed during period of normal system loading. Perform load-balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24hour services such as fax machines and on-line data-processing, computing, transmitting, and receiving equipment. After circuit changes, recheck loads during normal load period. Record all load readings before and after changes and submit test records. Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement.

CLEANING On completion of installation, inspect interior and exterior of distribution equipment. Remove paint splatters and other spots. Vacuum dirt and debris; do not use compressed air to assist in cleaning. Repair exposed surfaces to match original finish. ADJUSTING

A.

Dry-Type Transformers: Adjust transformer taps to provide optimum voltage conditions at utilization equipment throughout normal operating cycle of facility. Record primary and secondary voltages and tap settings and submit with test results.

B.

Circuit Breakers: Set adjustable circuit breaker trip ranges. END OF SECTION 262400

PANELBOARDS, SWITCHES, AND CIRCUIT BREAKERS Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

262400-7

SECTION 265100 LIGHTING PART 1 - GENERAL 1.1 A.

1.2 A.

RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY This Section includes : 1. 2.

1.3 A.

Lighting fixtures, lamps, ballasts, and accessories. Lighting control devices including time switches, photoelectric relays, occupancy sensors, and multi-pole lighting relays and contactors.

SUBMITTALS Light Fixture Product Data: For each type of lighting fixture indicated, arranged in order of fixture designation. Include data on features, accessories, and the following: 1. 2. 3. 4.

Dimensions of fixtures. Certified results of independent laboratory tests for fixtures and lamps for electrical ratings and photometric data. Fluorescent and high-intensity-discharge ballasts. Types of lamps.

B.

Maintenance Data: For lighting fixtures to include in maintenance manuals specified in Division 1.

C.

Lighting Control Device Product Data: Include dimensions and data on features, components, and ratings for all lighting control devices.

1.4

QUALITY ASSURANCE

A.

Electrical Components, Devices, Fixtures, Emergency Lighting Units, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction.

B.

Comply with NFPA 70.

LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265100-1

C.

1.5 A.

1.6 A.

NFPA 101 Compliance: Comply with visibility and luminance requirements for exit signs. COORDINATION Fixtures, Mounting Hardware, and Trim: Coordinate layout and installation of lighting fixtures with ceiling system and other construction. EXTRA MATERIALS Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. 2. 3.

Lamps: 10 for every 100 of each type and rating installed. Furnish at least one of each type. Plastic Diffusers and Lenses: 1 for every 100 of each type and rating installed. Furnish at least one of each type. Ballasts: 1 for every 100 of each type and rating installed. Furnish at least one of each type.

PART 2 - PRODUCTS 2.1 A.

MANUFACTURERS Available Manufacturers and Products: Subject to compliance with requirements, manufacturers and respective products that may be incorporated into the Work are indicated on the drawings in Light Fixture Schedule. 1.

2.

B.

It is the intent of the Light Fixture Schedule to denote the quality standard of product desired and not to restrict bidders to a specific brand, make, manufacturer or specific name. The manufacturers and products listed in Schedule are used only to set forth and convey to bidders the general style, type, character, and quality of product desired. Substitution of equivalent products will be acceptable according to the following paragraph. Substitution of Equivalent Products: Substitution of manufacturers and products equivalent to those listed in Light Fixture Schedule shall be submitted to the Engineer for approval; such approval shall be made by the Engineer prior to the opening of bids and included in addenda. All substitution requests shall be received by the Engineer a minimum of 10 days prior to the opening of bids.

Available Lighting Control Manufacturers: Subject to compliance with requirements, manufacturers offering lighting control products that may be incorporated into the Work include, but are not limited to, the following:

LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265100-2

1.

Contactors and Relays: a. b. c. d.

2.

Time Switches, Photoelectric Relays, and Occupancy Sensors: a. b. c. d. e.

2.2 A.

Hubbell Lighting Inc. Intermatic, Inc. Paragon Electric Co., Inc. Tork, Inc. Watt Stopper (The)

LIGHTING FIXTURES AND COMPONENTS General Fixture Requirements: 1. 2. 3.

4.

5.

B.

Cutler-Hammer Products; Eaton Corporation. GE Lighting Controls. Siemens Energy and Automation, Inc. Square D Co.; Power Management Organization.

Metal Parts: Free from burrs, sharp corners, and edges. Sheet Metal Components: Steel, unless otherwise indicated. Form and support to prevent warping and sagging. Doors, Frames, and Other Internal Access: Smooth operating, free from light leakage under operating conditions, and arranged to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers, and other pieces to prevent accidental falling during relamping and when secured in operating position. Reflecting Surfaces: Minimum reflectance as follows, unless otherwise indicated: a. White Surfaces: 85 percent. b. Specular Surfaces: 83 percent. c. Diffusing Specular Surfaces: 75 percent. d. Laminated Silver Metallized Film: 90 percent. Lenses, Diffusers, Covers, and Globes: 100 percent virgin acrylic plastic or annealed crystal glass, unless otherwise indicated. a. Plastic: High resistance to yellowing and other changes due to aging, exposure to heat, and ultraviolet radiation. b. Lens Thickness: 0.125 inch (3 mm) minimum, unless greater thickness is indicated.

High Intensity Discharge Lamp Ballasts: 1.

General: Comply with ANSI C82.4. Unless otherwise indicated, features include the following: a. Type: Constant wattage autotransformer or regulating high-power-factor type, unless otherwise indicated. b. Operating Voltage: Match system voltage.

LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265100-3

Minimum Starting Temperature: Minus 22 deg F (Minus 30 deg C) for single lamp ballasts. d. Normal Ambient Operating Temperature: 104 deg F (40 deg C). e. Open-circuit operation that will not reduce average life. Encapsulation: Manufacturer's standard epoxy-encapsulated model designed to minimize audible fixture noise. c.

2. C.

Lamps: 1.

D.

Fixture Support Components: 1.

E.

Comply with Division 26 Section "Basic Electrical Materials and Methods," for channel- and angle-iron supports and nonmetallic channel and angle supports.

Fixtures: Manufacturer's standard, unless otherwise indicated. 1.

2.3

Metal-Halide Color Temperature and Minimum Color-Rendering Index: 3600 K and 70 CRI, unless otherwise indicated.

Paint Finish: defects.

Applied over corrosion-resistant treatment or primer, free of

LIGHTING CONTROL DEVICES

A.

General: Line-Voltage Surge Protection: Include in all 120- and 277-V solid-state equipment. Comply with UL 1449 and with ANSI C62.41 for Category A locations.

B.

Multi-pole Contactors and Relays: Electrically operated and mechanically held, complying with NEMA ICS 2 and UL 508. 1. 2.

3.

Contactors shall be mounted in NEMA 1 enclosure where located indoors and in a NEMA 4 enclosure where located outdoors or in damp or wet locations. Current Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive, and high-inrush ballast (ballast with 15 percent or less total harmonic distortion of normal load current). Control-Coil Voltage: Match control power source.

LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265100-4

PART 3 - EXECUTION 3.1

INSTALLATION

A.

Fixtures: Set level, plumb, and square with ceiling and walls, and secure according to manufacturer's written instructions and approved submittal materials. Install lamps in each fixture.

B.

Control Devices: Install equipment level and plumb and according to manufacturer’s written instructions and requirements in Division 26 Section “Basic Electrical Materials and Methods.”

3.2

CONTROL WIRING INSTALLATION

A.

Wiring Method: Install all control wiring enclosed in raceway. Comply with Division 26 Section "Conductors, Raceway, and Wiring Devices."

B.

Wiring within Enclosures: Bundle, lace, and train conductors to terminal points. Separate power-limited and nonpower-limited conductors according to conductor manufacturer's written instructions.

C.

Install field-mounting transient voltage suppressors for lighting control devices in Category A locations that do not have integral line-voltage surge protection.

D.

Splices, Taps, and Terminations: Make connections only on numbered terminal strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures.

E.

Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

F.

Identify components and power and control wiring according to Division 26 Section “Basic Electrical Materials and Methods.”

3.3 A.

FIELD QUALITY CONTROL Light Fixtures: 1. 2.

3.

Inspect each installed fixture for damage. Replace damaged fixtures and components. Tests: As follows: a. Verify normal operation of each fixture after installation. b. Report results in writing. Malfunctioning Fixtures and Components: Replace or repair, then retest. Repeat procedure until units operate properly.

LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265100-5

4. B.

Lighting Control Devices: 1. 2. 3. 4.

5. 6.

3.4

Corrosive Fixtures: Replace during warranty period.

Inspect control components for defects and physical damage, testing laboratory labeling, and nameplate compliance with the Contract Documents. Check tightness of electrical connections with torque wrench calibrated within previous six months. Use manufacturer's recommended torque values. Verify settings of photoelectric devices with photometer calibrated within previous six months. Electrical Tests: Use particular caution when testing devices containing solidstate components. Perform the following according to manufacturer's written instructions: a. Operational Tests: Set and operate devices to demonstrate their functions and capabilities in a methodical sequence that cues and reproduces actual operating functions. Correct deficiencies, make necessary adjustments, and retest. Verify that specified requirements are met. Test Labeling: After satisfactory completion of tests and inspections, apply a label to tested components indicating test results, date, and responsible agency and representative.

CLEANING AND ADJUSTING

A.

Clean fixtures internally and externally after installation. Use methods and materials recommended by manufacturer.

B.

Adjust aimable fixtures to provide required light intensities.

C.

Clean equipment and devices internally and externally using methods and materials recommended by manufacturers, and repair damaged finishes END OF SECTION 265100

LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265100-6

SECTION 265200 TENNIS COURT LIGHTING PART 1 - GENERAL 1.1

RELATED DOCUMENTS A.

1.2

Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

GENERAL REQUIREMENTS A.

Provide the work of this Section as indicated and specified.

B.

All referenced manufacturer's requirements and specifications and nationally recognized and accepted standards and specifications shall be the latest edition unless specified otherwise and shall be used as they are applicable for products and craftsmanship incorporated in the Contract Drawings and this Section only. The references to these standards and specifications do not imply acceptance of any and all products described in the standards and specifications.

C.

The manufacturer shall review the use, details, and method of installation of his product as indicated in the Contract Documents and shall disclose to the Architect any and all deviations therein from the manufacturer’s recommended use and method of installation and shall also disclose to the Architect the manufacturer’s acceptance or rejection of the deviation, or his recommendation for an alternative use and method of installation of his product, still guaranteeing to achieve the intended purpose and result. Such disclosures shall be made within the time stipulated for submission of shop drawings.

D.

Patent rights and infringement: There are various established performance criteria throughout this request for products and services. There may exist patent coverage for some means and methods of achieving those performance criteria. Bidders are responsible for ascertaining that means and methods of the products and services which they are providing are not being provided in violation of any such patent rights. Bidders' responsibilities are as follows: 1.

To hold harmless, the Owner, as to any violation to include dollar amounts that could be owing as a result of damages for infringement including potential treble damages as provided for under U.S. Patent Law.

2.

Any and all costs that the Owner would incur in replacing materials and services which are determined to infringe patent rights.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-1

3.

E.

1.3

SI system (metric): The metric unit of measurements contained in this Section are exact conversion units which have been rounded and therefore are approximate.

SUMMARY A.

This Section includes light fixture assemblies consisting of pole, light fixtures, crossarm(s), electrical component enclosure(s), wiring harnesses and all other necessary components such as junction boxes and fasteners to make a fully functional system. Specific requirements are listed in part 2 of this Section.

B.

Types of sports field lighting fixtures in this Section shall be Metal-halide.

C.

Applications of sports field lighting fixtures required for this Project include the following: 1.

1.4

All administrative, legal, and other costs that would be incurred as a result of an infringement. If any product or services proposed to be provided by the bidder are known by the bidder to be subject to any existing claims of infringement, bidder shall notify Owner of such claim and provide evidence of financial ability to perform on the above hold harmless requirements.

Tennis Courts

D.

Excavation and backfilling for concrete pole or pole base. The pole or pole base shall be installed in an excavation as prescribed by the Broms or UCB standards for foundation design. 20.68 MPa (3000 psi) concrete backfill is required.

E.

Concrete for pole foundations is specified in Part 2 of this Section.

F.

Refer to other division 26 Sections for cables/wires, raceways, transformers, and electrical boxes and fittings work which are required in connection with sports field lighting poles.

SEQUENCE OF OPERATION A.

Contractor shall provide all necessary controls including but not limited to time clocks (basis of design: TORK EW series with TORK LDHS series lighting reactivation switch), lighting contactors, push button switches, and signaling horns and strobes necessary to meet the following sequence of operation for tennis court lighting. 1. Tennis court lights shall be normally off. 2. Lights shall become energized when a push button switch is depressed and remained illuminated for duration of time. The duration of time shall be adjustable from 30 to 60 minutes in 10 minute increments. 3. The push button switch shall be mounted in the face of the control station on

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-2

4.

5.

6.

1.4

the electrical equipment support frame. Five minutes prior to the lights turning off an alarm strobe shall begin to flashing and continue flashing until either the five minutes have expired turning the lights have turned off or the push button has been depressed and the timer reset. Five minutes prior to the lights turning off an alarm horn will sound for 5 seconds. The horn will remain silent until 1 minute prior to the lights turning off when it will sound again for another 5 seconds. The alarm horn and strobe shall be located on the control station on the equipment rack adjacent to the lighting contactor enclosure.

SUBMITTALS A.

Product data: Submit manufacturer's product data and installation instructions on each sports field lighting pole assembly. Submittal shall include data on poles, finishes, standards and hardware; include certified dimension drawings for fabricated pole structure, light structure system, luminaire structure, lamp data, wire harness, electrical enclosure and components including ballast specifications, foundation, and system design.

B.

Shop drawings: Submit fixture shop drawings in booklet form with proposed sports field lighting pole assembly data as outlined above. Furnish overall site plan identifying each pole, its dimensioned location from the edge of the playing surface, the number of fixtures per pole and its respective kW consumption.

C.

Alternate manufacturer submittal data to be provided: Failure to furnish any of the following information with the alternate manufacturer submittal will be grounds for rejection of the alternate manufacturer. Each item listed below shall be furnished in the form of clear and concise statements and/or plans and drawings which can be easily read and clearly interpreted. Each item shall also be clearly numbered to correspond with the following list. All items shall be assembled in the order indicated and secured or bound in a neat and orderly fashion for easy use and reference. Bidders requesting to use equipment other than that specified shall submit 10 days prior to bid opening the following: (1) Lighting layout design showing luminaire mounting heights, aiming focus points, reflector types, number of luminaires per pole and kilowatt consumption. (2) A drawing of the Sports Lighting Assembly meeting or exceeding specified criteria. (3) Computer generated point-by-point analysis of field light values as set forth in accordance with lighting performance specifications. (4) Computer generated spill/glare analysis in accordance with lighting performance specifications.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-3

(5) Written statements of model number and manufacturer for all equipment bid. (6) Written warranty from the manufacturer covering entire structure as outlined in specifications. (7) Complete UL Test Report - Bidder shall supply, for the Owner's review and retention, a copy of the Underwriters' Laboratories report covering the luminaire assembly being bid. (8) Manufacturer shall submit in written a minimum of 3 similar lighting projects in the State of Virginia where the specifications outlined have been met. Include the project name, contact person, and telephone numbers. (9) Manufacturer shall submit a letter guaranteeing that footcandle levels and uniformities as specified will be met. In addition, manufacturer's remedy to deficiencies will be noted. (10) There shall be provided by the pole supplier sufficient data and calculations to show that the specified criteria will be met. D.

Wiring diagrams: Submit wiring diagrams for sports field lighting fixtures showing connections to electrical enclosure components including ballasts, capacitors, fuses, lamps, distribution blocks, main breaker, and feeders. Differentiate between portions of wiring which are manufacturer installed and portions which are field installed.

E.

Illumination data: Provide isofootcandle (isolux) plot diagram for both initial and maintained footcandles on horizontal pavement surface which shows composite values of illuminance projected from the arrangement of light sources from indicated fixture locations and heights. Use a .8 maintenance factor in calculating maintained lux (footcandles). Furnish spill light seams for maximum vertical lux (footcandles) and horizontal lux (footcandles). Show on the graphic plots the locations, spacings and heights of luminaires.

F.

Warranty: Warranty shall include the following: 1.

2.

3.

Manufacturer shall warrant in writing the entire structure (excluding fuses and lamps) to be free from defects in materials and workmanship for a period of 7 years starting from the date of Owner's acceptance of Project. Manufacturer agrees in writing to furnish labor and provide materials for a period of 2 years to replace defective parts or repair defects in workmanship, or, at its election, to pay reasonable costs of labor for such repairs. For the remainder of the warranty period, replacement materials will be provided at no charge. Lamps shall be warranted by the manufacturer in writing not to fail for 2 years from the date of Owner's acceptance of Project. Lamps which fail during the first year of the warranty period will be replaced and installed at no cost. Lamps which fail during the second 12 months will be replaced by the manufacturer but installation will be the Owner's responsibility.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-4

4.

G.

Test reports and listings shall be as follows: 1.

2.

H.

1.5

Manufacturer warrants in writing accurate alignment of the luminaires on the luminaire assembly for a period of 7 years starting from the Date of Owner's acceptance of Project.

UL Test Report: Bidder shall supply in advance of bid a copy of the complete Underwriters' Laboratories report covering the entire luminaire assembly being bid for the Owner's review and retention. Partial UL files will not be accepted per the requirements of UL. UL Listing: There shall be furnished a UL listing for all electrical components from its connection to the feeder conductors, to its completion at the lamp socket including all connections. This listing shall be based upon UL testing and evaluation of the compatibility of the enclosures and the components for use in combination in this application in addition to the individual components being UL listed or recognized.

Maintenance data: Submit maintenance data and parts list for each sports field lighting fixture assembly; including "trouble-shooting" maintenance guide. Include that data, product data, and shop drawings in a maintenance manual.

QUALITY ASSURANCE: A.

Quality: Shall mean the meticulous attention to the detail of installation and workmanship necessary to the assemblage of products in the highest grade of excellence by skilled craftsmen of trade.

B.

Manufacturer's qualifications: Shall be firms who are firms regularly engaged in manufacture of sports field lighting fixtures of types and ratings required, whose products have been in satisfactory use in similar service for not less than 5 years.

C.

Installer's qualifications: Shall be a firm with at least 3 years of successful installation experience on projects with sports field lighting fixture work similar to that required for this Project.

D.

Electrical component standard: Provide components that are in accordance with NFPA 70 and ANSI C2 and that are UL listed.

E.

Lighting performance: The manufacturer shall supply lighting equipment and computer generated point by point analysis to meet the calculated values shown on drawings. A maintenance factor of .8 is to be used in determining the initial light value after adjustment for a tilt factor.

F. Bidders shall supply computer generated point by point light scans showing both initial and designated maintained footcandle levels for all sportsfields. TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-5

G. Uniformity Ratios shall meet the calculated values shown on drawings. H. Point-by-point analysis - computer models - tests stations: pattern spaced 10’ on center. I.

Delivery, storage, and handling: 1.

2.

3.

J.

K. 1.6

Deliver sports field lighting fixture assemblies and poles in factory-fabricated containers or wrappings, which properly protect fixtures from construction debris and physical damage. Store sports field lighting fixture assemblies and poles in original wrappings in a clean dry space. Protect from weather, dirt, fumes, water, construction debris, and damage. Handle sports field lighting fixture assemblies and poles carefully to prevent damage, breaking, and scoring. Do not install damaged fixtures or components; remove units from site and replace with new.

Sequencing and scheduling: 1.

Coordinate with other electrical work including wires/cables, electrical boxes and fittings, and raceways, to properly interface installation of sports field lighting fixtures with other work.

2.

Sequence sports field lighting installation with other work to reduce possibility of damage and soiling of fixtures during remainder of construction period.

Codes: Sports Lighting Structure shall meet the National Electrical Code.

EXTRA MATERIALS: A.

1.7

Points shall be in a grid

Furnish stock or replacement lamps amounting to 5 percent (but not less than 2 lamps in each case) of each type and size lamp used in each type fixture. Deliver replacement stock as directed to Owner's storage space, and obtain receipt.

LIGHTING FIXTURE EQUIPMENT LISTING: A.

All fixtures shall be labeled by Underwriters' Laboratories, Inc. Fixture equipment listing on drawings generally consist of a letter indicating the fixture equipment type.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-6

PART 2 - PRODUCTS 2.1

PRODUCTS, SPECIFIED: A.

2.2

Products specified are for establishing the type, design, and quality required. The materials specified have been determined to have characteristics appropriate for the purposes of this Project. Unless the clause "or equal" is used in the specifications or drawings pertaining to the material or article, only the specified item shall be used. In the event, however, that the clause "or approved equal" is used in the specifications or drawings pertaining to the material or article, the use of an alternate article other than that specified must be submitted for the written approval of the Architect not less than 10 days prior to bid. No bid will be accepted which proposes to use a non-approved alternate.

LIGHT-STRUCTURE SYSTEM (LIGHT FIXTURE ASSEMBLY): A.

GENERAL: The Light-Structure System as manufactured by the following manufacturers: 1. 2. 3. 4.

Musco Sports Lighting G.E. Sports Lighting Systems. Qualite Sports Lighting. Hubbell Sportsliter Solutions.

The Light-Structure System shall consist of: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 2.3

Prestressed centrifically spun concrete base for steel poles or full length concrete pole with reinforcing steel. Hot dip galvanized steel shafts or full length concrete pole with reinforcing steel. Fixture consisting of: lamp, lamp socket, reflector, lens, lamp cone, reinforcing retaining ring, and glare shield. UL listed double fusing for the lamp circuits. Enclosure to consist of: NEMA 3R enclosure with ballasts and capacitors. Thermal magnetic circuit breaker. All wiring from the load side of the breaker to the lamp socket. Plug in or landing lug connection devices for all electrical circuits on the pole. Aiming method for alignment of the luminaires. Method for realignment of the luminaire after movement for relamping.

LUMINAIRE STRUCTURE: A.

Factory construction: The lamp and reflector mounting device shall be factory assembled to the crossarms and the crossarms shall be attached to a section of the

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-7

pole by the manufacturer. B.

Single photometric unit: Each reflector shall be attached to the crossarm in such a way that its aiming position has been determined relative to all other fixtures on the pole so that in the factory all luminaires on the assembly are oriented to form a single photometric unit.

C.

Lamps: Lamps for all sportsfields shall be 1500W watt metal halide and shall be PHILIPS #MH R 1500W/635 E39 BT56 U or an approved equal.

D.

Reflector and lamp supports: The reflector shall be fastened to the lamp cone with a reinforcing retaining ring containing an acrylic compressed fiber ring which centers and stabilizes the lamp in the reflector and provides heat shield to protect the lamp socket from heat. 1.

Reflector shall include an internal louver to reduce glare and spill light.

E.

Lens: A removable lens of impact and thermal resistant glass with silicone gasket shall be centered in a stainless steel lens rim and attached to the reflector with a hinged cable or chain.

F.

Glare Shield: A shield/visor shall be provided for each luminaire to reduce off-site glare. Shield shall be an integral part of the luminaire structure and shall attach to reflector allowing lens and lamp to removed without removing shield.

G.

Aiming: The manufacturer shall provide a memory positioning device for each luminaire on the assembly. The device shall provide for automatic repositioning of the aiming after relamping.

H.

Court alignment: Luminaire assembly shall be provided from the factory to the job site as a unit which may be universally oriented in a manner that the entire luminaire assembly can be field aimed as a single unit.

I.

Materials and coatings: All steel components shall be hot dip galvanized to ASTM A 123 standards. High purity reflector grade aluminum shall be alzak finished. All other aluminum components shall be heavy anodized to MIL-A-8625E Type III (commercial AAC12A41) specification and shall further be coated with a polyurethane powder coat paint. All noncurrent carrying fasteners, hinges, and latches shall be stainless steel and shall be coated with a thermoset epoxy type organic coating such as EMPIGARD to prevent galvanic interaction.

J.

Crossarm welding: Crossarms for the luminaire assembly shall be welded to the pole section before galvanizing by certified welders. Any additional fasteners used for the attachment of accessories to the crossarm shall be stainless steel and coated with EMPIGARD or equivalent.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-8

K.

2.4

Structural strength: The crossarm, reflector, and its attachment to the pole shall be provided by the manufacturer such that it will structurally withstand winds of a Basic Wind Speed and Exposure Condition per 2009 Virginia Uniform Building Code for site location without misalignment of any luminaire and without any damage to the crossarms or its components. Luminaires shall be attached to the crossarm by a minimum of 2 bolts, which fasteners shall be stainless steel and EMPIGARD coated. There shall be no penetrations of the top or sides of the crossarm.

WIRE HARNESS: A.

Strain relief: The wiring harness shall be supported at the top of the pole by a stainless steel wire mesh grip matched to the size of the harness. There shall be not more than 13 conductors supported by a single wire mesh grip. If harness is longer than 19 812 mm (65'), an interim wire mesh grip support shall be located approximately half way down the pole.

B.

Strain relief slippage: There shall be protection around the conductors, in addition to the insulation to protect from damage from the wire mesh grip and also to avoid slippage of the grip on the wire harness. The wire mesh grip shall also be lamped to the harness with a cable tie at the bottom of the grip to avoid loosening.

C.

Pole attachment: The wire mesh grip shall be mechanically attached to the pole to an enclosed mounting loop so that it cannot accidentally be removed in any direction.

D.

Spiral winding: The harness being supported by the wire mesh grip shall consist of multiple 2.032 mm (14 gage) THHN/THWN conductors and shall be continuously spiral wound and bound with mylar wrap to prevent slippage of individual conductors within the wiring harness. Additionally, a cable tie shall be tightly wrapped around the harness at not more than 3048 mm (10') increments.

E.

Abrasion bumper: There shall be provided at 610 mm (2') below the wire mesh grip and then at not more than 3048 mm (10') intervals along the entire length of the wire harness an abrasion protective bumper device of soft, durable abrasive resistant material not less than 51 mm (2") in diameter attached around the wiring harness to protect the harness from striking and being abraded by the interior surface of the pole.

F.

Labeling: All wiring harness conductors shall be color coded and clearly labeled.

G.

Plug-ins: Each end of the wire harness shall be terminated into a plug-in with conductors sequenced consistent with the pattern of the wiring schematic provided by the manufacturer.

H.

Testing: All conductors and plug-ins shall be tested for resistance underload, for continuity, schematic sequence, and for insulation integrity. Manufacturer shall ship with the wire harness a copy of the test results.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-9

I.

2.5

Grounding: There shall be included within the wiring harness 1 conductor for use as a grounding conductor. The grounding conductor shall be equal in size to the load carrying conductors.

ELECTRICAL COMPONENT ENCLOSURE (ECE): A.

NEMA 3R: The ECE shall be a NEMA 3R rated gasketed enclosure to house the ballasts, capacitors, fuses, thermal magnetic circuit breaker, and distribution lugs.

B.

Two compartments: The ECE shall be divided into 2 compartments. The upper compartment shall house the ballasts, capacitors, and fuses. The lower compartment shall provide for the thermal magnetic circuit breaker, distribution lugs, and connection of all circuits coming into and out of the ECE.

C.

Materials and coatings: To facilitate adequate heat dissipation from the ballasts, the electrical enclosure shall be fabricated of heavy gauge aluminum. The electrical enclosure shall be further coated with a polyurethane powder coat paint to provide protection from oxidation of the aluminum.

D.

Stainless steel: All latches, hinges, and noncurrent carrying fasteners, either outside or inside the enclosure, shall be stainless steel and shall further be coated with a clear thermoset polymer coating such as EMPIGARD to prevent galvanic interaction.

E.

Hinged door access: The access door to the ECE shall be attached by a full length stainless steel hinge and shall be secured when closed by lockable stainless steel latches.

F.

Pole attachment: The ECE shall attach to the pole by means of a device which is sufficient to align the ECE and supports its weight. There shall be a sealed joint with a nonthreaded connection to provide wiring access from the pole to the ECE for both the primary and secondary circuits. The connection shall be gasketed for watertight protection. All wire passages shall be protected to prevent wire abrasion or damage.

G.

Capacitors: In the ECE, capacitor cases shall be made from zinc coated steel or aluminum and top coated with enamel. Each capacitor shall have a ground terminal welded to its case and such terminal shall be connected to ground via a grounding wire. The capacitor case shall not make direct contact with surface of the ECE.

H.

Disconnecting device: There shall be provided within the ECE a UL listed thermal magnetic circuit breaker such that electrical power to all equipment on the pole served by the feeder circuit shall be disengaged by the operation of 1 switch. The breaker shall be located in a compartment separated from any capacitors or ballasts.

I.

Lugs: The breaker shall provide landing lugs for the conductors which provide power

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-10

to the pole. J.

Distribution terminal blocks: There shall be provided by the manufacturer a set of distribution terminal blocks which shall be factory wired from the breaker to the blocks. These blocks shall provide for termination of all ballast connection wiring.

K.

Fusing: There shall be provided an individual fuse for each ballast conductor except neutral conductors which shall not be fused or switched.

L.

Plug-in: All lamp supply circuits in the ECE shall be color coded and labeled and shall terminate into a UL recognized plug-in device in the lower compartment of the ECE in a manner suitable for plug-in to the wiring harness.

M.

Wire harness connection: The wiring harness circuits from the lamps shall be attached to the ECE circuits by UL recognized plug-in connectors.

N.

Grounding: There shall be provided in the ECE located in the lower compartment of the enclosure 1 equipment grounding lug rigidly fastened to the enclosure, sized to accept up to a 1/0 conductor. There shall also be provision in the upper compartment for a ground terminal of sufficient size to permit connection of the grounding conductors from the capacitors and the ground wire from the wiring harness.

O.

Ballast type: There shall be an individual ballast for each luminaire. The ballast shall be a lead peak auto regulating ballast and be available for use with 480 volt supply. The ballast shall be located remote from the luminaire crossarm and shall be placed approximately 10' above ground level. Ballast box must be a NEMA 3R enclosure and must be manufactured by the luminaire assembly manufacturer and all mounting hardware shall be included with the ballast box assembly. The remote ballast system described above shall be located on the same pole as the luminaire assembly in the NEMA 3R enclosure with the capacitors and the capacitors shall operate in ambient air not to exceed 70 degrees C. The assembly design shall be adaptable to various standard ballast and must retain UL listing.

P.

Drawings attached: The manufacturer shall provide an electrical schematic of the ECE circuits, which schematic shall be of a durable material and affixed to the inside of the ECE door for use by maintenance personnel.

Q.

Location: The ECE shall be attached to the pole with the lower end approximately 10' above grade at the pole foundation.

R.

UL listing: The ECE shall be listed by UL both for use with 90 degrees C rated supply conductors and as suitable for use in wet locations.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-11

2.6

POLE STRUCTURE: A.

Safety factors: AASHTO structural design criteria shall be used to determine the pole stress allowance.

B.

Wind factors: The poles and foundations shall be designed for a Basic Wind Speed and Exposure Condition per 2009 Virginia Uniform Building Code for project site.

C.

Height and EPA: The pole shall be designed to provide a mounting height above the surface at its foundation as shown on drawings and to be of sufficient strength to support the effective projected area (EPA) of the pole and all of the attached devices including, as applicable, light fixtures, mounting brackets, ballast boxes, and any other devices which are to be attached to the pole. For steel poles, no single component of the pole shall be in excess of 11120 lbs nor be greater than 41' in length.

D.

Pole Material: 1.

2. E.

2.7

Steel pole: The pole shaft shall be high strength low alloy tapered tubular steel with galvanized coating inside and out. All connections of pole sections shall be by slip fitting the top section over the lower section by a length of at least 1-1/2 diameters. Concrete Pole: Full length concrete with reinforcing steel.

Resistance to corrosion: Steel components of the pole shall be hot dip galvanized ASTM A 123. Steel portions of the pole shall be constructed such that all segments of the pole can be readily heated to like temperatures in commercially available galvanizing methods. To avoid problems of galvanize adherence to differing steel alloys, all steel components used for the pole must be of the same type steel. All exposed steel components of the pole shall be at least 457 mm (18") above the surface of the ground to avoid exposure of the steel to the heavily moisture and oxygen laden air, both above and below the surface. There shall be a cap to cover the top of the pole so that rain will not enter the interior of the pole. To avoid stress corrosion of the pole, there shall be no critical stress points of the steel portion of the pole within 457 mm (18") of the ground.

CONCRETE BASES FOR SPORTS FIELD LIGHTING POLES: A.

Safety factor: Broms safety factor of 3 (or UBC) shall be used in the foundation design.

B.

Foundation strength: Any concrete portions of the pole in which steel components that provide tension strength are contained, shall be allowed to harden for a minimum of 28 days before stress loads of pole attachment are applied.

C.

There shall be calculations and documentation certified by a licensed Virginia structural engineer that the foundation, pole and attachments have sufficient strength

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-12

to adhere to the Virginia Uniform Building Code and are adequate to resist forces to avoid poles causing an obstruction and safety hazard to the play of the game. This also includes the actual pole installation in the ground and not just the pole and attachments by themselves. D.

E.

F.

Material: The pole foundation/base shall be either a precast concrete base pole or a poured concrete pedestal with anchor bolts. Direct buried/imbedded steel poles are not permitted. All foundation/bases shall be backfilled with concrete. Provide project specific foundation drawings stamped by a registered engineer licensed in the State of Virginia. 1.

Precast Concrete: The foundation of the pole shall be constructed of not less than 65.49 MPa (9500 psi) prestressed centrifically cast concrete such that the steel reinforcement within the concrete shall be protection from slippage and exposure to oxidation through voids in the concrete or exposure of the steel through porous concrete material.

2.

Anchor Bolt Foundation: The foundation shall be constructed of not less than 4000 psi concrete and cured a minimum of 28 days. Anchor bolts shall be designed to support the pole shaft at its maximum moment and no exceed the yield of the bolt. Anchor bolts shall be galvanized.

All poles shall be equipped with lightning protection meeting standards established by NFPA 780. 1.

For steel poles, all metal components on the pole shall be bonded to the pole. The pole manufacturer shall supply a grounding lug inside of the pole for bonding of the main lightning down conductor.

2.

For concrete poles, there shall be an air terminal at the pole top of solid or tubular rod of not less than 24 feet in length and not less than 3/8" in diameter for structures of 75 feet or less above grade and not less than 1/2" in diameter for structures greater than 75 feet above grade for connection to the main lightning down conductor.

Soil condition: Refer to the soils report “Report on Subsurface Exploration and Preliminary Soils Analysis” located elsewhere in the Project Manual (specifications).

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-13

PART 3 - EXECUTION 3.1

EXAMINATION: A.

3.2

Examine areas and conditions under which sports field lighting fixtures are to be installed, and substrate which will support sports field lighting fixtures. Notify Architect in writing of conditions detrimental to proper completion of the Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to Installer.

SPORTSFIELD LIGHTING PERFORMANCE CRITERIA A.

B.

Constant Wattage Systems (Hubbel Sportsliter Systems and similar): Sportsfield lighting shall be designed using computer generated point-by-point light scans. Calculations shall be based on a maximum of 155,000 lamp lumens. A 0.70 maintenance factor shall be used to calculate Maintained lighting levels. 1.

Initial light levels are to be based on footcandles as calculated from the photometric report of the luminare (per the lamp manufacturer’s 100 hour lamp lumens) x Ballast Factor x Voltage Factor x Ambient Temperature Factor x Lamp Tilt Factor.

2.

A tilt factor of 1.0 shall not be acceptable for any type of lamp unless the lamp has been rated by the manufacturer in its intended operating position. Regardless, the lumen output listed above shall remain the maximum allowable value used for lighting calculations.

3.

Horizontal footcandles shall be measured on a plane 36” above the playing surface.

Constant Illumination Systems (Musco Light-Structure and similar): Sportsfield lighting shall be designed using computer generated point-by-point light scans. Calculations shall be based on a maximum of 155,000 lamp lumens. A 0.90 maintenance factor shall be used to calculate Maintained lighting levels. 1.

Initial light levels are to be based on footcandles as calculated from the photometric report of the luminare (per the lamp manufacturer’s 100 hour lamp lumens) x Ballast Factor x Voltage Factor x Ambient Temperature Factor x Lamp Tilt Factor.

2.

A tilt factor of 1.0 shall not be acceptable for any type of lamp unless the lamp has been rated by the manufacturer in its intended operating position. Regardless, the lumen output listed above shall remain the maximum allowable value used for lighting calculations.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-14

3.

C.

Maintained Sportsfield Lighting Requirements: 1.

3.2

Tennis Courts: a. Horizontal footcandles: 50 fc. b. Uniformity Ratio: 2.0 c. Calculation Grid: 10’ x 10’

INSTALLATION OF SPORTS FIELD LIGHTING FIXTURES: A.

Install sports field lighting fixtures at locations and heights as indicated, in accordance with fixture manufacturer's written instructions, applicable requirements of NEC, NECA's "Standard of Installation", NEMA standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirements. Set units plumb, square, level, and secure in accordance with manufacturer's written instructions. Pole heights and locations may be adjusted as necessary to provide specified performance. These changes must be submitted and approved by Architect/Engineer prior to installation.

B.

Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer's published torque tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals in accordance with tightening torques specified in UL Standards 486A and B, and the National Electrical Code.

C.

Assembly: 1.

2.

3.4

Horizontal footcandles shall be measured on a plane 36” above the playing surface.

Steel Pole: The pole base shall be separate from the pole such that the base may be installed, properly plumbed, and enlarged as to the bearing surface by concrete backfill allowing for inspection prior to the attachment of the steel pole. Concrete Pole: Install full length concrete pole per manufacturer’s recommendation.

GROUNDING: A.

Provide equipment grounding connections for sports field lighting fixtures as indicated. Tightened connections shall be in accordance with tightening torques specified in UL Standard 486A to insure permanent and effective grounds.

B.

Luminaire equipment ground: Each luminaire pole shall have luminaire equipment ground from equipment ground bar in the branch circuit safety disconnect breaker. Run up pole and connect to luminaire equipment ground wire (green wire). Ground wire shall not be less than 20 ampere rated.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-15

3.5

LIGHTNING PROTECTION: A.

Lightning Protection: 1. 2.

3.

4.

5.

6. 7.

8.

3.6

All poles shall be equipped with lightning protection meeting standards established by NFPA 780. The installer shall provide at each light fixture assembly at least one (1) copper-clad ground rod of not less than 5/8" in diameter and not less than 10 feet in length. The ground rod(s) shall be connected to the structure by a copper main down conductor. This conductor shall be not less than a #2 conductor if the structure is 75 feet or less above grade. If the structure is greater than 75 feet above grade the conductor shall be not less than a #2/0 conductor. For steel poles, the main down conductor shall extend from the base of the steel pole to the ground rod(s) and shall be bonded to the steel pole and the equipment ground. All metal components on the pole shall be bonded to the pole. The pole manufacturer shall supply a grounding lug inside of the pole. For concrete poles, the main down conductor shall extend from the top of the pole to the ground rod(s) and be bonded to the equipment ground. All metal components on the pole shall be bonded to the main down conductor, at a point on the down conductor below each metal component. The air terminal supplied with the pole shall be bonded to the main down conductor. The concrete poles, the main down conductor shall be bonded to the reinforcing steel of the concrete pole at the upper and lower extremities. All main down conductors and all bonding conductors shall maintain a horizontal or downward coursing path, free from “U” or “V” (down and back up) pockets. Such pockets, often formed by metal components mounted below the pole top bond location, shall be provided with a down conductor from the base of the component to ground or to an adjacent main down conductor. No bend of any conductor shall form an included angle of less than 90 degrees nor shall it have a radius bend of less than eight(8) inches.

FIELD QUALITY CONTROL: A.

Replace defective and burned out lamps as outlined in 1.4.F 'Warranty' in this Section.

B.

At the date of substantial completion, replace lamps in exterior lighting fixtures which are observed to be noticeably dimmed after Contractor's use and testing, as judged by the Architect.

C.

Inspect each installed unit for damage. Replace damaged fixtures and components with new and undamaged fixtures and components.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-16

3.7

3.8

ADJUSTING AND CLEANING: A.

Aiming: See Luminaire Structure; Aiming, this Section.

B.

Clean sports field lighting fixtures of dirt and debris upon completion of installation using methods and materials recommended by the manufacturer.

C.

Protect installed sports field lighting fixtures from damage during construction period.

POLE BASES: A.

3.9

ALIGNMENT: A.

3.10

3.11

Pole bases shall be vertically aligned within 1 degree of vertical following manufacturer's instructions.

Alignment shall be verified on a calm and cloudy day or early in the morning before solar radiation has expanded on side of the pole causing thermal deflection, prior to concrete backfill.

BRANCH CIRCUIT WIRING: A.

Branch circuit wiring shall be run to lighting fixture through pole. No external wiring outside of fixtures or poles shall be permitted. Connect grounding conductor to grounding lug at each pole. All branch circuit wiring shall remain underground before entering the base of the pole and no wiring shall be exposed to sun or weather as it transitions through the pole and to the ballast and on to each lamp. There shall be provided a nonthreaded hot dip galvanized steel or concrete enclosed raceway for transition of the pole feeder conductors from the trench to the Electrical Component Enclosure (ECE). Branch circuits at each pole shall run from the safety disconnect breaker in the electrical component enclosure and connect to the ballast supplemental fuse terminal bar. From the secondary side of the ballast/capacitor series a branch circuit wiring harness will continue up the pole to the luminaire. Branch circuit wire shall be copper building code wire type THHN/THWN insulated with minimum size as shown on drawings. Wire harness must be uniformly wound conductors, mylar wrapped, with strain relief devices and plug-in connections at each end.

B.

All field electrical connections on the pole shall be achieved by UL listed plug-in or lug method of attachment from the load side of the breaker/disconnect to the lamp socket. The feeder and grounding conductors from the service entrance to the pole shall be connected at the pole by landing lugs.

EXAMINATION: A.

Examine areas and conditions under which pole and standard equipment and

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-17

components are to be installed, and substrate which will support equipment. Notify General Contractor in writing of conditions detrimental to proper completions of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. 3.12

DEMONSTRATION: A.

Upon completion of installation of sports field lighting fixtures, and associated electrical supply circuitry, apply electrical energy to circuitry to demonstrate capability and being in accordance with requirements. Where possible, correct malfunctioning units at site, then retest to demonstrate being in accordance; otherwise, remove and replace with new units, and proceed with retesting.

B.

Field technician on site visit: Manufacturer shall provide an on-site visit by a factory technician after completion of the installation. The factory technician shall make any necessary adjustments to the aiming in order to insure that specified maximum and minimum lux (footcandle) levels are met. This service shall be included at no additional cost.

C.

Performance test: After optimizing all above described adjustments advise Owner's representative of preparedness for performance test of system. Performance test shall be made in the presence of Architect, Owner, and manufacturer's representative. For sports field lighting fixtures, this portion of work shall be performed after sunset with entire field illuminated. Premium labor for work shall be included. 1. 2.

3.

4. 5.

Horizontal lux (footcandle) readings shall be taken with the meter positioned horizontal 914 mm (36") above grade. Maximum lux (footcandles) as specified in 1.07.06 of this Section shall be taken with the test cell positioned 914 mm (36") above grade and aimed at the brightest light source. Ambient light levels shall be measured at the specified test stations. Maximum ambient lux (footcandle) level explored in all planes for each test station shall be recorded. Once the maximum spill light readings have been recorded, subtract the ambient light readings from the respective lux (footcandle) readings at each test station. Testing equipment for measurement of lux (footcandle) levels shall be a calibrated Gossen Panalux Electronic 2 or an approved equal. For final approval of the Project, the manufacturer shall provide a final report from the test results that shall provide the following items: a. b. c. d.

Identification of number and location of the test stations. Actual horizontal lux (footcandle) readings taken at each test station. Actual spill/glare lux (footcandle) readings taken at teach test station. Number of hours of operation.

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-18

6. 7. 3.13

The contractor shall provide all material and furnish all labor for final adjustments and performance testing of lighting systems. Provide all light meters, tools and accessories required for this work.

PROJECT CLOSEOUT: A.

In the presence of the Contractor, Architect/Engineer, and Manufacturer’s Representative, actual light performance meter reading shall be taken and verified. If, in the opinion of the Owner or Architect/Engineer, the actual minimum performance levels including footcandles, uniformity ratios, and maximum kilowatt consumption are not in conformance with the performance requirements of this document and submitted information, the Contractor shall be liable to any or all of the following: 1.

2.

The Contractor shall at his expense provide and install any necessary additional fixtures to meet the minimum lighting standards. The Contractor shall also either replace the existing poles and foundations to meet the new windload requirements or verify by certification by a licensed structural engineer that the existing poles and foundation will withstand the additional windload. The Contractor shall remove the entire unacceptable lighting system and install a new lighting system to meet the requirements of this document. END OF SECTION 265200

TENNIS COURT LIGHTING Louisa County Public Schools Louisa County High School, Louisa County Middle School Jouett Elementary School Restoration Work

March 2015

265200-19

LOUSIA COUNTY, VIRGINIA

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

LOUISA COUNTY PUBLIC SCHOOLS

LOUISA COUNTY, VIRGINIA Adjacent Property Owner Information

SEAL

AY W GH

2/2

UT E

52

AY

LO R

08

HI

SEAL

RO

PROJECT AREA

YT

208/22

AR

DAVIS HIGHWAY ROUT E

CH

Site Plan Statistics Louisa County High School

Glen Allen, Virginia 23060 Phone: 504.290.7957 Fax: 804.290.7928 www.dewberry.com

ZA

Electrical

BU SG A RO RAGE UT E 7 ROAD 78

Civil

Dewberry Engineers 4805 Inc.Lake Brook Drive

OUTE 623

General

LOUISA COUNTY PUBLIC SCHOOLS LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

CHOPPING ROAD R

Drawing Index

SCALE

E. 1ST STREET ROUTE 618

REVISIONS DRAWN BY APPROVED BY CHECKED BY

THE RESPONSIBLE LAND DISTURBER (RLD) FOR THIS PROJECT IS _____________________________________________________________ CERTIFICATE NUMBER ___________ EXPIRATION ________________ PHONE _________________ THE DEWBERRY ENGINEERS INC. SEALING ENGINEER SHALL BE THE RESPONSIBLE LAND DISTURBER (RLD) FOR THIS PROJECT FOR APPROVAL PURPOSES ONLY. ONCE THE PROJECT HAS BEEN AWARDED, THE CONTRACTOR SHALL PROVIDE A RLD AS NOTED ON PLAN SHEET C1.

FINAL SITE PLAN APPROVAL BLOCK

DATE TITLE

COVER SHEET PROJECT NO.

T1 1

OF

17

1

2

3

4

5

Dewberry Engineers Inc. 4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

D

LOUISA COUNTY, VIRGINIA

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

LOUISA COUNTY PUBLIC SCHOOLS

E

SEAL

KEY PLAN

C

SCALE

B

REVISIONS DRAWN BY APPROVED BY

PROJECT SITE

CHECKED BY DATE TITLE

GENERAL NOTES A PROJECT NO.

C1 2

OF

17

1

2

3

4

5 SS

SS

NoC2

SS

NoB2

Dewberry Engineers Inc. W

4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

SS

W

E

W

W

W

W

W

W

W

W

W

W

W

W

W W

W

W

W

W B-FIRE

SS

CIP SS SS

W B-FIRE B-DATA B-DATA

W

W

W

W

SS

SS W

W

SS W

SF SEAL

W

A-FIRE A-DATA

A-FIRE A-DATA

W W

KEY PLAN

W

W

A-FIRE

SS

B-FIRE B-DATA

W

B-FIRE

SS

B-DATA

SS

W

SS

SS

A-DATA

B-FIRE

FI RE

W

SS

SS

W

W B-

B-FIRE B-FIRE B-FIRE B-DATA B-DATA B-DATA

B-FIRE B-DATA B-DATA B-DATA

B-FIRE

TaB2

B-FIRE

SS

SS

SS

B-FIRE B-FIRE B-DATA B-DATA

B-DATA B-FIRE

W

SS SS

B-FIRE B-DATA B-DATA

W

SS

SS

W

W

D

A-FIRE

W

W

W

SS

W

W

SS

LOUISA COUNTY, VIRGINIA

W

SS

SS

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

W

W

SS

W

A-FIRE A-DATA B-FIRE B-DATA

LOUISA COUNTY PUBLIC SCHOOLS

W

W

SS

RoB

A-FIRE A-DATA

C

A-FIRE A-DATA

A-FIRE A-DATA

W

SS

A-FIRE A-DATA

B-DATA B-FIRE B-DATA B-FIRE

B-DATA B-FIRE

W

SCALE

A-DATA A-FIRE A-DATA

W

W

NoB2

LgB

W

A-FIRE

B-DATA B-FIRE

SS

A-FIRE A-DATA

B-DATA B-FIRE

W

SS

SS

B

REVISIONS DRAWN BY

LEGEND

GENERAL DECONSTRUCTION NOTES

APPROVED BY CHECKED BY DATE TITLE

4 A

SF CIP TaB2

PHASE I - EXISITING CONDITIONS, DEMOLITION, AND E & S PLAN PROJECT NO.

C2 3

OF

17

1

2

3

4

5 SS SS

NoC2

SS

NoB2

Dewberry Engineers Inc. W

4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

SS

W

E

W

W

W

W

W

W

W

W

W

W

W

W

W W

W

W W

W B-FIRE

SS

W

SS

SS SS

W

SS

W

W

SS

SS B-FIRE

IR E

W

W

W

SS

SS W

W

SS W

W

SEAL

W W

W W

SS

C

KEY PLAN

W

W

A-FIRE

W

W

SS

SS

A-DATA

B-FIRE

SS

B-DATA

SS

B-FIRE B-FIRE B-FIRE B-DATA B-DATA B-DATA

SS

SS

W BF

B-FIRE

TaB2

SS W

B-FIRE

SS

SS

B-FIRE B-DATA

SS

W

W

D

A-FIRE

W

W

W

SS

W

SF

LOUISA COUNTY, VIRGINIA

W

SS

SS

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

W

W

SS

W

A-FIRE A-DATA B-FIRE B-DATA

LOUISA COUNTY PUBLIC SCHOOLS

W

W

SS

RoB

A-FIRE A-DATA

W

SS

A-FIRE A-DATA

B-DATA B-FIRE

B-DATA B-FIRE

B-DATA B-FIRE

W

SCALE

A-DATA A-FIRE A-DATA

W

NoB2

LgB

W

SF

W

A-FIRE

B-DATA B-FIRE

SS

A-FIRE A-DATA

B-DATA B-FIRE

W

SS

SS

B

REVISIONS DRAWN BY

LEGEND

GENERAL DECONSTRUCTION NOTES

APPROVED BY CHECKED BY DATE TITLE

4 A

SF CIP TaB2

PHASE II - EXISTING CONDITIONS, DEMOLITION, AND E & S PLAN PROJECT NO.

C3 4

OF

17

1

2

3

4

5 SS SS

NoC2

SS

NoB2

Dewberry Engineers Inc. W

SS

4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

W

E

W

W

W

W

W

W

W

W

W

W

W

W

W W

W

W W

W W

SS

W

W

SS

W

W

SS

SS

W

W

SS

SS

W

W

SS

W

D

LOUISA COUNTY, VIRGINIA

W

W

SS

SS

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

W

W

W

SS

W SS

LOUISA COUNTY PUBLIC SCHOOLS

SS

RoB

SS

SS W

W

SS

SS W

W

SS

SS W

W

SS W

SEAL

W

W

SS

SS

W

SS

SS

TaB2

W

SS

W

SS

W

W

W

KEY PLAN

W

SS

B-FIRE B-DATA

W

B-FIRE B-FIRE B-FIRE B-DATA B-DATA B-DATA

C W

SS

A-FIRE A-DATA

W SS

LgB

SCALE

A-FIRE

NoB2

IP

W

W

SS

A-FIRE A-DATA

B-DATA B-FIRE

SS

IP

W

W

SF

B

REVISIONS DRAWN BY

LEGEND

GENERAL DECONSTRUCTION SEQUENCE/NOTES

APPROVED BY CHECKED BY DATE TITLE

4 A

SF CIP TaB2

PHASE III - EXISTING CONDITIONS, DEMOLITION, AND E & S PLAN PROJECT NO.

C4 5

OF

17

1

2

3

4

5 SS SS

SS

Dewberry Engineers Inc. W

SS

4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

W

E

W

W

W

W

W

W

W

W

W

W

W

W

W W

W

W W

W

SS

W

W

SS

W

W W SS

W

W

SS

SS

W

W

SS

W

D

SS

SS

W

W

W

W

SS

SS W

W

SS

SS W

W

SS W

SF SEAL

MU TS W

SS

SS

SS

SS

LOUISA COUNTY, VIRGINIA

W

W

SS

CIP

SS

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

W

W

W

SS

SS

LOUISA COUNTY PUBLIC SCHOOLS

SS

W SS

W

SS

W

SS

W

W

W

W

PS

SS

W

KEY PLAN

C W

SS

W

SS

PS MU TS

SS

SCALE

W

W

W

W

SS

MU TS PS

B

REVISIONS DRAWN BY

LEGEND

NOTES

SF CIP MU TS PS A

APPROVED BY CHECKED BY DATE TITLE

PHASE I - SITE RESTORATION AND EROSION & SEDIMENT PLAN PROJECT NO.

C5 6

OF

17

1

2

3

4

5 SS SS

SS

Dewberry Engineers Inc. W

SS

4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

W

E

W

W

W

W

W

W

W

W

W

W

W

W

SS

SS

SS

SS

SS

SS

SS

W W

W

W W

W W W

SS

W

W

SS

W

SF

SS

W

W

SS

SS

W

W

SS

W

D

LOUISA COUNTY, VIRGINIA

W

W

SS

SS

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

W

W

W

SS

SS

LOUISA COUNTY PUBLIC SCHOOLS

SS

W SS

SS

W

W

W

W

W

W

W

SEAL

W

SS

MU TS

W

MU TS PS SS

W

SS

W

SS

W

SS

W

W

W

PS

W

SS

W

KEY PLAN

C W

SS

W

SS

SS

SCALE W

SS

W

SF

W

W

MU PS TS

B

REVISIONS DRAWN BY

LEGEND

NOTES

SF CIP MU TS PS A

APPROVED BY CHECKED BY DATE TITLE

PHASE II - SITE RESTORATION AND EROSION & SEDIMENT PLAN PROJECT NO.

C6 7

OF

17

1

2

3

4

5

SS

SS

SS

SS

SS

SS SS W

W

Dewberry Engineers Inc.

W

SS

4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

W

SS

W

W

W

W

W

W

W

W

W

W

W

SS

SS

SS

SS

SS

SS

SS

W

LOUISA COUNTY PUBLIC SCHOOLS

SS

W

W

W

W W

SS

W SS

W

W

W

SS

SS

IP MU TS PS

W

W

SS

IP

SS

SS

SS

SS

W

W

SS

SS

W

W

PHASE IIIA CURB, GUTTER, AND PATCHING PLAN

SS

W

W

D

SS

W

W

SS

W

W

SF

LOUISA COUNTY, VIRGINIA

W

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

W

SS

E

SS

SEAL

SS

W

W

W

W

W

W

W

W

W

W

SS

SS

W

SS

W

SS

W

W

W

W W

SS

KEY PLAN

C W

SS

W

SS

SCALE SS

W

W

W

SS

W

B

REVISIONS DRAWN BY

PHASE IIIB - ASPHALT MILLING AND RESURFACING PLAN GENERAL NOTES

APPROVED BY CHECKED BY

PAVEMENT RESTORATION NOTES

DATE

LEGEND

TITLE

SF A

CIP MU TS PS

CROSSWALK DETAIL

PHASE IIIA &B - SITE RESTORATION AND EROSION & SEDIMENT PLAN PROJECT NO.

C7 8

OF

17

1

2

3

4

5

SITE PLAN STATISTICS LOUISA COUNTY MIDDLE SCHOOL

Dewberry Engineers Inc. 4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

DA TA BDA TA BTA BDA

B-D B- ATA FIR E

BD B- ATA FIR E BD B- ATA FIR E

21

B-D B- ATA FIR E B-D B- ATA FIR E

BD B-FATA IR E

B-D B- ATA FIR E

LOUISA COUNTY, VIRGINIA

BDA TA

E IR F A-

BD B- ATA FIR E

B-D B-FATA IR B E -D B-FATA IR B E -D B-FATA IR E

B-D B- ATA FIR E

B-D B- ATA FIR E

B-D B-FATA IR B E -D B- ATA FIR E B-D B-FATA IR E

B-D B- ATA FIR E

B-D B-FATA IR E

B-D AT A

KEY PLAN

SITE AREA - SETBACKS MAP

(NOT TO SCALE)

B- B-D FIR AT E A

B -D B-FATA IR E

MU PS TS

SEAL

AA-DFIRE ATA

AA-DFIRE ATA

AA-DFIRE ATA

IR B-D E AT B-A FIR E

GENERAL MIDDLE SCHOOL TRAILER NOTES

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

BDA TA

E IR F A-

B B- -FIR DA E TA BF B- IRE DA TA BF B- IRE DA TA

B B- -FIR DA E TA

C

B-B-FI DA RE TA

B-F

AT A

SF

B-D

BF B- IRE DA TA BFIR B-D E AT B A -F B- IRE DA TA BF B- IRE DA TA

B B-D-FIR AT E A

D

LOUISA COUNTY PUBLIC SCHOOLS

BDA TA

BDA TA

B B-D-FIR AT E A B B- -FIR DA E TA B B- -FIR DA E TA B B- -FIR DA E TA

B B-D-FIR AT E A

MU PS TS

BD

B B- -FIR DA E TA

AT A

E

SCALE

ADJACENT PROPERTY OWNER INFORMATION

B

LOUISA COUNTY MIDDLE SCHOOL TRAILER PLAN

REVISIONS DRAWN BY

LEGEND

APPROVED BY CHECKED BY

SF

DATE

CIP MU TS PS

TITLE

LOUISA COUNTY MIDDLE SCHOOL TRAILER PLAN

A PROJECT NO.

C8 SITE AREA - DETAIL MAP

(NOT TO SCALE)

9

OF

17

1

2

3

4

5

SITE PLAN STATISTICS JOUETT ELEMENTARY SCHOOL Dewberry Engineers Inc. 4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

GENERAL JOUETT ELEMENTARY TRAILER NOTES

LOUISA COUNTY, VIRGINIA

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

D

LOUISA COUNTY PUBLIC SCHOOLS

E

SEAL

KEY PLAN

SITE AREA - SETBACKS MAP

C

(NOT TO SCALE)

SCALE

ADJACENT PROPERTY OWNER INFORMATION

B

JOUETT ELEMENTARY SCHOOL TRAILER PLAN

REVISIONS DRAWN BY

LEGEND

APPROVED BY CHECKED BY

SF

DATE

CIP MU TS PS

TITLE

JOUETT ELEMENTARY SCHOOL TRAILER PLAN

A

PROJECT NO.

C9 SITE AREA - DETAIL MAP

(NOT TO SCALE)

10

OF

17

1

2

3

4

5

Dewberry Engineers Inc. 4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

LOUISA COUNTY, VIRGINIA

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

D

LOUISA COUNTY PUBLIC SCHOOLS

E

SEAL

KEY PLAN

C

SCALE

B

REVISIONS DRAWN BY APPROVED BY CHECKED BY DATE TITLE

A

EROSION & SEDIMENT CONTROL DETAILS PROJECT NO.

C10 11

OF

17

1

2

3

4

5

Dewberry Engineers Inc. 4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

LOUISA COUNTY, VIRGINIA

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

D

LOUISA COUNTY PUBLIC SCHOOLS

E

SEAL

KEY PLAN

C

SCALE

B

REVISIONS DRAWN BY APPROVED BY CHECKED BY DATE TITLE

CONSTRUCTION DETAILS A PROJECT NO.

C11 12

OF

17

1

2

3

4

5

W W

SS

W

W

W

W

W

W

W

W

W

W

W

W

Dewberry Engineers Inc.

W

SS

4805 Lake Brook Drive Glen Allen, VA 23060 PHONE: 804.290.7957 FAX: 804.290.7928

W

W

W

W

W

DRAINAGE AREA #3

D

SS

W

W

SS

W

W

SS

W

W

SS

W

W

SS

DRAINAGE AREA #2

SS

W

W

SS

SS

SS W

W

W

W

SS

SS W

W

SS

SS W

W

SS W

W

SS

SS

SS

SS

LOUISA COUNTY, VIRGINIA

SS

LOUISA COUNTY HIGH SCHOOL LOUISA COUNTY MIDDLE SCHOOL JOUETT ELEMENTARY SCHOOL RESTORATION WORK

W W

W

SS

SS

LOUISA COUNTY PUBLIC SCHOOLS

W

W

W

SS

E

SS

W

SS

W

SEAL

W

W

W

W W

SS

W

SS

KEY PLAN

DRAINAGE AREA #1 W

SS

C

SS

W

SS

W

W

W

SCALE

B

REVISIONS DRAWN BY

LEGEND

PRE- AND POST-DEVELOPMENT DRAINAGE AREAS

APPROVED BY CHECKED BY DATE TITLE

NOTES A

PRE- AND POSTDEVELOPMENT DRAINAGE AREAS PROJECT NO.

C12 13

OF

17

LCHS Restoration IFB 2015-04.pdf

Section 262400 – Panelboards, Switches, and Circuit Breakers ..... LCHS Restoration IFB 2015-04.pdf. LCHS Restoration IFB 2015-04.pdf. Open. Extract.

15MB Sizes 0 Downloads 304 Views

Recommend Documents

IFB Teleconference Transcription.pdf
Page 1 of 3. PRE-BID TELECONFERENCE. Saturday, February 22, 2014, 8:30 a.m. CST. IFB GEC-14-01. Central Count Voting System with Software and ...

IFB Teleconference Transcription.pdf
Sign in. Loading… Whoops! There was a problem loading more pages. Whoops! There was a problem previewing this document. Retrying... Download. Connect ...

IFB Indoor Bleachers.pdf
There was a problem previewing this document. Retrying... Download. Connect more apps... Try one of the apps below to open or edit this item. IFB Indoor ...

PRINTER COPY LCHS FY18.pdf
Medication/Over-the-Counter Drugs. Communicable Diseases & Conditions. Injuries. Fire, Tornado, Weather. School Closures. Safety & Responsibility. Insurance. CODE OF CONDUCT ... Sexual Harassment & Sexual Battery. Professionally Qualified Teachers &

IFB Indoor Bleachers.pdf
Page 3 of 12. IFB Indoor Bleachers.pdf. IFB Indoor Bleachers.pdf. Open. Extract. Open with. Sign In. Main menu. Displaying IFB Indoor Bleachers.pdf.

04 IFB - Student Transportation Services.pdf
11. Operations.................................................. 13. 7. Prevailing Wage Rates............................................... 15. 8. Fuel Adjustment Clause. ... a partnership, by the name of the partnership, followed by the signature o

Ecological Engineering and Ecosystem Restoration
Professor of Natural Resources and Environmental Science. Director .... 2. the development of new sustainable ecosystems that ... Energy basis. Solar based.

LCHS FINAL 2017-2018 Student Handbook.pdf
STUDENT LEARNING. Page 3 of 40. LCHS FINAL 2017-2018 Student Handbook.pdf. LCHS FINAL 2017-2018 Student Handbook.pdf. Open. Extract. Open with.

Collaborative Ecological Restoration
Jun 30, 2006 - CREDIT. : W. ARREN GOLD. EDUCATIONFORUM. The complexity of the interface .... A. D. Bradshaw, M. J. Chadwick, The Restoration of Land.

2017 LCHS Kansas City Heart of America ... - La Cueva Choirs
Page 1 ... own make-up work, and must make arrangements with teachers prior to leaving. Trip Cost: ... your payments will be similar to the student schedule.

LCHS FINAL 2017-2018 Student Handbook.pdf
1. “Serving our school and students with fidelity”. Lee County High School 2017-2018. School Mascot: Yellow Jacket. School Colors: Navy and Gold. Athletic Conference: 3A-Tri County VI (Six). Lee County Schools Vision Statement. Lee County Schools

2017 LCHS Kansas City Heart of America ... - La Cueva Choirs
All APS, La Cueva High School and LCHS Choir Behavioral Rules and Expectations apply. Failure to cooperate will result in removal from the trip roster without.

Collaborative Ecological Restoration
Jun 30, 2006 - damaged land (3, 4) [support- ing online material .... ings, applying for permits and small grants, soliciting materials, or .... faculty are supported by home departments, and admin- istration is ... Ecology; education; business;.

IFB Fire f350 PICKUP 2016.pdf
Submit a signed copy of this form with Your Offer. By submitting a bid or proposal, You agree to be bound by the terms. of the Solicitation. You agree to hold Your ...

Restoration and rehabilitation of structures.pdf
b) Alkali silica reaction. c) Sulphate attack. d) Permeability of concrete. e) Sealing materials. —————————. Page 2 of 2. Restoration and rehabilitation of ...

Atmospheric Turbulence Degraded Image Restoration ...
quality of long-distance surveillance imagery [1]. Atmospheric turbulence blur ... H(u, v) = e−λ(u2+v2)5/6. (1) to model the long-term effect of turbulence in optical imaging. ..... Image. Database, http://sipi.usc.edu/services/database/Database.h

ENG 4A 1 Spring1998 RESTORATION/18TH ... - MOBILPASAR.COM
SCIENCE AMERICAN LIT 1800-1900. Worth,Aaron S. 16. ENG. 27A. 1. Spring2006. PAGE, STAGE, AND SCREEN. Morrison,Paul. 17. ENG. 27B. 1. Fall 2004. CLASSIC HOLLYWOOD CINEMA. Morrison,Paul. 91. ENG. 27B. 1. Spring2007 ...... 119A. 1. Spring1998. DIRECTED

PdF Immediate Dentoalveolar Restoration: Immediately ...
Implants in Compromised Alveolar Sockets Full Books online ... implants in compromised alveolar sockets little and falaces dental management FULL PDF Immediate ... alveolar sockets Online Books Database Doc ID 5794f0 Online Books … ...

Marble Restoration Boca Raton.pdf
Page 1 of 86. The leading marble stone restoration provider serving clients throughout FL! Click here to learn more. As far as we are concerned, customer satisfaction is written in stone. Sealing. Honing. Polishing. Cleaning. Contact Details. Afforda