+ All Categories
Home > Documents > PRIMARY CARE | GAFFNEY,...

PRIMARY CARE | GAFFNEY,...

Date post: 27-Mar-2020
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
510
PROJECT MANUAL PRIMARY CARE | GAFFNEY, SC OWNER: DAIMLER TRUCKS NORTH AMERICA CONSTRUCTION DOCUMENTS ARCHITECT 227 WEST TRADE STREET, SUITE 700 CHARLOTTE, NORTH CAROLINA 28202 PHONE: (704) 333.6686 FAX: (704) 333.2926 CONSULTANTS CIVIL/LANDSCAPE/STRUCTURAL BULLA SMITH DESIGN ENGINEERING 1347 HARDING PLACE # 201 CHARLOTTE, NC 28204 PHONE: (704) 333-3122 MECHANICAL, ELECTRICAL, PLUMBING & FIRE PROTECTION OPTIMA ENGINEERING 1927 SOUTH TRYON STREET, SUITE 300 CHARLOTTE, NORTH CAROLINA 28203 PHONE: 704.338.1292
Transcript
  • PROJECT MANUAL

    PRIMARY CARE | GAFFNEY, SC OWNER: DAIMLER TRUCKS NORTH AMERICA

    CONSTRUCTION DOCUMENTS ARCHITECT

    227 WEST TRADE STREET, SUITE 700 CHARLOTTE, NORTH CAROLINA 28202 PHONE: (704) 333.6686 FAX: (704) 333.2926 CONSULTANTS CIVIL/LANDSCAPE/STRUCTURAL BULLA SMITH DESIGN ENGINEERING 1347 HARDING PLACE # 201 CHARLOTTE, NC 28204 PHONE: (704) 333-3122 MECHANICAL, ELECTRICAL, PLUMBING & FIRE PROTECTION OPTIMA ENGINEERING 1927 SOUTH TRYON STREET, SUITE 300 CHARLOTTE, NORTH CAROLINA 28203 PHONE: 704.338.1292

  • TABLE OF CONTENTS 000010 - 1

    TABLE OF CONTENTS

    FOR

    PRIMARY CARE DAIMLER TRUCKS NORTH AMERICA

    DIVISION 00 - PROCUREMENT AND CONTRACTING FORMS 000001 Cover Sheet 000010 Table of Contents 002615 Bidder’s Substitution Request Form 003100 Available Information 004113 Bid Form - Single-Prime Contract 004322 Bid Form Supplement - Unit Prices 004323 Bid Form Supplement - Alternates 006325 Contractor’s Substitution Request Form DIVISION 01 - GENERAL REQUIREMENTS 011000 Summary 012200 Unit Prices 012300 Alternates 012500 Substitution Procedures 012600 Contract Modification Procedures 012900 Payment Procedures 013100 Project Management and Coordination 013200 Construction Progress Documentation 013233 Photographic Documentation 013300 Submittal Procedures 014000 Quality Requirements 014200 References 015000 Temporary Facilities and Controls 015639 Temporary Tree and Plant Protection 016000 Product Requirements 017300 Execution 017700 Closeout Procedures 017823 Operation and Maintenance Data 017839 Project Record Documents

    DIVISION 03 - CONCRETE 033000 Cast in Place Concrete DIVISION 04 - MASONRY 042200 Concrete Unit Masonry DIVISION 05 - METALS 051200 Structural Steel Framing 051213 Architecturally Exposed Structural Steel Framing 055000 Metal Fabrications

  • TABLE OF CONTENTS 000010 - 2

    DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 061000 Rough Carpentry 061053 Miscellaneous Rough Carpentry 061636 Wood Panel Product Sheathing 061753 Shop Fabricated Wood Truss 062013 Exterior Finish Carpentry 064116 Plastic-Laminate-Faced Architectural Cabinets DIVISION 07 - THERMAL AND MOISTURE PROTECTION 072100 Thermal Insulation 072419 Water-Drainage Exterior Insulation and Finish Systems 072500 Weather Barriers 075423 TPO Roofing 076200 Sheet Metal Flashing and Trim 079200 Joint Sealants DIVISION 08 - OPENINGS 081113 Hollow Metal Doors and Frames 081416 Flush Wood Doors 083113 Access Doors and Frames 084113 Aluminum-Framed Entrances and Storefronts 087100 Door Hardware 088000 Glazing DIVISION 09 - FINISHES 092216 Non-Structural Metal Framing 092900 Gypsum Board 093013 Ceramic Tiling 095113 Acoustical Panel Ceilings 096513 Resilient Base and Accessories 096519 Resilient Tile Flooring 096813 Tile Carpeting 099113 Exterior Painting 099123 Interior Painting DIVISION 10 - SPECIALTIES 102800 Toilet and Bath Accessories 104400 Fire Protection Specialties DIVISION 12 - FURNISHINGS 122413 Roller Window Shades 123661 Solid Surfacing Countertops DIVISION 22 - PLUMBING 221113 Facility Water Distribution Piping 221313 Facility Sanitary Sewers DIVISION 31 - EARTHWORK 311000 Site Clearing

  • TABLE OF CONTENTS 000010 - 3

    312000 Earth Moving 312513 Erosion Control DIVISION 32 – EXTERIOR IMPROVEMENTS 321216 Asphalt Paving 321313 Concrete Paving 321373 Concrete Paving Joint Sealants 321723 Pavement Markings 329200 Turf and Grasses 329300 Plants DIVISION 33 - UTILITIES 334100 Storm Utility Drainage Piping END OF TABLE OF CONTENTS

  • LS3P ASSOCIATES LTD PRIMARY CARE DAIMLER TRUCKS NORTH AMERICA

    DOCUMENT 002615 - BIDDER'S SUBSTITUTION REQUEST FORM 002615-1

    DOCUMENT 002615 - BIDDER'S REQUEST FOR SUBSTITUTION FORM Requests for Substitution are accepted from prime bidders only. Subcontractors and suppliers must submit requests through a prime bidder. Bidders are required to submit this completed form with required attachments no later than 10 days prior to opening of bids. Comply with requirements of the Instructions to Bidders.

    Project: Primary Care Project No.:

    To: LS3P Specification Section #:

    Charlotte, NC 28202 Prime Bidder:

    Attn.: Jeffrey Del Sordo Requested by:

    Phone: 704.333.6686 Phone:

    Fax: 704.333.2926 Fax:

    Email: [email protected] Email:

    Specified Product/Fabrication Method (List name/description; model no.; manufacturer): Required Information for Specified Product: Attached: Point by Point Comparative Product Data Tests Reports Fabrication Drawings Samples (Where Applicable)

    Proposed Product/Fabrication Method (List trade name/description; model no.; manufacturer) : Required Information for Proposed Product: Attached: Point by Point Comparative Product Data (Required) Tests Reports Fabrication Drawings Samples (Where Applicable) List of Related Changes/Modifications:

    Differences between proposed substitution and specified product:

    Proposed product/fabrication method No Yes: Explain

    mailto:[email protected]

  • LS3P ASSOCIATES LTD PRIMARY CARE DAIMLER TRUCKS NORTH AMERICA

    DOCUMENT 002615 - BIDDER'S SUBSTITUTION REQUEST FORM 002615-2

    affects other parts of the Work

    Undersigned certifies:

    • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product as utilized for this project, except as noted herein.

    • Qualifications of manufacturer, installer, and other specified parties meet the specified qualifications.

    • Same special warranty will be furnished for proposed substitution as for specified product.

    • Same maintenance service and source for replacement parts, as applicable, is available as that specified.

    • Proposed substitution does not affect dimensions and functional clearances, except as noted herein.

    For the Bidder:

    Submitted by:

    Signed:

    Firm:

    Telephone:

    Fax:

    Email:

    For the Manufacturer:

    Submitted by:

    Signed:

    Firm:

    Telephone:

    Fax:

    Email:

    END OF BIDDER'S REQUEST FOR SUBSTITUTION FORM

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    AVAILABLE INFORMATION 003100 - 1

    DOCUMENT 003100 - AVAILABLE INFORMATION

    1.1 SUMMARY

    A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for Project. They provide Owner's information for Bidders' convenience and are intended to supplement rather than serve in lieu of Bidders' own investigations. They are made available for Bidders' convenience and information, but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents.

    1. Geotechnical Data. 2. Bid Tabulation.

    1.2 GEOTECHNICAL DATA

    A. A geotechnical investigation report for Project, prepared by: 1. Amec Foster Wheeler Environment & Infrastructure, Inc.

    a. 2801 Yorkmont Road, Suite 100 b. Charlotte, North Carolina 28208 c. Tel 704-357-8600dated: d. April 29, 2016, is available for viewing as appended to this Document

    END OF DOCUMENT 003100

  • REPORT

    GEOTECHNICAL INVESTIGATION

    20.95-Acre Vacant Parcel

    Woodland Road

    Gaffney, South Carolina 29341

    Prepared for:

    Daimler Trucks North America LLC

    Prepared by:

    AECOM

    400 Northpark Town Center

    1000 Abernathy Road NE, Suite 900

    Atlanta, Georgia 30328

    Phone (678) 808-8800/Fax (678) 808-8400

    July 10, 2015

  • REPORT

    GEOTECHNICAL INVESTIGATION

    20.95-ACRE VACANT PARCEL

    WOODLAND ROAD, GAFFNEY, SOUTH CAROLINA

    Table of Contents

    1.0 SUMMARY.................................................................................................................................................... 1

    2.0 PROJECT INFORMATION ........................................................................................................................ 1

    3.0 OBJECTIVE AND SCOPE .......................................................................................................................... 2

    4.0 FIELD EXPLORATION .............................................................................................................................. 3

    5.0 SITE AND SUBSURFACE CONDITIONS ................................................................................................ 3

    6.0 ANALYSES AND RECOMMENDATIONS .............................................................................................. 6

    7.0 SITE PREPARATION AND FILL PLACEMENT ................................................................................... 7

    8.0 PAVEMENT DESIGN .................................................................................................................................. 8

    9.0 LIMITATIONS ........................................................................................................................................... 11

    List of Appendices

    Figure Soil Boring Location

    Appendix A Boring Logs

    Appendix B Laboratory Testing

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 1

    Report

    Geotechnical Investigation

    20.95-Acre Vacant Parcel

    Woodland Road, Gaffney, South Carolina

    for Daimler Trucks North America LLC ___________________________________________________________________________________

    1.0 SUMMARY

    This report presents the findings of a geotechnical investigation at the site of a proposed Chassis Shipping

    Operations building and related infrastructure. The work reported herein was completed by AECOM for

    Daimler Trucks North America LLC (Daimler) in accordance with the Agreement for Environmental

    Services dated July 15, 2010, between Daimler and URS Corporation (a wholly owned subsidiary of

    AECOM).

    The site consists of a 20.95-acre vacant parcel situated on Woodland Road, immediately east of the

    Freightliner Custom Chassis Corporation Manufacturing Plant in Gaffney, Cherokee County, South

    Carolina.

    Preliminary plans indicate that Daimler intends to construct a new approximately 7,500 square foot,

    single-story, Chassis Shipping Operations building (‘the building’) and associated parking areas. The site

    layout and approximate boring locations are indicated on the Site Plan.

    Subsurface conditions appear suitable for support of the building for the expected light loads. The

    building may be supported with a shallow foundation system consisting of spread footings/wall footings,

    with the floor slab supported at grade. Foundations and the floor slab may bear on properly compacted

    native soils and/or engineered fill.

    Earthwork related to foundations and pavements should be completed in accordance with the

    specifications outlined in Section 7 of this report. It should be noted that the in-situ moisture content of

    the near surface soils (an elastic silt, ‘MH’, after ASTM D 2487) soils is acceptable. However these

    moisture-sensitive soils may pump or become unstable or unworkable during construction if allowed to

    reach higher water content. At that point, workability may be improved by scarifying and drying.

    Overexcavation of wet zones and replacement with granular materials may be necessary. Lightweight

    excavation equipment may be required to reduce subgrade pumping.

    2.0 PROJECT INFORMATION

    2.1 Site Description

    2.1.1 Location

    The site consists of a 20.95-acre vacant parcel situated on Woodland Road, immediately east of the

    Freightliner Custom Chassis Corporation Manufacturing Plant in Gaffney, Cherokee County, South

    Carolina.

    2.1.2 Surface Features

    The subject property is surrounded by commercial development and residential structures. An intermittent

    tributary of Irene Creek transects the subject property from the northeast to the southwest. The site

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 2

    include a dilapidated shed, four unlined stormwater drainage ditches, and two culverts. Based on a

    review of historical documents, the site appears to have historically been vacant land.

    The topography of the subject property generally slopes to the center of the property towards an

    intermittent tributary of Irene Creek, which transects the property from the northeast to the southwest.

    The topography of the surrounding area generally slopes to the southeast toward Irene Creek, which is

    located approximately 0.25 mile southeast of the subject property.

    2.2 Proposed Development

    2.2.1 Structural

    AECOM understands that Daimler is planning to develop the site with a Chassis Shipping Operations

    building and associated parking areas.

    The design and construction addressed by this subsurface exploration and geotechnical report is not yet

    finalized. However, based upon preliminary information, AECOM understands that the development is

    proposed to consist of an approximately 7,500 square foot, single-story building. Based upon experience

    with similar structures, AECOM expects that maximum column loads will be on the order of 50 to 70

    kips, dead plus live load. Wall loads will be in the range 2-4 kips per lineal foot.

    2.2.2 Earthwork

    Based on the reported plans for the site development, AECOM does not expect that site development will

    include other than minor earthwork (i.e., cutting and/or filling). AECOM should be advised if site

    development includes changes to site grade that involve fills of more than two feet, as such development

    may affect the recommendations found in this report. In particular, earth fills can add considerable load

    to the subsurface, leading to compression/consolidation.

    3.0 OBJECTIVE AND SCOPE OF THIS WORK

    3.1 Objective

    The objective of the work reported herein was to identify and evaluate subsurface materials and

    groundwater conditions, and to provide recommendations for foundation support, site preparation, and

    floor slab subgrade development.

    3.2 Scope

    To accomplish the objective of this work, the scope of work listed below was undertaken.

    1. Field Exploration. Drilling of two exploratory borings in the area of the potential building pad, in which the borings were advanced to a depth of 20 feet below ground surface (bgs). An additional

    six exploratory borings were drilled for the parking areas, these borings were advanced to a depth

    of 10 feet bgs.

    2. Laboratory Testing. Laboratory geotechnical testing of representative samples.

    3. Geotechnical Evaluation. Engineering evaluations of the site data addressing foundation and site

    development requirements.

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 3

    4. Reporting. Preparation of this final report that includes the items listed below:

    a) A drawing showing the location of the exploratory borings. b) Logs of the exploratory borings. c) A description of subsurface conditions encountered. d) Laboratory test results. e) Engineering analyses to identify foundation design parameters. f) Engineering analyses to identify site development criteria, including requirements for site

    preparation, earthwork, and fill placement and compaction criteria.

    4.0 FIELD EXPLORATION

    Subsurface soil conditions at the site were explored by drilling eight soil borings (referenced as Borings

    B-1 to B-8) on June 29, 2015. The approximate boring locations are shown on the site Soil Boring Plan,

    Figure 1.

    A hollow stem auger-drilling rig was used for the work. Disturbed samples of soils were recovered using

    a split spoon sampler, after ASTM D 1586 (the “Standard Penetration Test”, or “SPT”). The SPT

    blowcounts were recorded as the sampler was driven into the ground to provide an index of the strength

    and consistency of the subsurface materials.

    An AECOM field engineer prepared field logs of each boring. These logs included visual classifications

    of the materials encountered during drilling, as well as the field engineer's interpretation of the changes in

    subsurface materials. Descriptions presented on the boring logs are taken from the field drilling logs.

    The boring logs are presented in Appendix A.

    It should be noted that all borings were advanced from the ground surface elevations as they existed at the

    time of drilling. As is noted above, cutting or filling of more than 1 to 2 feet during site construction

    activities may affect the recommendations found in this report.

    5.0 SITE AND SUBSURFACE CONDITIONS

    5.1 Regional Geology

    The northwestern part of South Carolina, including the project site, is located within the Southern

    Piedmont physiographic province (the Piedmont), an area which contains some of the oldest rock

    formations in the United States. The Piedmont province is bordered to the east by the Coastal Plain

    physiographic province and to the west by the Blue Ridge physiographic province. These rocks are

    principally granitic, gneissic, and schistic, which include the large mineral crystals of quartz, feldspar and

    mica. The soil in the Piedmont is formed by the in-place weathering of these rocks and is referred to as

    “residual soil.”

    Within the Gaffney area, residual soils occur in a somewhat predictable profile. The initial stages of

    weathering (resulting from both mechanical sources and chemical decomposition) occur along the

    boundaries of the mineral crystals, such that less weathered residual soils have the appearance of dense

    sand or sandstone. As the weathering process advances, the mineral crystals themselves are subject to

    chemical dissolution such that the residual soils become finer grained- subsequently silty, then clayey. In

    general, the degree of weathering decreases with increasing depth such that coarser grained soils are

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 4

    found near the unweathered rock surface. Undisturbed by development or unusual physical stressors (for

    example, erosion) the profile of subsurface materials in the region is somewhat predictable, with the

    following zones generally recognized to exist:

    Zone 1, Residual Soil. Surface and near surface soils are completely altered from the parent rock, grading with depth typically from finer (clayey) to coarser grained (silty and fine sandy).

    Locally, the relic rock “skeleton” may be evident in “saprolitic” zones of higher void ratio (and

    consequent potential for higher compressibility).

    Zone 2, Transition Zone. Decomposed and weathered rock, characterized by zones of sound, continuous rock and zones of unweathered rock with seams of dense to very dense sandy residual

    soils (characteristically coarse sands, with little potential for compressibility, referenced locally

    as ‘partially weathered rock,’ or ‘PWR’).

    Zone 3, Parent Rock. This zone includes sound, continuous rock with relatively fewer joints and fractures. The unconfined compressive strength of sound rock commonly exceeds 5,000 pounds

    per square inch (psi).

    It should be noted that though the above-described sequence generally holds, factors such as changes in

    rock type and preferential weathering along fractures can alter the sequence. The graphic below depicts

    the residual soil and rock sequence described above.

    Typical Residual Soil and Rock Profile in the Piedmont Physiographic Region

    (Ref: O’Brien, J. F. and Norton, W. E., 2001, Deep Foundations in the Piedmont Physiographic Province)

    5.2 Site Conditions

    5.2.1 Surface

    According to AECOM’s review of the topographic map, the elevation of the site is approximately +719

    feet mean sea level (msl). The topography generally slopes to the center of the property, toward an

    intermittent tributary of Irene Creek, which transects the property from the northeast to the southwest.

    The topography of the surrounding area generally slopes to the southeast toward Irene Creek, which is

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 5

    located approximately 0.25 mile southeast of the subject property.

    Based on site observations, surface water was observed within a portion of the unnamed intermittent

    tributary of Irene Creek and within the unlined drainage ditches located along the southern portion of the

    property. Current site development plans do not plan to affect the unnamed intermittent tributary of Irene

    Creek.

    5.2.2 Subsurface

    The subsurface conditions at the site through the depths explored may be generalized to consist of a

    sequence of residual soils characteristic of the area.

    Layer 1: Sandy Elastic Silt: Below a thin (≤ 6”) veneer the topsoil surface layer of the site, half of the borings (B-1, B-2, B-4 and B-6) encountered a yellowish orange/red, stiff to very stiff, low

    plasticity, sandy elastic silt (‘MH’). Where encountered, this elastic silt extends to typically 3 to

    6 feet bgs. SPT blow counts in this layer ranged from 8 to 21 blows/foot.

    Layer 2: Sandy Silt: Immediately beneath the Layer 1 sandy elastic silt, the site is underlain by a yellowish orange/light brown, medium stiff to hard, fine grained sandy silt. This material extends

    to the boring termination depths of all borings. In areas where the sandy elastic silt does not

    occur, this layer occurs immediately below the topsoil. SPT blow counts in this layer ranged

    from 6 to 39 blows/foot.

    5.2.3 Analytical Results

    “Index tests” or “physical properties tests” are undertaken to provide indirect information about

    engineering properties of soils, correlating “index properties” (e.g., moisture content, particle size

    distribution, density, liquidity, etc.) with known mechanical characteristics (e.g., strength,

    compressibility, etc.). Data secured from index tests, together with descriptions of visual observations

    and experience with similar soils in an area, provide sufficient information for design purposes in

    instances such as this project. The index testing that was undertaken for this project consisted of the

    following:

    Moisture Content (ASTM D2216);

    Atterberg Limits (ASTM D4318);

    Grain Size Distribution (ASTM D422); and,

    USCS Description (ASTM D2487).

    Results of the index test results are included in Appendix B.

    5.2.4 Groundwater

    Groundwater was not encountered in any of the borings at the time of drilling. It should be noted that

    fluctuations in the groundwater level may occur due to seasonal variations and variations in rainfall,

    evaporation, construction activity, surface runoff, and other site-specific factors. In particular, water may

    perch atop near surface zones of lower permeability during wet periods.

    Site development should consider the potential for interaction of construction with groundwater in the

    areas of the intermittent tributary of Irene Creek. It is likely that the intermittent tributary of Irene Creek

    recharges groundwater during wet periods.

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 6

    5.2.5 Surface Water

    Based on observations made at the time of the site visit, surface water was observed within a portion of

    the unnamed intermittent tributary of Irene Creek and within the unlined drainage ditches located along

    the southern portion of the property.

    5.3 Soil Profile Classification for Seismic Design

    The structure will be founded on a soil profile characteristic of the Piedmont geologic province consisting

    of a sequence of fine grained and granular soils. The site is classified for the purposes of seismic design

    by the criteria contained in the 2012 International Building Code (IBC 2012). Section 1615.1 provides

    these procedures. It is the opinion of AECOM that the IBC 2012 Site Class for the Subject Property is “D

    – Stiff Soil Profile” as is identified in Table 1615.1.1.

    6.0 RECOMMENDATIONS

    6.1 Recommended Foundation System

    Proposed foundation systems have been evaluated using the information developed from the subsurface

    exploration and the expected light loads. Structural information was not provided for the preparation of

    this report. However, based on AECOM’s experience with similar structures, it is anticipated that

    maximum column loads on the order of 50 to 70 kips (dead plus live load), with wall loads in the range 2

    to 4 kips per lineal foot.

    Based on the conditions encountered in the borings, the planned structure may be supported on shallow

    spread and/or continuous footings bearing in properly compacted native soils and/or engineered fill. The

    floor slab may be supported at grade.

    6.2 Foundation Design

    6.2.1 Footing Design Parameters

    AECOM recommends that the proposed site building be supported on shallow foundations, consisting of

    isolated spread and/or continuous footings bearing in properly compacted Layer 1/2 soils. Footings may

    be designed using an allowable net bearing pressure of 2,500 pounds per square foot. The net bearing

    pressure refers to the pressure transferred to the bearing material at the footing bearing level in excess of

    the minimum surrounding overburden pressure (i.e., the weight of the footings may be neglected in

    calculations of bearing stress).

    Shallow foundations should bear at least 30 inches below the lowest adjacent finished grade. Continuous

    formed wall footings should have a minimum width of 18 inches, and isolated column footings should

    have a minimum width of 30 inches, regardless of the bearing pressure. The minimum widths are

    considered advisable to provide a margin of safety against a local or purching shear failure of the

    foundation soils. The base of all foundation excavations should be free of water and loose soil prior to

    placing concrete.

    6.2.2 Floor Slab Recommendations

    The floor slab may be ground-supported, bearing on either (i) the Layer 1/Layer 2 soils prepared as

    described below; or, (ii) on engineered fill placed as recommended in this report.

    The subgrade may be developed by recompacting the existing Layer 1/Layer 2 soils disturbed by any

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 7

    subsequent construction activity. The upper 12 inches of soils should be recompacted to at least 95% of

    the material's maximum Standard Proctor dry density (ASTM D-698). Any fill should thereafter be

    placed in accordance with the recommendations in Section 7.3.

    Additional floor slab design and construction recommendations are as follows:

    A modulus of subgrade reaction (‘k’) of 80 pounds per cubic inch (pci) may be assumed for ground

    prepared in accordance with the recommendations of this report.

    Positive separations and/or isolation joints should be provided between the grade slab and all

    foundations and walls/columns to allow independent movement.

    Any interior trench backfill placed beneath slabs should be compacted in accordance with

    specifications outlined in Section 7.3.

    If moisture sensitive floor coverings are used on interior slabs, consideration should be given to the

    use of barriers (either polyethylene or a thin sand or graded gravel layer) to minimize potential

    vapor rise through the slab.

    Other design and construction considerations, as outlined in the ACI Design Manual, Section

    302.1R are recommended.

    6.2.3 Foundation Settlement (static condition)

    AECOM recommends that walls be provided with suitable movement joints to accommodate differential

    settlement. Foundations designed and constructed as recommended in this report will experience total

    settlement of less than one inch. Angular distortion due to post-construction differential movement

    between adjacent, unevenly loaded foundations should be less than one in 450 (less than 1/2 inch in 20

    linear feet).

    6.3 Construction Monitoring Services

    It is recommended that a qualified geotechnical consultant be retained to observe and test foundation

    bearing materials, and to test fill as it is placed and compacted. All footings and slab subgrade areas

    should be observed prior to placement of fill and concrete to verify that suitable support of foundations,

    floor slabs or additional fill is achieved.

    7.0 SITE PREPARATION AND FILL PLACEMENT

    7.1 Site Preparation

    At the onset of any site grading, the site should be stripped of any asphalt, concrete, vegetation and other

    deleterious materials. Following removal any deleterious material, the sandy silt material within the

    limits of the structure should be proof-rolled with moderately-loaded rubber tired construction equipment

    prior to constructing foundations. Proof-rolling aids in providing a firm base for compaction of any

    subsequent fill, and will help delineate any soft areas, which may exist below the subgrade level. If soft or

    loose soils are identified, they should be removed and replaced with compacted granular fill if they cannot

    be satisfactorily compacted in place.

    It should be noted that on-site elastic silt (Layer 1) may ‘pump’ or become unstable or unworkable at high

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 8

    water contents. Workability may be improved by scarifying and drying. Overexcavation of wet zones

    and replacement with granular materials may be necessary. Lightweight excavation equipment may be

    required to reduce subgrade pumping.

    7.2 Fill Placement and Compaction

    Imported engineered fill placed within the building area and as backfill for any undercut areas should

    consist of approved granular materials (non-plastic, less than 15% passing the No. 200 sieve), which are

    free of organic matter and debris. Remove all debris from excavation prior to placement of material and

    clean subgrade to an in situ surface.

    The granular fill material should be compacted to at least 95% relative compaction within the range of 2%

    below to 2% above the optimum moisture content, with reference to the maximum Standard Proctor dry

    density (ASTM D-698). Fill should be densified using vibratory compaction equipment, placed and

    compacted in loose, level layers of a thickness within compacting ability of that equipment. In the usual

    case, this will limit lifts densified by hand held equipment to 8 inches or less in loose thickness and lifts

    densified by heavier, self-propelled equipment to 12 inches or less loose thickness.

    Backfill adjacent or near structures should not be placed until a sufficient portion of the structure has been

    built to resist the imposed load. Backfill near concrete structures should not be placed until the concrete

    has gained 70% of its design strength.

    7.4 Dewatering

    Groundwater was not encountered at the time of drilling. It is anticipated that dewatering operations

    could potentially be required during excavations conducted in the areas around the intermittent tributary.

    If periodic dewatering is required to remove runon resulting from surface water or to remove rainwater,

    this work can be accomplished using small sump pumps and rim ditches.

    7.5 Foundation Construction

    As is noted in Section 6.3, a qualified geotechnical consultant should be retained to observe and test

    foundation bearing materials to assure that footings and slab subgrade areas are founded on the materials

    indicated by the soundings.

    The base of all foundation excavations should be free of water and loose soil prior to placing concrete.

    Though the circumstance is not anticipated, if areas of soft soils are be encountered at foundation bearing

    depth, these soils should be removed to a minimum depth of 18-inches and a minimum of 18-inches

    horizontally beyond the edge of footings. Soft soils should be replaced with lean concrete, engineered fill

    or gravel.

    8.0 PAVEMENT DESIGN

    AECOM understands that it is anticipated that the site will be used for the parking of trucks. Light/Heavy-

    duty paved areas may be used for the parking areas.

    8.1 Flexible Pavements

    A layered flexible pavement system consisting of asphaltic concrete (A/C), a graded aggregate base

    course, and a stabilized subbase may be readily developed at the site. A pavement sections for different

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 9

    areas of traffic may be designed as follows:

    Common Areas (receiving vehicular traffic): 1.5 inches of A/C topping, 2 inches of A/C binder course, 8 inches of graded aggregate base course. Tack coats should be provided atop the base

    course and atop each pavement section.

    Truck Areas (receiving light truck traffic): 1.5 inches of A/C topping, 2 inches of A/C binder course, 10 inches of graded aggregate base course. Tack coats should be provided atop the base

    course and atop each pavement section.

    The above assumes the top 12 inches of subgrade will be densified/compacted to at least 98% of the

    ASTM D 698 (the “Standard Proctor). The asphalt surface course should conform to the most recent

    edition of the South Carolina Department of Transportation (SCDOT) Standard Specification for Road

    and Bridge Construction, for Hot Mix Asphaltic Concrete Surface Course. The base course should

    conform to the SCDOT standards for base course compacted to 100 percent of the Modified Proctor

    (ASTM D-1557) maximum dry density.

    Prior to the construction of the pavement section, the subgrade should be proof-rolled and compacted on

    grade utilizing a sheepsfoot vibratory roller, which imparts a total force (static plus dynamic) of not less

    than 500 pounds per lineal inch of drum width. Any soft of yielding areas that cannot be stabilized by

    additional compaction should be undercut to stable subgrade or 36 inches whichever is less and the

    resulting excavation backfilled with engineered fill as described above.

    8.2 Rigid Pavements

    8.2.1 General

    The concrete for rigid pavements should be obtained from an approved mix design with the following

    properties:

    Compressive Strength @ 28 days 3500 psi minimum

    Modulus of Rupture @ 28 days 700 minimum

    Strength Requirements ASTM C94

    Minimum Cement Content 5.5 sacks/cu. yd.

    Cement Type Type I Portland

    Entrained Air Content 6 to 8%

    Concrete Aggregate ASTM C33 and GDOT Section 703

    Aggregate Size 1 inch maximum

    Maximum Water Content 0.49 lb/lb of cement

    Maximum Allowable Slump 4 inches

    A set of four test cylinders should be cast in accordance with ASTM C31 for each 50 cubic yards of

    concrete placed, with at least one set cast for each day's placement. The cylinders should be cured in

    accordance with ASTM E31 and tested at 7 and 28 days in accordance with ASTM C39.

    8.2.2 Section Design

    The table below provides AECOM’s recommendation for pavement sections for the separate areas of the site.

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 10

    Recommended Pavement Section Thickness (inches)

    Traffic

    Area

    Aggregate Base

    Course

    Portland Cement

    Concrete

    Total

    Automobile Parking

    6 6 12

    Loading/ Dumpster

    8 8 16

    8.2.3 Subgrade Preparation

    The subgrade should be scarified, moistened as required, and recompacted to a minimum of 98% of the

    Standard Proctor dry density (ASTM D 698) within a moisture content range of 2 percent below, to 2

    percent above optimum for a minimum depth of 12 inches prior to placement of basecourse and pavement

    materials. Quality control testing to verify that the subgrade is modified as recommended should be

    completed at a frequency of at least one density test for every 7,500 square feet of subgrade.

    8.2.4 Placement of the Aggregate Base Course and Concrete

    Aggregate base course should consist of a blend of sand and gravel which meets strict specifications for

    quality and gradation. Use of materials meeting SCDOT specifications is recommended. Aggregate

    base course material should be tested to determined compliance with these specifications prior to

    importation to the site.

    Aggregate base course should be placed in lifts not exceeding six inches and should be compacted to a

    minimum of 100% modified Proctor (ASTM D-1557), within a moisture content range of 2 percent below, to 2 percent above optimum. Where base course thickness exceeds 6 inches, the material should

    be placed and compacted in two or more lifts of equal thickness. Quality control testing to verify that the

    subgrade is modified as recommended should be completed at a frequency of at least one density test for

    every 7,500 square feet of subgrade.

    Concrete for pavements should be deposited by truck mixers or agitators and placed within a maximum of

    90 minutes from the time the water is added to the mix. Other specifications outlined by SCDOT should

    be followed.

    8.2.5 Crack Control in Rigid Pavements

    Longitudinal and transverse joints should be provided as needed to control locations of cracks resulting

    from pavement expansion and contraction. The location and extent of joints should be based upon the

    final pavement geometry and should be placed (in feet), at roughly twice the slab thickness (in inches), on

    center in either direction. Sawed joints should be cut within 24-hours of concrete placement, and should

    be a minimum of 25% of slab thickness plus 1/4 inch.

    All joints should be sealed to prevent entry of foreign material and dowelled where necessary for load

    transfer. Where dowels cannot be used at joints accessible to wheel loads, pavement thickness should be

    increased by 25 percent at the joints and tapered to regular thickness in 5 feet.

    8.2.6 Maintenance

    Preventative maintenance for jointed concrete pavements should be planned and provided for through an

    on-going pavement management program. Such a program will enhance future pavement performance,

    extending the life of pavements by applying low cost, short term treatments. Preventative maintenance

    activities are intended to slow the rate of pavement deterioration, and to preserve the pavement

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 11

    investment.

    Preventative maintenance should include regular maintenance that includes concrete joint resealing and

    small areas of surface repair.

    It should be noted that related civil and structural design factors such as utilization of steel reinforcement,

    subgrade drainage, shoulder support, cross-sectional configurations, surface elevations, and

    environmental factors which will significantly affect the service life must be included in the preparation

    of the construction drawings and specifications.

    9.0 LIMITATIONS

    The evaluations and recommendations presented in this report are based upon the data obtained from the

    borings performed at the indicated locations and from any other information discussed in this report. This

    report does not reflect any variations which may occur between borings or across the site. The nature and

    extent of such variations may not become evident until construction. If variations appear evident, it will

    be necessary to reevaluate the recommendations in this report.

    It is recommended that AECOM be retained to review the plans and specifications so that comments can

    be provided regarding the interpretation and implementation of the geotechnical recommendations in the

    design and specifications. It is further recommended that AECOM be retained for construction material

    testing and observation during earthwork and foundation construction phases to help evaluate that the

    design requirements are fulfilled.

    This report has been prepared for the exclusive use of our client for specific application to the project

    discussed and has been prepared in accordance with generally accepted geotechnical engineering

    practices. No warranty, express or implied, is provided. In the event that any changes in the nature,

    design or location of the project as outlined in this report are planned, the conclusions and

    recommendations contained in this report shall not be considered valid unless the changes are reviewed

    and the conclusions of this report modified or verified in writing by AECOM.

  • P:\1526\Geotechnical\Freightliner - Gaffney, SC\Report\Freightliner Gaffney - Georeport.doc 12

    Closure

    AECOM appreciates the opportunity to be of service to Daimler Trucks North America LLC. If you

    have any questions concerning the findings and recommendations presented herein, please do not hesitate

    to contact the undersigned.

    Sincerely,

    AECOM

    Robert E. Taunton John F. O’Brien, P.E.

    Project Manager Principal Geotechnical Engineer

  • FIGURES

  • APPENDIX A

  • APPENDIX B

  • TIMELY 1874 Forge Street Tucker, GA 30084ENGINEERING Phone: 770-938-8233 Tested By EBSOIL Fax: 770-923-8973 Date 07/08/15TESTS, LLC Web: www.test-llc.com Checked By

    Client Pr. # Lab. PR. #

    Pr. Name S. Type

    Sample ID Depth/Elev.

    Location Add. Info

    ASTM D 4318/AASHTO T 88, T 89Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils (Atterberg Limits)

    LIQUID LIMIT

    Number of Blows 34 27 18

    Mass of Wet Sample & Tare, g 46.20 43.99 44.76 Oven ID # 15/496/610

    Mass of Dry Sample & Tare, g 39.86 38.08 38.78 Balance ID # 139/563

    Mass of Tare, g 24.57 24.56 26.29 Liquid Limit Device ID # 451/569

    Moisture Content, % 41.47 43.71 47.88

    PLASTIC LIMIT

    Mass of Wet Sample & Tare, g 36.85 34.34 PREPARATION PROCEDURE DRY

    Mass of Dry Sample & Tare, g 33.85 31.76

    Mass of Tare, g 24.72 23.83 NOTE: MATERIAL PASSING NO. 40 SIEVE

    Moisture Content, % 32.86 32.53 WAS USED FOR TEST

    NATURAL MOISTURE

    Mass of Wet Sample & Tare, g 232.90 LIQUID LIMIT (LL) 45

    Mass of Dry Sample & Tare, g 205.90 PLASTIC LIMIT (PL) 33

    Mass of Tare, g 86.80 PLASTICITY INDEX (PI) 12

    Moisture Content, % 22.67 LIQUIDITY INDEX (LI) -0.86

    DESCRIPTION

    USCS (ASTM D2487; D2488) ML AASHTO (M 145) NA

    60431724 1506-04-1

    Daimler Gaffney Bag

    Reddish Yellow Sandy Silt

    20137/B-1 6-7.5'

    - -

    40

    41

    42

    43

    44

    45

    46

    47

    48

    49

    50

    10 100

    NUMBER OF BLOWS

    MO

    ISTU

    RE

    CO

    NTE

    NT

    %

    20 25 30 40

    http://www.test-llc.com

  • TIMELY 1874 Forge Street Tucker, GA 30084ENGINEERING Phone: 770-938-8233 Tested By RISOIL Fax: 770-923-8973 Date 07/07/15TESTS, LLC Web: www.test-llc.com Checked By

    Client Pr. # Lab. PR. #

    Pr. Name S. Type

    Sample ID Depth/Elev.

    Location Add. Info

    ASTM D 422/AASHTO T 88Standard Test Method for Particle-Size Analysis of Soils (with Hydrometer Analysis)

    As-Received Moisture ContentMass of Wet Sample & Tare, g 232.90 Mass of Wet Sample & Tare, g 333.00

    Mass of Dry Sample & Tare, g 205.90 Mass of Dry Sample & Tare, g 291.40

    Mass of Tare, g 86.80 Mass of Tare, g 92.80

    Moisture Content, % 22.7 Moisture Content, % 20.9

    Mass of Total Sample before 683.80 Mass of Sample used for 82.80

    separation on #4 sieve & Tare, g hydrometer analysis, g

    Mass of Tare, g 0.00 Dry Mass, g 68.46

    Total Mass of Dry Sample, g 565.37 % of Total Sample passing #4 sieve 97.5

    SIEVE ANALYSIS

    PORTION OF SAMPLE PASSING #4 SIEVE (Hydrometer Backsieve)Mass of Tare, g 0.00

    Sieve Size Sample & Tare, g % RETAINED %PASSING

    12" COBBLES 0.0 100.0 Cumulative

    3" 0.0 100.0 Sieve Size Mass retained, g % PASSING

    2.5" COARSE 0.0 100.0 #10 MEDIUM 1.72 95.0

    2" GRAVEL 0.0 100.0 #20 SAND 5.24 90.0

    1.5" 0.0 100.0 #40 8.88 84.8

    1" 0.0 100.0 #60 FINE SAND 13.43 78.4

    .75" 0.00 0.0 100.0 #100 18.40 71.3

    .5" FINE GRAVEL 4.60 0.8 99.2 #200 FINES 26.43 59.9

    .375" 6.60 1.2 98.8 Remarks

    #4 COARSE SAND 14.20 2.5 97.5

    HYDROMETER ANALYSIS PARTICLE-SIZE ANALYSISLength of Dispersion Period 1 Minute

    Mechanical Dispersion Device ID # 61 % COBBLES 0.0 % MEDIUM SAND 10.2

    Amount of Dispersing Agent (ml) 125.0 % COARSE GRAVEL 0.0 % FINE SAND 25.0

    Specific Gravity (assumed) 2.700 % FINE GRAVEL 2.5 % FINES 59.9

    Specific Gravity (tested) % COARSE SAND 2.4 % TOTAL SAMPLE 100.0

    Starting time 14:30 % CLAY(

  • TIMELY 1874 Forge Street Tucker, GA 30084ENGINEERING Phone: 770-938-8233 Tested By RISOIL Fax: 770-923-8973 Date 07/07/15TESTS, LLC Web: www.test-llc.com Checked By

    Client Pr. # Lab. PR. #

    Pr. Name S. Type

    Sample ID Depth/Elev.

    Location Add. Info

    ASTM D 422/AASHTO T 88Standard Test Method for Particle-Size Analysis of Soils (with Hydrometer Analysis)

    Particle-Size Analysis

    Coarse Fine Coarse Medium Fine Silt or Clay

    Boulders Cobbles Gravel Sand Fines

    D10 NA mm

    DESCRIPTION D30 NA mm

    D60 NA mm

    Cu NA

    Cc NA

    USCS (ASTM D2487; D2488) ML

    Page 2 of 2

    Reddish Yellow Sandy Silt

    60431724

    Daimler Gaffney

    20137/B-1

    -

    1506-04-1

    Bag

    6-7.5'

    -

    12"

    6" 3" 2.5" 2" 1.5" 1" .75" .5"

    .375

    "

    .25" #4 #8 #10

    #16

    #20

    #30

    #40

    #50

    #60

    #100

    #140

    #200

    0

    10

    20

    30

    40

    50

    60

    70

    80

    90

    100

    0.0010.010.11101001000Grain size in millimeters

    % PASSING

    http://www.test-llc.com

  • TIMELY 1874 Forge Street Tucker, GA 30084ENGINEERING Phone: 770-938-8233 Tested By EBSOIL Fax: 770-923-8973 Date 07/08/15TESTS, LLC Web: www.test-llc.com Checked By

    Client Pr. # Lab. PR. #

    Pr. Name S. Type

    Sample ID Depth/Elev.

    Location Add. Info

    ASTM D 4318/AASHTO T 88, T 89Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils (Atterberg Limits)

    LIQUID LIMIT

    Number of Blows 33 27 15

    Mass of Wet Sample & Tare, g 41.38 42.67 42.73 Oven ID # 15/496/610

    Mass of Dry Sample & Tare, g 35.82 36.46 35.86 Balance ID # 139/563

    Mass of Tare, g 24.21 24.00 23.37 Liquid Limit Device ID # 451/569

    Moisture Content, % 47.89 49.84 55.00

    PLASTIC LIMIT

    Mass of Wet Sample & Tare, g 35.51 34.53 PREPARATION PROCEDURE DRY

    Mass of Dry Sample & Tare, g 32.38 31.82

    Mass of Tare, g 23.69 24.25 NOTE: MATERIAL PASSING NO. 40 SIEVE

    Moisture Content, % 36.02 35.80 WAS USED FOR TEST

    NATURAL MOISTURE

    Mass of Wet Sample & Tare, g 289.30 LIQUID LIMIT (LL) 50

    Mass of Dry Sample & Tare, g 253.60 PLASTIC LIMIT (PL) 36

    Mass of Tare, g 107.30 PLASTICITY INDEX (PI) 14

    Moisture Content, % 24.40 LIQUIDITY INDEX (LI) -0.83

    DESCRIPTION

    USCS (ASTM D2487; D2488) MH AASHTO (M 145) NA

    60431724 1506-04-1

    Daimler Gaffney Bag

    Red Sandy Elastic Silt

    20138/B-2 3.5-5'

    - -

    46

    47

    48

    49

    50

    51

    52

    53

    54

    55

    56

    10 100

    NUMBER OF BLOWS

    MO

    ISTU

    RE

    CO

    NTE

    NT

    %

    20 25 30 40

    http://www.test-llc.com

  • TIMELY 1874 Forge Street Tucker, GA 30084ENGINEERING Phone: 770-938-8233 Tested By RISOIL Fax: 770-923-8973 Date 07/07/15TESTS, LLC Web: www.test-llc.com Checked By

    Client Pr. # Lab. PR. #

    Pr. Name S. Type

    Sample ID Depth/Elev.

    Location Add. Info

    ASTM D 422/AASHTO T 88Standard Test Method for Particle-Size Analysis of Soils (with Hydrometer Analysis)

    As-Received Moisture ContentMass of Wet Sample & Tare, g 289.30 Mass of Wet Sample & Tare, g 218.00

    Mass of Dry Sample & Tare, g 253.60 Mass of Dry Sample & Tare, g 195.00

    Mass of Tare, g 107.30 Mass of Tare, g 93.90

    Moisture Content, % 24.4 Moisture Content, % 22.7

    Mass of Total Sample before 452.40 Mass of Sample used for 81.70

    separation on #4 sieve & Tare, g hydrometer analysis, g

    Mass of Tare, g 0.00 Dry Mass, g 66.56

    Total Mass of Dry Sample, g 368.55 % of Total Sample passing #4 sieve 99.0

    SIEVE ANALYSIS

    PORTION OF SAMPLE PASSING #4 SIEVE (Hydrometer Backsieve)Mass of Tare, g 0.00

    Sieve Size Sample & Tare, g % RETAINED %PASSING

    12" COBBLES 0.0 100.0 Cumulative

    3" 0.0 100.0 Sieve Size Mass retained, g % PASSING

    2.5" COARSE 0.0 100.0 #10 MEDIUM 0.73 97.9

    2" GRAVEL 0.0 100.0 #20 SAND 4.02 93.0

    1.5" 0.0 100.0 #40 7.77 87.5

    1" 0.0 100.0 #60 FINE SAND 12.23 80.8

    .75" 0.0 100.0 #100 17.05 73.7

    .5" FINE GRAVEL 0.0 100.0 #200 FINES 23.28 64.4

    .375" 0.00 0.0 100.0 Remarks

    #4 COARSE SAND 3.60 1.0 99.0

    HYDROMETER ANALYSIS PARTICLE-SIZE ANALYSISLength of Dispersion Period 1 Minute

    Mechanical Dispersion Device ID # 61 % COBBLES 0.0 % MEDIUM SAND 10.5

    Amount of Dispersing Agent (ml) 125.0 % COARSE GRAVEL 0.0 % FINE SAND 23.1

    Specific Gravity (assumed) 2.700 % FINE GRAVEL 1.0 % FINES 64.4

    Specific Gravity (tested) % COARSE SAND 1.1 % TOTAL SAMPLE 100.0

    Starting time 14:32 % CLAY(

  • TIMELY 1874 Forge Street Tucker, GA 30084ENGINEERING Phone: 770-938-8233 Tested By RISOIL Fax: 770-923-8973 Date 07/07/15TESTS, LLC Web: www.test-llc.com Checked By

    Client Pr. # Lab. PR. #

    Pr. Name S. Type

    Sample ID Depth/Elev.

    Location Add. Info

    ASTM D 422/AASHTO T 88Standard Test Method for Particle-Size Analysis of Soils (with Hydrometer Analysis)

    Particle-Size Analysis

    Coarse Fine Coarse Medium Fine Silt or Clay

    Boulders Cobbles Gravel Sand Fines

    D10 NA mm

    DESCRIPTION D30 NA mm

    D60 NA mm

    Cu NA

    Cc NA

    USCS (ASTM D2487; D2488) MH

    Page 2 of 2

    Red Sandy Elastic Silt

    60431724

    Daimler Gaffney

    20138/B-2

    -

    1506-04-1

    Bag

    3.5-5'

    -

    12"

    6" 3" 2.5" 2" 1.5" 1" .75" .5"

    .375

    "

    .25" #4 #8 #10

    #16

    #20

    #30

    #40

    #50

    #60

    #100

    #140

    #200

    0

    10

    20

    30

    40

    50

    60

    70

    80

    90

    100

    0.0010.010.11101001000Grain size in millimeters

    % PASSING

    http://www.test-llc.com

  • Daimler Trucks North AmericaBid FormProject:Gaffney, South CarolinaBidder: Date:

    base bid Budget Notes

    01 DIVISION 01 - GENERAL REQUIREMENTS

    general conditions $0.00temporary works and general trade $0.00stagings/field labor/dumpsters/clean-up/protection $0.00allowances $0.00scheduling $0.00survey + stake out $0.00final cleaning $0.00general liability $0.00builders risk $0.00payment and performance bond $0.00gc fee $0.00permit $0.00other general requirements $0.00

    subtotal 01 $0.00

    02 DIVISION 02 - EXISTING CONDITIONS

    demolition $0.00subtotal 02 $0.00

    03 DIVISION 03 - CONCRETE

    rebar material $0.00concrete material $0.00concrete sub $0.00cast in place concrete walls and foundations $0.00 subtotal 03 $0.00

    04 DIVISION 04 - MASONRY

    concrete unit masonry $0.00subtotal 04 $0.00

  • 05 DIVISION 05 - METALS

    structural steel framing $0.00steel deck $0.00misc. metals $0.00metal fabrications $0.00metal stairs $0.00pipe and tube railings $0.00decorative metal stairs and railing $0.00cold formed metal framing $0.00

    subtotal 05 $0.00

    06 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES

    rough carpentry $0.00sheathing $0.00finish carpentry $0.00stone countertops $0.00wood plastic and composites $0.00plastic paneling $0.00

    subtotal 06 $0.00

    07 DIVISION 07 - THERMAL AND MOISTURE PROTECTION

    cold fluid applied waterproofing $0.00thermal insulation $0.00fluid-applied membrane air barriers $0.00composite wall and soffit panels $0.00metal panels $0.00roofing $0.00sheet metal trim and flashing $0.00roof accessories $0.00applied fireproofing $0.00penetration fire stopping $0.00joint caulking/sealers $0.00

    subtotal 07 $0.00

  • 8 DIVISION 08 - OPENINGS

    door and hardware installation $0.00aluminum frames $0.00flush wood doors $0.00door hardware $0.00aluminum framed entrances and storefronts $0.00glazing $0.00

    subtotal 08 $0.00

    9 DIVISION 09 - FINISHES

    gwb $0.00metal framing $0.00tiling $0.00acoustical panel/metal panel ceilings $0.00floor covering and base $0.00carpeting $0.00interior painting $0.00epoxy coatings $0.00specialty flooring $0.00

    subtotal 09 $0.00

    10 DIVISION 10 - SPECIALTIES specialty partitions $0.00wall and door protection $0.00toilet accessories $0.00fire extinguishers and cabinets $0.00signage (allowance) $20,000.00specialties $0.00other specialty items $0.00

    subtotal 10 $20,000.00

  • 11 DIVISION 11 - EQUIPMENT residential appliances $0.00other $0.00

    subtotal 11 $0.00

    12 DIVISION 12 - FURNISHINGS furniture, furnishings and equipment $0.00loading dock equipment $0.00roller window shades $0.00floor mats and frames - allowance $0.00projection screen and projectors $0.00

    subtotal 12 $0.00

    13 DIVISION 13 - SPECIAL CONSTRUCTION

    pre-engineered metal building $0.00truck bay kiosk $0.00gaurdhouse $0.00

    subtotal 13 $0.00

    14 DIVISION 14 - CONVEYING EQUIPMENT

    bridge crane $0.00

    subtotal 13 $0.0015-20 not used

    21 DIVISION 21 - FIRE SUPPRESSION

    fire suppression $0.00

    subtotal 21 $0.00

    22 DIVISION 22 - PLUMBING

    plumbing piping $0.00plumbing fixtures $0.00

    subtotal 22 $0.00

  • 23 DIVISION 23 - HEATING VENTILATING AND AIR CONDITIONING

    HVAC equipment $0.00HVAC air distribution $0.00

    subtotal 23 $0.0024 not used

    25 Division 25 - INTEGRATED AUTOMATION

    integrated automation network equipment $0.00integrated automation facility controls $0.00integrated automation control sequences $0.00

    subtotal 25 $0.00

    26 DIVISION 26 - ELECTRICAL

    electrical $0.00fire alarm $0.00communications + structured cabling $0.00lightning protection $0.00lighting $0.00access controls + security $0.00access control gates $0.00

    subtotal 26 $0.0027-30 not used

    31 DIVISION 31 - EARTHWORK

    survey $0.00site clearing + demolition $0.00earthwork $0.00utilities $0.00erosion + sediment control $0.00fencing $0.00termite control $0.00

    subtotal 31 $0.00

  • 32 DIVISION 32 - EXTERIOR IMPROVEMENTS

    asphalt paving $0.00curb + gutter $0.00site concrete | walls $0.00exterior concrete flatwork $0.00modular retaining walls $0.00landscaping $0.00irrigation $0.00furnishings $0.00other $0.00

    subtotal 32 $0.00

    33 DIVISION 33 - UTILITIES

    water distribution $0.00sanitary sewer $0.00storm drainage $0.00utilities - electrical $0.00utilities - communications $0.00

    subtotal 33 $0.0034-39 not used

    40 DIVISION 40 - PROCESS INTEGRATION

    compressed air $0.00

    subtotal 40 $0.00

    TOTALTOTALTOTALTOTAL $20,000.00$20,000.00$20,000.00$20,000.00 bidder responsible for ensuring accuracy of all calculations and formulas within spreadsheet

    ALT ALTERNATES

    roof skylights $0.00mezzanine level windows $0.00

    subtotal alternates $0.00

  • VE VALUE ENGINEERING

    general contractor may offer additional project savings $0.00

    QU QUESTIONS | CLARIFICATIONS

    note any clarifications $0.00

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    SUMMARY 011000 - 1

    SECTION 011000 - SUMMARY

    PART 1 - GENERAL

    1.1 SUMMARY

    A. Section includes:

    1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Work by Owner. 5. Owner-furnished products. 6. Access to site. 7. Work restrictions. 8. Specification and drawing conventions.

    1.2 PROJECT INFORMATION

    A. Project Identification: Daimler Trucks North America | Primary Care

    1. Project Location: Gaffney, South Carolina 29341.

    B. Owner: Daimler. 1. Owner's Representative: Adam Mackey, Construction Manager.

    C. Architect Identification: The Contract Documents, were prepared for Project by LS3P, 227 West Trade Street, Suite 700, Charlotte, NC. 28202.

    D. Project Information Management System: A web-based Project Information Management System administered by Architect will be used for purposes of managing communication and documents during the construction stage.

    1. See Section 013100 “Project Management and Coordination” for requirements for using the Project Information Management System.

    1.3 WORK COVERED BY CONTRACT DOCUMENTS

    A. The Work of the Project is defined by the Contract Documents and consists, generally, of the following:

    1. New 2,100 SF one-story, wood-framed building for use as a health clinic for Daimler Trucks North America. Work includes grading the site for possible future fitness center.

    B. Type of Contract

    1. Project will be constructed under a single prime contract.

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    SUMMARY 011000 - 2

    1.4 OWNER-FURNISHED PRODUCTS

    A. Owner will furnish equipment indicated on Drawings for installation by Contractor. The Work includes providing support systems to receive Owner-furnished equipment and making building services connections.

    B. Owner’s Responsibilities:

    1. Owner will arrange and pay for delivery of Owner-furnished items according to Contractor's Construction Schedule.

    2. After delivery, Owner will inspect delivered items for damage. Contractor shall be present and assist in Owner's inspection.

    3. If Owner-furnished items are damaged, defective, or missing, Owner will arrange for replacement.

    4. Owner will arrange for manufacturer's field services and for delivery of manufacturer's warranties to Contractor.

    C. Contractor’s Responsibilities:

    1. Contractor is responsible for receiving, unloading, and handling Owner-furnished items at Project site.

    2. Contractor is responsible for protecting Owner-furnished items from damage during storage and handling, including damage from exposure to the elements.

    3. If Owner-furnished items are damaged as a result of Contractor's operations, Contractor shall repair or replace them.

    D. Owner-Furnished Products:

    1. Office furniture

    2. Exam room furniture and other clinic furnishings

    1.5 ACCESS TO SITE

    A. General: Contractor shall have full use of Project site for construction operations during construction period. Contractor's use of Project site is limited only by Owner's right to perform work or to retain other contractors on portions of Project.

    B. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated.

    C. Parking: Park in designated areas only. Vehicles located in areas other than approved parking areas must be attended or they will be subject to towing.

    D. Firearms: No firearms, concealed or otherwise, are permitted on site. Post notice at entrance to site.

    1.6 WORK RESTRICTIONS

    A. Work Restrictions, General: Comply with restrictions on construction operations.

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    SUMMARY 011000 - 3

    1. Comply with limitations on use of public streets and other requirements of authorities having jurisdiction.

    B. On-Site Work Hours: Limit work to normal business working hours of 7 a.m. to 7 p.m., Monday through Friday, except as otherwise indicated.

    1. Weekend Hours: Comply with local ordinances; coordinate with the Owner; provide one week notice for weekend construction activities.

    2. Early Morning Hours: Comply with local ordinances for hours. 3. Noise: Comply with local ordinances for hours of construction operations that may result

    in excessive noise.

    C. Nonsmoking Site: Smoking is not permitted within the construction limits.

    1.7 SPECIFICATION AND DRAWING CONVENTIONS

    A. The Specifications are directed to the Contractor. Requirements expressed as directions are to be performed by Contractor or by sub-contractors under his direction. Occasionally, for clarity, requirements for Work to be performed by Contractor, indirectly by the Contractor, or by others will be so stated.

    B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular context. These conventions are as follows:

    1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase.

    2. Specification requirements are to be performed by Contractor unless specifically stated otherwise.

    C. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications.

    D. Drawing Coordination: Requirements for materials and products identified on the Drawings are described in detail in the Specifications. One or more of the following are used on the Drawings to identify materials and products:

    1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections.

    2. Abbreviations: Materials and products are identified by abbreviations published as part of the U.S. National CAD Standard and scheduled on Drawings.

    PART 2 - PRODUCTS (Not Used)

    PART 3 - EXECUTION (Not Used)

    END OF SECTION 011000

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    UNIT PRICES 012200 - 1

    SECTION 012200 - UNIT PRICES

    PART 1 - GENERAL

    1.1 RELATED DOCUMENTS

    A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

    1.2 SUMMARY

    A. Section includes administrative and procedural requirements for unit prices.

    B. Related Sections: 1. Division 01 Section "Contract Modification Procedures" for procedures for submitting and

    handling Change Orders. 2. Division 01 Section "Quality Requirements" for general testing and inspecting requirements.

    1.3 DEFINITIONS

    A. Unit price is an amount incorporated in the Agreement, applicable during the duration of the Work as a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased.

    1.4 PROCEDURES

    A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit.

    B. Measurement and Payment: Refer to individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections.

    C. Owner reserves the right to reject Contractor's measurement of work-in-place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor.

    D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price.

    PART 2 - PRODUCTS (Not Used)

    PART 3 - EXECUTION

    3.1 SCHEDULE OF UNIT PRICES

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    UNIT PRICES 012200 - 2

    A. Unit Price No. 1 – Unsatisfactory Soil Removal with Off-Site Disposal:

    1. Description: Unsatisfactory soil removal from site and disposal off-site. 2. Quantity Allowance: Refer to Division 01 Section “Allowances” for base bid quantity allowance

    related to this unit price. 3. Unit of Measurement: Cubic yard, measured in situ. Truck counts are not acceptable.

    B. Unit Price No. 2 – Removal of Trench Rock: 1. Description: Removal of trench rock. 2. Quantity Allowance: Refer to Division 01 Section “Allowances” for base bid quantity allowance

    related to this unit price. 3. Unit of Measurement: Cubic yard, measured in situ. Truck counts are not acceptable.

    C. Unit Price No. 3 – Removal of Mass (Bulk) Rock: 1. Description: Removal of mass (bulk) rock. 2. Quantity Allowance: Refer to Division 01 Section “Allowances” for base bid quantity allowance

    related to this unit price. 3. Unit of Measurement: Cubic yard, measured in situ. Truck counts are not acceptable.

    D. Unit Price No. 4 – On-Site Satisfactory Soil Replacement: 1. Description: Soil replacement using satisfactory on-site soil, compacted. 2. Quantity Allowance: Refer to Division 01 Section “Allowances” for base bid quantity allowance

    related to this unit price. 3. Unit of Measurement: Cubic yard, measured in situ. Truck counts are not acceptable.

    E. Unit Price No. 5 – Off-Site Satisfactory Soil Replacement: 1. Description: Soil replacement using satisfactory off-site soil, compacted. 2. Quantity Allowance: Refer to Division 01 Section “Allowances” for base bid quantity allowance

    related to this unit price. 3. Unit of Measurement: Cubic yard, measured in situ. Truck counts are not acceptable.

    END OF SECTION 012200

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    ALTERNATES 012300 - 1

    SECTION 012300 - ALTERNATES

    PART 1 - GENERAL

    1.1 RELATED DOCUMENTS

    A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

    1.2 SUMMARY

    A. Section includes administrative and procedural requirements for alternates.

    1.3 DEFINITIONS

    A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents.

    1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to

    incorporate alternate into the Work. No other adjustments are made to the Contract Sum.

    1.4 PROCEDURES

    A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project.

    1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate.

    B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates.

    C. Execute accepted alternates under the same conditions as other work of the Contract.

    D. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate.

    PART 2 - PRODUCTS (Not Used)

    PART 3 - EXECUTION

    3.1 SCHEDULE OF ALTERNATES

    A. Alternate No. 1: There are no alternates at this time

    END OF SECTION 012300

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    SUBSTITUTION PROCEDURES 012500 - 1

    SECTION 012500 - SUBSTITUTION PROCEDURES

    PART 1 - GENERAL

    1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and

    other Division 01 Specification Sections, apply to this Section.

    1.2 SUMMARY A. Section includes detailed administrative and procedural requirements for substitutions during bidding and

    during construction. B. Related Sections:

    1. Division 00 Document "Instructions to Bidders" (AIA A701) for timing of substitution requests and outline of substitution procedures during bidding.

    2. Division 01 Section "Alternates" for products selected under an alternate. 3. Division 01 Section "Product Requirements" for requirements for submitting comparable product

    submittals for products by listed manufacturers. 4. Technical Specification Sections for specific requirements and limitations for substitutions, and

    requirements for warranties on products and installations specified to be warranted.

    1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those

    required by the Contract Documents, proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project

    conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms.

    2. Substitutions for Convenience: Changes proposed by Contractor that are not required in order to meet other Project requirements but may offer advantage to Contractor.

    3. Comparable Products: Refer to Division 01 Section "Product Requirements".

    1.4 SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or

    fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use Document# 006325 "Contractor's Request for Substitution Form"

    provided in the Project Manual. 2. Documentation: Show compliance with requirements for substitutions and the following, as

    applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if

    applicable. b. Coordination information, including a list of changes or modifications needed to other parts of

    the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution.

    c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable specification section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified.. 1) Contractor shall provide a marked-up specification section to provide a point-by-point

    comparison between the specified product and the proposed substitution. The point-by-point comparison shall indicate each point of compliance, non-compliance, and variance between the specified and proposed product.

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    SUBSTITUTION PROCEDURES 012500 - 2

    d. Product Data, including drawings and descriptions of products and fabrication and installation procedures.

    e. Samples (Provide project specific samples), where applicable or requested, including samples for initial selection, if required to establish color, texture, or pattern similar to products indicated; and samples for verification where specified or requested.

    f. Certificates and qualification data, where indicated in technical Sections. g. List of similar installations for completed projects with project names and addresses and names

    and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for

    compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project, from a model

    code organization, such as International Code Council Evaluation Service (ICC-ES), acceptable to authorities having jurisdiction, when applicable to type of material proposed.

    j. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery.

    k. Cost information, including a proposal of change, if any, in the Contract Sum. l. Contractor's certification that proposed substitution complies with requirements in the Contract

    Documents except as specifically indicated as a deviation in substitution request, is compatible with related materials, and is appropriate for applications indicated.

    m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results.

    3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. For substitutions during bidding, Architect will notify only of acceptance, using form indicated below. For substitutions during construction, Architect will notify Contractor [through Construction Manager] of acceptance or rejection of proposed substitution within seven days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance:

    1) During Bidding: Addendum. 2) During Construction: Change Order, Construction Change Directive, or Architect's

    Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution

    within time allocated.

    1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with

    related products and materials. Engage qualified testing agency to perform compatibility tests recommended by manufacturers.

    1.6 PROCEDURES A. Coordination: Modify or adjust affected work as necessary to integrate work of the approved

    substitutions.

    PART 2 - PRODUCTS

    2.1 SUBSTITUTIONS A. Substitutions During Bidding: Refer to 00 Document "Instructions to Bidders" (AIA A701) for timing of

    substitution requests and outline of substitution procedures during bidding. B. Substitutions During Construction:

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    SUBSTITUTION PROCEDURES 012500 - 3

    1. Requests for substitution following award of contract must comply with requirements of this article and are restricted to those necessitated by the following circumstances: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation,

    or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations.

    b. Specified product is no longer available for purchase. c. Specified product is not available within schedule requirements of project. d. Specified product is not compatible with other product approved for project. e. Specified warranty is not available from any manufacturer.

    2. Timing: Architect will consider requests for substitution if received within 60 days after the Notice to Proceed. Requests received after that time may be considered or rejected at discretion of Architect.

    C. Substitutions, General 1. Requests that do not include the completed form, including point-by-point comparison, and

    authorized signature from a Prime Bidder (General Contractor) will not be reviewed. 2. Include sufficient data with request so that direct comparison of proposed item to specified item can

    be made. Knowledge and experience of applicator and warranty may be an integral part of specification. Provide data applicator/installer qualifications, such as experience, organizations, references, projects, and dates.

    3. Verify that submitted product meets requirements indicated before submitting request, and note any deviations. Inadequate warranty, vagueness of submittal, failure to meet project requirements, or insufficient data may be cause for disapproval of request. Architect's rejection of requested substitution is final, and does not require documentation or further justification. Architect's approval is subject to reconsideration at any time in life of Contract, if evidence is later discovered that proposed substitution is incompatible or fails to comply with indicated performance or other requirements.

    4. Approvals are based upon the opinion, knowledge, information, and belief of the Architect at time of issuance of Addendum and reliance upon data submitted. Approvals are subject to reconsideration as additional data, materials, workmanship, and coordination with other work are observed and reviewed. In proposing items allowed by approvals, Bidders assume all risks, costs, and responsibilities for items final acceptance, integration into Work, and performance.

    5. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated

    results. b. Substitution request is fully documented and properly submitted. c. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution has received necessary approvals of authorities having jurisdiction. e. Requested substitution is compatible with other portions of the Work. f. Requested substitution has been coordinated with other portions of the Work. g. Requested substitution provides specified warranty. h. If requested substitution involves more than one contractor, requested substitution has been

    coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved.

    PART 3 - EXECUTION (Not Used)

    END OF SECTION 012500

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    CONTRACT MODIFICATION PROCEDURES 012600 - 1

    SECTION 012600 - CONTRACT MODIFICATION PROCEDURES

    PART 1 - GENERAL

    1.1 RELATED DOCUMENTS

    A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

    1.2 SUMMARY

    A. Section includes administrative and procedural requirements for handling and processing Contract modifications.

    B. Related Sections:

    1. Division 01 Section "Product Requirements" for administrative procedures for handling requests for substitutions made after Contract award.

    1.3 MINOR CHANGES IN THE WORK

    A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions."

    1.4 PROPOSAL REQUESTS

    A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications.

    1. Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change.

    2. Within time specified in Proposal Request or 20 days, when not otherwise specified, after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change.

    a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.

    1) Excavation Related Changes: Contractor shall coordinate with Owner's testing agency to determine in-place quantities of undisturbed material for changes in the Work relating to soil removal, hauling, disposal and/or placement. Loose, truck, or disturbed material measurements are not acceptable. Claims for quantities not verified by the testing agency are subject to rejection by the Owner.

    b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.

    c. Include costs of labor and supervision directly attributable to the change.

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    CONTRACT MODIFICATION PROCEDURES 012600 - 2

    d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.

    B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect.

    1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time.

    2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. a. Excavation Related Changes: Contractor shall coordinate with Owner's testing

    agency to determine in-place quantities of undisturbed material for changes in the Work relating to soil removal, hauling, disposal and/or placement. Loose, truck, or disturbed material measurements are not acceptable. Claims for quantities not verified by the testing agency are subject to rejection by the Owner.

    3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.

    4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the

    change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.

    6. Comply with requirements in Division 01 Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified.

    C. Proposal Request Form: Use CSI Form 13.6A "Change Order Request (Proposal)" with attachments CSI Form 13.6B "Proposal Worksheet Summary" and 13.6C "Proposal Worksheet Detail".

    1.5 ADMINISTRATIVE CHANGE ORDERS

    A. Allowance Adjustment: Refer to Division 01 Section "Allowances" for administrative procedures for preparation of Change Order Proposal for adjusting the Contract Sum to reflect actual costs of allowances.

    B. Unit Price Adjustment: Refer to Division 01 Section "Unit Prices" for administrative procedures for preparation of Change Order Proposal for adjusting the Contract Sum to reflect measured scope of unit price work.

    1.6 CHANGE ORDER PROCEDURES

    A. On Owner's approval of a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701.

    B. The cost of the Contractors overhead and profit on any change order shall be:

  • LS3P Associates LTD PRIMARY CARE DAIMLER TRUCKS

    CONTRACT MODIFICATION PROCEDURES 012600 - 3

    1. For extra Work completed by the Contractor with his own labor, not more than 15 percent shall be added as the allowance for overhead and profit.

    2. For extra Work completed by Subcontractors of the Contractor, not more than 10 percent shall be added as the allowance for overhead and profit.

    3. For Work deleted which w


Recommended