Loading...
HomeMy WebLinkAboutAugusta Utilities Water System Improvements Augusta Richmond GA DOCUMENT NAME: ~Ut,.-\-c utl\rt\es L.DJ:-kr CL\:s+e(YI \ J<proV~cY'\er\~ DOCUMENT TYPE: ~-\-\o..e.-- b YEAR: q q BOX NUMBER: ~ FILE NUMBER: \ Y 56 c::; NUMBER OF PAGES: (J g_ I I I I I I I I I I I I I I I I I I I j CONTRACT DOCUMENTS FOR AUGUSTA UTILITIES WATER SYSTEM IMPROVEMENTS u.S. HIGHWAY NO.1 20 INCH WATER TRANSMISSION MAIN Augusta, Georgia ) Prepared for AUGUSTA UTILITIES Prepared by Cranston, Robertson & Whitehurst, P.C. ENGINEERS - PLANNERS - SURVEYORS 452 Ellis Street - P.O. Box 2546 Augusta, Georgia 30903 October12, 1999 99-234.30 ~ , ,~ I ACORDTM INSURANCE BINDER DATE 01/10/2000 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER I r1JgN,;o Ext': 803-731-0740 COMPANY I BINDER # GARDNER ASSOCIATES INC. SECURITY INS. 1973 EFFECTIVE EXPIRATION P. O. BOX 210708 DATE TIME DATE TIME -~ AM ~ 12:01 AM COLUMBIA SC 29221-0708 01/10/2000 12:01 PM 04/10/2000 I NOC~ ., THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE: I SUB CODE: PER EXPIRING POLICY #: ~n~~gLI'R ID' DESCRIPTION OF OPERATlONSNEHICLES/PROPERTY (Including Location) INSURED LOCATION/PROJECT: AUGUSTA UTILITIES WATER SYSTEM IMPROVEMENT HOBBY CONSTRUCTION COMPANY, INC. U.S. HIGHWAY 1 - 20 INCH WATER TRANSMISSION MAIN POBOX 457 NEWBERRY SC 29108 , COVERAGES LIMITS TYPE OF INSURANCE COVERAGE/FORMS DEDUCTIBLE COINS % AMOUNT PROPERTY CAUSES OF LOSS BUILDERS RISK EXCLUDING FLooD/ EARTHQUAKE 1,000 -0- 1,298,784 - o BROAD W SPEC BASIC - ....!..- INCLUDING THEFT GENERAL LIABILITY EACH OCCURRENCE S - COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $ I CLAIMS MADE o OCCUR MED EXP (Anyone person) $ PERSONAL & ADV INJURY S - GENERAL AGGREGATE $ - RETRO DATE FOR CLAIMS MADE: PRODUCTS. COMP/OP AGG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ - ANY AUTO BODILY INJURY (Per person) $ - ALL OWNED AUTOS BODILY INJURY (Per accident) S - SCHEDULED AUTOS PROPERTY DAMAGE $ - HIRED AUTOS MEDICAL PAYMENTS $ - NON-OWNED AUTOS PERSONAL INJURY PROT $ - UNINSURED MOTORIST $ - $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ~ ALL VEHICLES U SCHEDULED VEHICLES ACTUAL CASH VALUE =j COLLISION: STATED AMOUNT $ OTHER THAN COL: OTHER GARAGE LIABILITY AUTO ONLY, EA ACCIDENT $ - ANY AUTO .. OTHER THAN AUTO ONLY: - EACH ACCIDENT S - AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE $ =j UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF.INSURED RETENTION S WC STATUTORY LIMITS WORKER'S COMPENSATION E,L. EACH ACCIDENT $ AND EMPLOYER'S LIABILITY E,L. DISEASE - EA EMPLOYEE S E.L. DISEASE - POLICY LIMIT S SPECIAL HAMED INSURED: CRANSTON, ROBERTSON, & WHITEHURST, P.C. FEES S CONDITIONS/ POBOX 2546, AUGUSTA, GA 30903 OTHER (ENGINEERS) TAXES s COVERAGES ESTIMATED TOTAL PREMIUM $ NAME & ADDRESS AUGUSTA COMMISSION MORTGAGEE LOSS PAYEE LOAN # ADDITIONAL INSURED AUGUSTA GA ACORD 75-S (1/98) NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE, i-.. CONDITIONS This Company binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy, If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. Applicable In California When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title of the form is changed from "Insurance Binder" to "Cover Note". Applicable In Delaware The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if the binder includes or is accompanied by: the name and address of the borrower; the name and address of the lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable In Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless the binder is replaced by a policy or another binder in the same company. Applicable In Nevada Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof of insurance for actual damages sustained therefrom. ACORD 75-5 (1/98) x ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YV) 01/10/2000 .PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION GARDNER ASSOCIATES INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. BOX 210708 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR COLUMBIA SC 29221 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 803-731-0740 INSURERS AFFORDING COVERAGE INSURED INSURER A: ZURICH/MARYLAND CASUALTY COMPANY HOBBY CONSTRUCTION COMPANY, INC. INSURER B: VALIANT INSURANCE COMPANY OF NEW YORK (MARYLAND) P. O. BOX 457 NEWBERRY SC 29108 INSURER C: INSURER 0: I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAlO CLAIMS. '~SR . ~lvPE OF INSURANCE POLICY NUMBER P&~~~J~~g8~E Pgk'.feY(~':}D~mN LIMITS TR GEN~L LIABILITY EACH OCCURRENCE $ 1,000,000 -'" X COMMERCIAL GENERAL UABllITY FIRE DAMAGE (Anyone fire) $ 50,000 I CLAIMS MADE [!] OCCUR MED EXP (Anyone person) $ 5,000 B iX 80-14-02 EPA33268419 07/01/1999 07/01/2000 PERSONAL & ADV INJURY $ 1,000,000 ~ 2,000,000 ~ GENERAL AGGREGATE $ I GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS. COMP/OP AGG $ 2,000,000 n POLICY /Xl j~g, n LOC ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 ~ ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) - A HIRED AUTOS ECA31739304 07/01/1999 07/01/2000 ~ BODILY INJURY $ NON,OWNED AUTOS (Per accident) ~ - PROPERTY DAMAGE $ (Per accident) RG' U"''''' AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ ffiESS LIABILITY EACH OCCURRENCE $ 7,000,000 X OCCUR 0 CLAIMS MADE AGGREGATE $ 7,000,000 B I CON 85962000 07/01/1999 07/01/2000 $ D DEDUCTIBLE $ i X ! RETENTION $ 0 $ WORKERS COMPENSATION AND X I ~~-7'l~Ns I 10TH. ER EMPLOYERS' LIABILITY 100,000 E.l. EACH ACCIDENT $ A TC985980259 07/01/1999 07/01/2000 E.L. DISEASE. EA EMPLOYEE S 100,000 E.l. DISEASE. POLICY LIMIT $ 500,000 I OTHER LEASED OR RENTED EQUI~ENT ANY ONE ITEM 200,000 A ECA26190281 07/01/1999 07/01/2000 TOTAL LIMIT 400,000 I DEDUCTIBLE 1,000.00 DESCRIPTION OF OPERATlONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS JOB: US HIGHWAY NO 1 20 INCH WATER TRANSISSION MAIN AUGUSTA UTILITIES WATER SYSTEM IMPROVEMENTS CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELlED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL JL DAYS WRITTEN AUGUSTA COMMISSION NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL AUGUSTA GA IMPOSE NO OBLIGATION OR LIABILITY OF AjKIND UPON THE INSURER, ITS AGENTS OR R~ESENTAl'iVES, / I /J .....---....... AUTHORI~R~;SENT:W ~.-U./?/ .04//) I ~~ ' ~Uf:?//'#~ ACORD 25-S (7/97) --- ~ €I ACORD CO~PO~N 1988 -' I I I I I I I I I I I I I I I I I I I US. Highway No. 1 - 20" Transmission Main 99-234.30 Addendum No. 2 I. The following changes are hereby made to the Contract Documents: 1. Bid Schedule: The Bid Schedule has been amended and is replaced with the attached Bid Schedule. II. The following changes are hereby made to the Technical Specifications: 1. TS-13, Water Transmission Main: A. All restrained joint pipe and fittings to be used on this project shall be American Cast Iron Pipe's "Flex-Ring", US. Pipe's "TR Flex" or approved equal. In instances, where field cutting of the pipe is required for installation, mechanicaljoint pipe and fittings may be used with the approval of the engineer. All mechanical joint pipe and fittings must be fully restrained and fully homed and meet the same requirements set forth in the "Restrained Joint Pipe and Fittings" section of this Technical Specification. 2. TS-14, Water Distribution System: A. All restrained joint pipe and fittings to be used on this project shall be American Cast Iron Pipe's "Flex-Ring", US, Pipe's "TR Flex" or approved equal. In instances, where field cutting is required for irtstalhition mechanical joint pipe and fittings may be used with the approval of the engineer. All mechanicaljoint pipe and fittings must be fully restrained and fully homed and meet the same requirements set forth in the "Restrained Joint Pipe and Fittings" section of this Technical Specification. Addendwn No, 1 - 1 I I BID SCHEDULE U.S. HIGHWAY NO.1 - 20 INCH WATER TRANSMISSION MAIN I TO ACCOMPANY THE PROPOSAL OF 99-234.30 BIDDER I' I Item No. Description, Ouantity, Unit & Unit Price Amount I. Streets I 1. 24" Curb & Gutter Replacement 120 LF@ $ ILF $ I 2. 6" Concrete Driveway Replacement 45 SY@ $ /SY $ I 3. Pavement Repair (8" Concrete + 2" Asphalt) 155 SY@ $ /SY $ I 4. Pavement Repair (6" GAB + 2" Asphalt) 410 SY@ $ /SY $ I 5. 1 W' Asphalt Overlay with Tack Coat 1840 SY@ $ /SY $ 6. 4" Crusher Run Stone Drive/Parking Area I 545 SY@ $ /SY $ 7. Saw Cut & Remove Existing Curb and Gutter I 120 ' LF@ $ ILF $ 8. Saw Cut & Remove Existing Asphalt I 950 SY@ $ /SY $ 9. 2" Asphalt Drive I 350 SY@ $ /SY $ 10. Saw Cut & Remove Existing Concrete Drive I 45 SY@ $ /SY $ Subtotal $ I II. Water Transmission Main I 1. 20" Pressure Class 300 Ductile Iron "Push-on" Pipe Installed, Complete 17948 LF@ $ ILF $ I I P-2 I I Item No. Descriotion. Quantitv. Unit & Unit Price Amount I 2. 20" Pressure Class 300 Ductile Iron "Restrained Joint" Pipe Installed, Complete 2521 LF@ $ ILF $ I 3. Testing and Sterilization of20" Transmission Main 21072 LF@ $ ILF $ I 4. Ductile Iron Restrained Joint Fittings 38793 LBS@ $ ILB $ I 5. 20" In-line Butterfly Valve, Including Valve Box, Installed, Complete 7 EA@ $ lEA $ I 6. 4" Combination Air Valve Including 6'q, Precast Concrete Manhole Installed, Complete I 2 EA@ $ $ 7. 4" AirNacuum Valve Including 6'q, Precast Concrete I Manhole Installed, Complete 2 EA@ $ lEA $ I 8. 12" Butterfly In-Line Valve Including Valve Box, Installed, Complete 2 EA@ $ lEA $ I 9. Bore & Jack 165 LF Under U.S. Highway 1 at Old U.S. Highway 1, 20" Restrained Joint Pipe, 30" Steel Casing, I Casing Spacers, Casing End Seals, Installed Complete 1 EA@ $ lEA $ I 10. Bore & Jack 105 LF Under Tobacco Road at Old Tobacco Road, 20" Restrained Joint Pipe, 30" Steel Casing, Casing Spacers, Installed Complete I 1 EA@ $ lEA $ 11. Bore & Jack 80 LF Under Morgan Road at Tank Site, 20" I Restrained Joint Pipe, 30" Steel Casing, Casing Spacers, Casing End Seals, Installed Complete 1 EA@ $ lEA $ I 12. Bore & Jack 105 LF Under Tobacco Road at Morgan Road, 20" Restrained Joint Pipe, 30" Steel Casing, Casing I Spacers, Casing End Seals, Installed Complete 1 EA@ $ lEA $ I 13. 20" Tapping Sleeve and Valve 1 EA@ $ lEA $ I P-3 I I Item No. Description. Quantity. Unit & Unit Price Amount I 14. Connection to Pump Station Yard Piping 1 EA@ $ lEA $ I 15. Polyethylene Encasement of 20" Water Main 200 LF@ $ ILF $ I 16. Check Valve & Vault with 20" Bypass Line 1 EA@ $ lEA $ I 17. Fire Hydrants, Installed Complete with valve, lead pipe and main tee 7 EA@ $ lEA $ I 18. Butler Creek Crossing, Including 20" Pressure Class 300 "Restrained Joint" DIP, Concrete, Creek Diversion! I Restoration, Bank Stabilization & Soil Erosion Control Measures Lump Sum $ I 19. Tie to Existing 12" Main, Complete 1 EA@ $ lEA $ I 20. Bore & Jack 55 LFUnder Morgan Road at U.S. Hwy. 1, I 20" Restrained Joint Pipe, 30" Steel Casing, Casing Spacers, Casing End Seals, Installed Complete 1 EA@ $ lEA $ I 21. Bore,& Jack 40 LF Under Existing Driveway, 20" Restrained Joint Pipe, 30" Steel Casing, Casing Spacers, I Casing End Seals, Installed Complete 2 EA@ $ lEA $ 22. Bore & Jack 40 LF Under Existing Driveway, 20" I Restrained Joint Pipe, 30" Steel Casing, Casing Spacers, Casing End Seals, Installed Complete 1 EA@ $ lEA $ I 23. 6" Combination Air Valve Including 6'<t> Precast Concrete Manhole Installed, Complete I 3 EA@ $ lEA $ 24. Air Release Valve, Including 4'<t> Precast Concrete I Manhole Installed, Complete 1 EA@ $ lEA $ I Subtotal $ I P-4 I I Item No. Descriotion. Quantitv. Unit & Unit Price Amount I III. Miscellaneous I 1. Soil Erosion Control Measures 1 LS@ $ fLS $ 2. Grassing I 7.75 AC@ $ AC $ 3. Sodding I 2800 SY@ $ ISY $ 4. Mobilization I 1 LS@ $ LS $ 5. Traffic Control I 1 LS@ $ fLS $ 6. Trench Rock Excavation & Backfill (Not Including I Normal Pipe Bedding) 50 CY@ $ ICY $ I 7. Clearing & Grubbing 3.25 AC@ $ lAC $ I 8. 15" eMP - Remove and Replace 20 LF@ $ fLF $ 9. 18" RCP - Remove and Replace I 90 LF@ $ fLF $ 10. 24" RCP - Remove and Replace I 102 LF@ $ fLF 11. 1" Water Service Adjustment, Complete I 11 EA@ $ rEA $ 12. Sanitary Sewer Service Replacement, Complete I 10 EA@ $ rEA $ 13. Property Restoration I Lump Sum $ 14. Overcut Excavation and Removal of Unsuitable Material I and Placing of Clean Stone Bedding (Not including normal pipe bedding) 50 TN@ $ /TN $ I I P-5 I I I I I I I I I I I I I I I I I I I Item No. 15. 16. Description. Quantity. Unit & Unit Price Imported Select Backfill (Material Only) 1000 CY @ $ ICY Overcut Excavation and Removal of Unsuitable Material and Placing of Suitable Backfill Bedding (Not including normal pipe bedding) 50 CY @ $ ICY P-6 Subtotal Total Amount $ $ $ $ I I I I I I I I I I I I I I I I I I I Additional Items of Construction If So Required by the Engineer: STATE UNIT PRICES: 1. 2. 3. 4. 5. 6. NOTE: 2" Water Main Adjustment, Complete, Each 4" Water Main Adjustment, Complete, Each 6" Water Main Adjustment, Complete, Each $ $ $ $ $ $ 8" Water Main Adjustment, Complete, Each 10" Water Main Adjustment, Complete, Each Sheeting Left in Place, per Board Foot F AlLURE TO QUOTE REASONABLE PRICES FOR ADDITIONAL ITEMA MAY CAUSE THE BID TO BE REJECTED. P-7 I I I I I I I I I I I I I I I I I I I I. II. U.S. Highway No. 1 - 20" Transmission Main 99-234.30 Addendum No. 1 The following changes are hereby made to the Plans: 1. Sheet 3: Permanent utility easement has been changed from 10 feet to 20 feet measured from existing right-of-way. 2. Sheets 5, 10 & 11: Note referring to General Note 12 on Sheet 2 should refer to General Note lIon Sheet 2. 3. Sheet 19, Utility Road Cut Detail: A. Asphalt overlay should be Type "H" Asphalt according to the Georgia Department of Transportation Standards. B. Asphalt patch should be Type E or F Asphalt according to Georgia Department of Transportation Standards. 4. Sheet 20, Air Release Valve Detail: Size of Air Release Valve should reference size as shown on the plans. The following changes are hereby made to the Technical Specifications: 1. TS-13, Water Transmission Main: A. All references made to ANSI A2l.ll/AWWA Clll shall be changed to reference ANSI A21.53/A WWA C153. 2. TS-14, Water Distribution System: A. All references made to ANSI A21.ll/AWWA Clll shall be changed to reference ANSI A21.53/A WWA C153. III. The questions listed below were submitted by Kenko, Inc. and the Engineer's response follows each question. 1. What type and size of pipe? Is there an alternate? 20 inch restrained joint and push on joint ductile iron pipe. 2. Average depths of pipe? Minimum of 4 feet under pavement, and minimum of 3 feet not under pavement. Addendum No, I - I I I I I I I I I I I I I I I I I I I I 3. 4. 5. Open area for pipe, or street, ditch work? Most of the pipe will be installed outside of street. ~en would you like to start/finish? Start between mid-January andfirst part of February must finish by end of May. Are there any mandatory meetings, filings, etc.? Preconstruction meeting. If there are more than one contract, do they all need to be bid or can you tie two or more together? One contract. Engineer's Estimate? $1.5 to $2.0 million Type of soils, if sand, is it or does it appear to be suitable for bedding or does it look like an import material will be needed? N/A Is there any rock that will need excavation, will they allow blasting? Not likely, but possible and blasting is allowed. Do you have geo-technical information available? No. Are the lines above or below the water table? Mostly above water table, some will be below. 6. 7. 8. 9. 10. 11. Addendum No.1 - 2 I I I I I I I I I I I I I I I I I I I CONTRACT DOCUMENTS FOR AUGUSTA UTILITIES WATER SYSTEM IMPROVEMENTS u.S. HIGHWAY NO.1 20 INCH WATER TRANSMISSION MAIN Augusta, Georgia AUGUSTA COMMISSION The Honorable Bob Young Mayor Lee Beard Ulmer Bridges Henry H. Brigham Jerry Brigham Freddie Lee Handy William B. Kuhlke William H. Mays, III James B. Powell Steve Shepard Richard Colclough Charles R. Oliver Administrator Max Hicks, P .E. Director of Utilities Prepared by Cranston, Robertson & Whitehurst, P .C. ENGINEERS - PLANNERS - SURVEYORS 452 Ellis Street - P.O. Box 2546 Augusta, Georgia 30903 October 12, 1999 99-234.30 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS SECTION TITLE NO. OF PAGES I Invitation for Bids 1 IB Instructions to Bidders 4 BB Bid Bond 2 P Proposal 7 CA Certificate of Owner's Attorney 1 NA Notice of Award 1 A Agreement 4 PB Performance and Payment Bonds 5 GC General Conditions 25 SC Special Conditions 12 TS Technical Specifications 80 I I I I I I I I I I I I I I I I I I I INVITATION FOR BIDS Sealed proposals will be received by the Augusta Commission at the Purchasing Department, Room 605, Municipal Building, Augusta, Georgia 30901; until 3:00 p.m. on and at that time and place publicly opened for furnishing all materials, labor, machinery, etc. necessary to install approximately 21,000 feet of 20 inch ductile iron water transmission main and related appurtenances referred to herein as: BID ITEM AUGUST A UTILITIES WATER SYSTEM IMPROVEMENTS U.S. HIGHWAY NO.1 - 20 INCH WATER TRANSMISSION MAIN in accordance with the plans and specifications herewith. Plans and specifications are open to public inspection at the offices of the Purchasing Department, of Cranston, Robertson & Whitehurst, P.C., 452 Ellis Street, Augusta, Georgia 30901, the Augusta Utilities Department, 2760 Peach Orchard Road, Augusta, Georgia; the F.W. Dodge Division Plan Room, Augusta, Georgia; and the Augusta Builders Exchange, Augusta, Georgia. Plans and speCifications for bidding purposes may be obtained from the office of the Purchasing Department upon payment of One Hundred Twenty Dollars ($120.00) (non-refundable) for each set of documents issued. Each bidder must furnish a Financial, Experience and Equipment Statement. Bids must be accompanied by a Certified Check or Bid Bond in an amount equal to Ten Percent (10%) of the Total Bid Price. No bid may be withdrawn for a period of thirty (30) days after the closing time scheduled for the receipt of bids. Performance and payment bonds in the amount of 100% of the contract price will be required. Address all bids to Geri Sams, Purchasing Department, Room 605, Municipal Building, Augusta, Georgia, 30901, marking the envelope: AUGUSTA UTILITIES WATER SYSTEM IMPROVEMENTS U.S. HIGHWAY 1- 20 INCH WATER TRANSMISSION MAIN The Augusta Commission reserves the right to reject any and all bids. Advertised in: The Augusta Chronicle - Metro Courier - I-I I I I I I I I I I I I I I I I I I I I SECTION IB INSTRUCTION TO BIDDERS ffi-l. GENERAL: A. All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the Invitation for Bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. B. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period ofthirty (30) days after bids have been opened, pending the execution of a contract with the successful bidder. ffi-2. BID DEPOSIT: A. Each proposal shall be accompanied by a deposit of cash or certified check for ten percent (10%) of the amount of the proposal, and any proposal not accompanied by such deposit shall be absolutely void and will not be considered. Checks shall be drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation and shall be payable to the order of the Owner. The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within (I 0) days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. B. In lieu of the bid deposit required herein, the bidder may execute a bid bond for the same amount. Surety shall meet all requirements relating to performance bond required in Paragraph IB-08. ffi-3. EXAMINATION OF WORK: A. Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the execution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-l I I I I I I I I I I I I I I I I I I I ffi-4. ADDENDA AND INTERPRETATIONS: A. No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. B. Every request for such interpretation should be in writing addressed to CRANSTON, ROBERTSON & WHITEHURST, P.C., P. O. Box 2546, Augusta, Georgia 30903 and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with return receipt requested to all prospective bidders at the respective addresses furnished for such purpose, not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. m-5. PREPARATION OF BIDS: A. Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms shall be initialed by the person signing the bid. B. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, ,or in the special conditions allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "No Bid" where appropriate. C. Alternate bids will not be considered unless specifically called for. D. . Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed inthe Invitation for Bids. Modifications shall be submitted as such;and shall not reveal the total amount of either the original or revised bids. E. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the Proposal. m-6. BASIS OF AWARD: A. The bids will be compared on the basis of a lump sum price which will include and cover the furnishing of all materials and the performance of all labor requisite or IB-2 I I I I I I I I I I I I I I I I I I I proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. B. Where estimated quantities are included in certain items ofthe proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed, and settlement will be made for such items upon the basis of the work as actually executed at the unit prices in the proposal as accepted. In case of error in the extension of prices in a proposal, unit bid prices shall govern. IB-7. BIDDER'S QUALIFICATIONS: A. No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the Contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit sealed in an envelope, a FINANCIAL, EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant, equipment, and his experience and general qualifications. The Owner will make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder, or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms, governments, or corporations for which the bidder has done similar work. m-8. PERFORMANCE AND PAYMENT BONDS: A. At the time of entering into the Contract, the Contractor shall give a performance bond and a labor and material payment bond to the Owner for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such Contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and materials, for the completion of the Contract according to its terms, for saving the Owner harmless from all costs and charges that may accrue on account of the doing of the work specified, and for the compliance with the laws appertaIning thereto. Said bonds shall be for the amount of the contract price. The surety must be a substantial surety company satisfactory to the Owner and authorized by law to do business in the state in which the work is located. B. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of their powers of attorney. IB-3 I I I I I I I I I I I I I I I I I I I m-9. REJECTION OF BIDS: A. These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however, to waive informalities in bidding, to reject any or all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. IB-4 I I I I I I I I I . I I I I I I I I I SECTION P PROPOSAL DATE: \ ';l- \ ~ -~ '\ Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and materials, and to perform all work for the project referred to herein as: AUGUST A WATER SYSTEM IMPROVEMENTS U.S. HIGHWAY NO. 1 - 20 INCH WATER TRANSrvrrSSION MAIN in strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: O""'e ~ ,\\ \ ~ ~(":l \.-~("op A. -e.:,~~~ ~~~ ~~e..-... ~~-c-c::~ n\,^~~T\,,^ ~\:l\\a..rc;.~ \<.J/,oi) . and /100 Dollars (\ \1..c~ \~~4\ \0 ) The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and that he will provide the bond or guarantees required by the Contract Documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (10) calendar days after the date of the written notIce to proceed, and that he will complete the work within One Hundred Twenty (120) calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: -:If I - :if 2-- of Enclosed is a bid guarante~onsisting of \' 'e.-'A 9'e.n:,~ M- \6 r~\ 6. <AOD A in the amount Respectfully submitted, \~\f'!\\t \ Co~-*'I"LU*~r1Y\ Co -rw- . \ F~\1 NAME ) \>.0. 'bm\--"-l\r"\ N~~~~{'d' {~C ~"to~ ~ B .' TITLE: \\.'e(\ A9\'\-\ P-I ~~~..U-~JJJ ~~.~~ I I I I I I I I I I I I I I I I I I I BmSCHEuULE r-;Ul.:lU~ I H R I CHMOl'lD COUNTY TO ACC()~AN"'{ THE PROPOSAL or \\c~'n,"\C ~N..b\o~~ ~. <=> 0 ~C"L. I..Ic S. ""\ - _'('Jt". _ b r-..'...\ ) ~ C- dC\. \ 0 ~ BIDDER hem No, 1. 1. 2. ... ., , 4, 5. 6. 7. 8. 9. 10. 11. 1. Descriotion. Quantity. T Init & Unie Price S::recCi 24" Curb & Ouller Rcplucement 120 LF @ S ~D .CO 6" Concrete Driveway Repls.cem.cl1f 4'i SY @ .1-.d.S.OO PRvc:mcot 1{,epair (8" Concrete - 2" A~phalt) 155 Sy@ s 4~SD P'lvemc:ut Repair (6" OA R ,. 2" Asphalt) 410 S-y @ s 3S.oo 1 :/~" Asphalt Uverlay with Tack Coat 1840 SY@ S S.OD 706 821 2811 .0.02/07 U.S. HIOHW A Y NO.1 - 20 il'lCH WATER TR.A.."l~MISSION ~L~ 99-234.30 J1..F iSY iSY ,"S"{ iSY ,'\" Cru:;hcr Run Stone DriveIParking Area 5'15 SY @ 5 \..J..E::lD_ i~Y So.w CUt &. Remove Existing, Curb and Gutt::.t 120 11' @ ,~ \c, 0 () iLF Saw Cut & Remove l::xisting A~phalt ,50 ~y @ $ \D.oD ISY :2." AGphalt Dri vc 350 SY (~ s 2:>~.DD I~Y Sa.w (lit & Remove E!l iscin~ Concrete rm vc ~5 SY@ S \a,o~ IS'i Subtotal Wo.ter Transl1li33ion Maio 2U" PressUIt': Class 300 Ducrilc Iron "push-on" Pipe Installed, Clllnplc~c 17~4~ LF ':ii1 s 3., so _ :'LF P-2 Am CItJ.D.t s ;;) 400.oD - r . . -L \, \';{S .00 .JJe\s.~~. Sn s \ l\;: , '?-,S[) .CO \ $ C\. ".)i',)o.C('~ s ~ \'&o.eD . s \~O.O~ s q SOD.Co.. S \.:l . ~ So .oQ., , ~ ~Sa.oo s S"8.,"\~ ~.S'D )S~~ .tolo'B~ . DE:C-1~-1999 14:53 RUGUSTR R [CHMOi'ID COUNTY I I I I I I I I I I I I I I I I I 'I I item No. 2. ~~orion ()1WIltitv. Unit & Unit Price 20" P!c::).~UIe Class 300 Ouctila Iron "R.e~trained Jomc" Pipe lnSt<11\ed. Complele 2521 LF @ 5 l.\I.o,;::lS fLF .. ). Te50ng ~d Sreritizntion of'20" Transmtssilll\ Main 21072 T.r @ s \ .00 /1..!:- 4. DllC.tilc Iron Re:;rraincd Joint Fiuiogs ~8793 J ,'AS @ _ S ;:;\ 0..D _ /lD 20" tn-line Butlcrfly VcLlva, Including Vll1ve Bu.x. lnscall(:d. Complere '7 EA @. S:<~ \0 Ou lEA "," cUIllbloo.tion Air Valve includiIlg G'4> l:'reeast Concrete Manhole Tnstallad, Complc~ 2 EA @ S S,\()S nO . 5. 6. 1. 4" Air/"v":tc.uurn Va.lve including 6'(\1 Precast Concrete Manhole 11l!\tallcd.. Complete 2 l:::1\~~ SC:;,\OS.DO lEA . ~. 12." Bucterily In-Line Valve: Including V;\lyc: Box, InstnUed, Cumplete ... EA @. ~ \.~<;S .0<2- /~A 9. Rore & Jack 165 LF Under V.S, Highway 1 al (}Id V.S. Highway 1, 20" Restrained Joint Pipe. 30" Sled Ca3in~, C.a.'iing Spllcers, C.\.~in~ end Sellis. InstD..1led Complete l' EA@ S ~\O,OD ;"'EA- 10. Bore & Jack 105 LF TJnder Tob<tl:eo Road at Old Tobacco RoA.U. 20" Restrained Joint Pipe, 30" Steel Casine;, Casi.n~ Spacers. Instnlled Cumplete EA@ $~\D .()U ,'E.~ 1 L ~ore &. Jack :50 LF Under Morg:ut Ruad at 1mk Sire, 20" Restrain~t.l Joint Pipe, 30" Steel Casin~, Ca,5mg SpaceT~. Cosing End Sea!:l, InStalled Complete t EA @ S .2)\D .0C:> il:.A 12. Bore &. J~ck. 105 LF Unckr Tobacco Roa\\ at ~,{or;;;an Road, 20" Restrained Joinl Pipe, 30" Steel Casing; C~ing Spllcers, C~~ing End Seals. fnstaUed Complete 1 EI\ (~ 1- .::t \ c .DE- iEA 13. 20" Tapping Slce'{~ and Val....~ 1 EA @ S \ ~ :\.o\S . CD.- ,"EA P-3 786 821. 2811 An\o1..l.Jll ~l.o ?Sln.'2S S.;l\)a~~OD s \ \ ~ L\c..~:\O , S:LO.~~ \ S \C)\~\() .OQ... s~~\a.{)D $ :;) c:; \0.00 . $ ~\o.o~ 'S ~\O .oD_ ..L-~ \ o. e:c, - L:?-\.O .DC) ~\~~\c:s.oo P.03/07 ~CL-l~-l~~g 14:53 RUGUSTA RICHMOND COUNTY I I I I I I I I I I I I I I I I I I I Item NQ.. DescriPtion. ouonttcv. Unit & Unit PriCl:: 14. Connt:t;rion to Pump Station Yard Piping 1 EA @ ~ cr.,t"I F'\ .r:::jj lEA 15. polyethylene: I:.nc:!.Seml::llt of 20" Water Main 200 LF @ S ~SD ILF 16. Check Valve & Vault wilh 20" Bypass Litlc 1 E.'\ ~ S :;B:tr\~&Q.. IbA 17. Fire Hyman!:;, Instailed Complete with val.,e, lead ri~c and main tee 7 EA @ $~\S .f'.,() /E..~ t 8. Buller Creek Cro~ing. lncludin:s 'l0" Pressure Class JOU "R~traincd Joint" nIP, Concrete. rrcek Div~loni Rt-~tO!ation. Bank Slabilizntion &. S,)il Ero:aon Control Ml::"surC:l Lump Sum ~,\ps::o.oo 19, Tie tu Sxisring 12" Main. Complete 1 EA. @ ~o 6.r- 'C:L .rEA 20. ~ore & Jack 55 LF undt"l Morgon Road:it U.S. HWY, I. 2U" ReStrail,ed Joint Pipe, :i()" Steal Casin!;!, Casinlr; Spacers, Casillg End S~ls. Tnstalled COOlpkle . 1 EA (~, ~ ..::2\.0 ou_ lEA 21. Dorc~ Jack. 40 LF Under E~isting lJriveWRY, 20" Restrained Jnim ripe, 30" Sl~d Casin~, C!Sing Spac~rs. Caw-ing End St:l1ls. lnstnUed CUll1plc:e 7, EA @ S ~ \D,OD ,'E.:\ 22. Bore & Jack 40 T.F Under E;{istiog Driveway, 1()" Restrained Joint p;p~, 30" Steel C<lsing. Casing Spac~S. Casillg End Se.:Us,rnllralled Comp\e:l~ 1 EA@ ~\DOD /EA '2.3. 6" Combin~tion Air VaJyc Includin~ G'<j) ?recast Cuncretc Manhole Ire;talled, Cumplete 3 EA @ SS,\c..l'<::;' .(')0 lEA ,,4.. A.ir Release Valve, Including 4'<P Prel.:l1st Concrete Manhule Installed, CU!l1p!cte \ EA@ S5,\CS.oo.. iEA Subtornl p.~ 706 821 2811 P.04/07 Am12un1 2....<- 'J-. ~ D ,co L Son ,C:C::> ~\<6~s:',oO S ~,~~.OD - I ~ \\.'\.9O::::;~,ou l~ 500.00 , S ci-\.o.oo s 'U,..~O .00 S d-\.C .00 .2 \~.~\s..oo ~\\l)c::.....,QQ n,D"3",\, ~'-~~ , . I I I I I I I I I I I I I I I I I I I U~~~!~-!~~~ 14;~3 AUGUSTA RI CHMOt'-lD COUt'-tTY ?06 821 2811 P.05/07 Item No. Description. Quantity. Unit & Unit Price Amount Ill. Miscellaneous 1. Soil Erosion Control Measures 1 LS@ S :tD.aC{).CQ /LS S :to, ~OO .au , . Grassing 7.75 AC@ $ \:;:). '\ C;.u 0 AC S C\ "t::. 'B, \ .:l~ , . Sodding 2800 SY@ $ \.aD ISY S ~9::>Da .CO , Mobilization 1 LS@ S.::to ()C'l ~ .eX) LS S ;)0 DO 0 .0:.:) J I Tra.ffic Control 1 LS~ S \0.;.. ~()D:O() ;1..S S \ LJ.; (:) U U . 00 '-" . . 2. 3. 4. 5. 6. Trench Rock Excavation & Backfill (Not Including Normal Pipe Bedding) 50 CY @ S 50.<:::>0 ICY $ ~ S"()() .aD 7. Clearing & Grubbing 3.25 AC@ S \ .,\<;t) .au lAC 8. 15'1 CM::P - Remove and Replace 20 LF@ S \ ,\.0 () ILF 9. 18" RCP ~ Remove and Replace 90 LF@ S d~ ~c::....., ILF ~ 10. 24" RCP - Remove and Replace 102 LF@ $ ~'5>,Ou /LF II. I" Water Service Adjustment, Complete 11 EA@ S 556.0D lEA s s..'-o ~~.Su . S ~Sa .cD .f3t.tO,OD s ~ \ a \, s:. a . ~ .s. ~a .aO . s to .0'3 a.oO o 12. Sanitary Sewer Service Replacement, Complete 10 EA @ S 5 $0.00 rEA S $ oS;:- 0'0.00 13. Property Restoration Lump Sum, ~ 0.:>0 .00 I , S dO 000.00 . 0 14. Overcut Excavation and Removal of Unsuitable Material and Placing of Clean Stone Bedding (Not including normal p'pe bedding) 50 TN @ s. \0 /TN s S ,DD P-5 ~c.C-1'd-1':i'::l'::l I I I 16. I I I I I I I I I I I I I I I I item No. t5. 14:':>.:i HUl.JU~ I H to< t l.HIY\Ul'lU l.UUN I Y Description. Quantity. Unit & Unit Price Imported Select Backfill (Material Only) 1000 CY @ S .\CJ ICY Overcut Excavation and Removal of Unsuitable Material and Placing of Suitable Backfill Bedding (Not including normal pipe bedding) 50 CY @ $ . \D ICY Subtotal P.6 Total '(\db ::l~l ~i:jll P.06/07 Amount s \00.00 $ 5.00 \ \ Z ~~ LJ 0.2.5" $ \ \~ ,5'$0 .~s: , ~ \, 20<3 \... ~ Lt , 1 0 $\ \~a~,~~L\-. \0 IDEC-10-1999 14:53 AUGUSTA RICHMOND COUNTY 706 821 2811 P.07/07 ldditionalltemS of ConstrUction If So Required by the Engineer: fTA.TE UNIT PRICES: 1. 2" Water Main Adjustment, Complete, Each $\Soo,eU I I I I I I I I I I I I I I I I 2. 4" Water Main Adjustment, Complete, Each 3. 6" Water Main Adjustment, Complete, Each 4. 8" Water Main Adjustment, Complete. Each 5. 10" Water Main Adjustment. Complete, Each 6. Sheeting Left in Place, per Board Foot S\l~~O.OD S ~ r<:;'Cf'l . 0-0 S~ 1<;(')0.00 S l.\; \ '\.SO .0-0 S CoD .0D NOTE: FAILURE TO QUOTE REASONABLE PRICES FOR ADDITIONAL [TEMA MAY CAUSE THE BID TO BE REJECTED. P-7 TCTPL P.07 I I I I I I I I I I I I I I I I I I I United States Fidelity and Guaranty Company Baltimore, M:rytand .. A Stock Company. ~~ U S F+G" " IISUllltl Bid Bond Bond Number ........................ Know All Men By These Presents: That ... ~<?~~.~. .<;~~.~~.~~S:r:~.q~. .C:9.!1?~~Y.~. .~~<;.qF.I:~~.~~~R....................... ... ............................ ............ .. . .. of, ~F;W.~A~gy.r.. .~R'9.r:rR. ~~.~9.r,.;r.~A............ . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .., as Principal. and United States Fidelity and Guaranty . . .' Augusta utilities Company, a Maryland corporation. as Surety. are held and firmly bound unto ....................................... . .~?: 1;:~:r;. ~Y.~ ~.E?~ . .~~P.~.c?Y:~!l!l?A t.~. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . . as Obligee, in the full and just sum of .., .~N. A~.QPr:JA . .EQUAL.. T.O..~ 'J.:~N . ,PERCEN.'!!. .OF.. :tH.E. ..... . . ?~.~ ~.C; ~.I? ~~... ? . JHP 00"7. .:-. .7'. . :-00 :-: . :"7. ."700 7". . :"'00 ~ 00-:' .~. . -:". . :-.( 1.R %. OE. .BI D.. ,.... . .-' ).. Dollars. lawful money of the United States. for the payment of which sum. well and truly to be made. we bind ourselves. our heirs. executors, administrators. successors. and assigns. jointly and severally, firmly by these presents. Whereas the said Principal is herewith submitting its proposal us Hwy 1-20" Water Transmission Main The Condition Of This Obligation is such that if the aforesaid Principal shall be awarded the contract the said Principal will. within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract. then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee le~Uy contracts with another party to perform the work if the latter amount be in excess of the former. but in no event shall liability hereunder exceed the penal sum hereof. Signed. sealed and delivered December 14, 1999 (Datel .. .7:rtt";J 1~............... (Saall B.Y':...~.~.. .. Barr H. Gardner, III ,....__'ilen..' I TheStRtul POWER OF ATTORNEY I Seaboard Surely Company St. ~)uul Fire and '\olurillc hlSUI'UIl('c COl11puny St. Paul (:uurdiun Insurance Company Sl. Puul Mcn:ury Insurance C0f11lll111Y United Slales Fidelity and Guaranty Company Fidelity and (;uurunly Insurunce COmlJUny Fiddily and Guarullly Insurance. Underwriters, Inc. I Power of Attorney No. 20571 Certificate Nu. ?[J/l?J .I, I KNO\" ALL MEN UY TIIESE I)IU~SENTS: That SCilho<lnl Surel)' COl1lp:my is ~, corpnnllinn duly org;anizcllundcr lhc laws of lhe Slate of New York, and thai Sl. Paul Fire and Marine Insurance Cornp;my. St. Paul GumJian InsuralH':c Company aniJ St. Paul Mercury Insuram:c Company me corporations duly organized unda the laws of the Slale of Minnesota. and thaI United SI.lIes Fidelity anti Guar;mty Company is 3 corporation duly organized under tha: Jaws of the S.(ate of ~'laryJand, and thaI Fidelity and GuuHmly InstlrJnce Company is :1 L:orporatioll duly organized under the laws of lhe State tlf Iowa. and Ihal Fiddity and Guaranly Insurance Underwriters, Inc. is a corporation duly organized under the laws of Ihe ~tate of Wisconsin (l1t'rei" co//t'ctivdy ('a/It'd ,he "Cmll/llmit's"), and that lhe Companies do hereby make, canstilu1\;: and appoint Vonda A. Rentz, Barr H, Gardner, Ill, Steve S, Bouknight, C. Carey Anderson and George p, Hook I I Columbia South Carolina of the City of , SUHe , their true and J<Jwful Auorney(s)-in-Fact, each in their separate capiu:ilY if more than one is named ahove. 10 sign its n:mlt: as surcty 10, and III CXCl'lIte. sC:.lI and adnowledgt: lIny :.Iud .111 bonds, under1akings, contracts and other wrillcn inslnllHents ill the nature thereof on bclw!f of the Compani.:s in their. husiness of gllilnllltccing the tiddily of persons, guaranteeing the performance of contracls and executing or guaranlcdng bonds and undert<Jkings r(4uircd or pcrmilletl in any actions or proceedings allowed by law. I IN "fiTNESS \VIIEREOF, Ihe Companies have cuuscd this inslrumenlto hc signell Ihis 2nd day of June 1999 I Scubourd Surety ContIJOny Sl. Paul Ii'irc and ,,""urille Insurance Company St. Iluul Guardian Insurance Company St. Iluul "'.Icrcury InsuralU'c Compan)' Uniled States Fidelily Dnd Guaranty Company Fidl'lHy and (;uurunty Insurance Company Fidelity and Guarunly Insurance Underwriters, Inc. I ~""'.. .,~, Ii~~ ~~{,a~..,' (0 Q ~ M~~~~v'- MICHAEL B. KEEGAN. Vice President I State of Maryland Cily of B<Jltimore ~ R. ~c.~ MICIJAEL R. MCKIBREN. Assistunl SecrC'lUJ)' I On Ihis 2nd day of June , ~ , hefure me, the ulldcrsigncd unicer, pcrsunally appeared Michael O. Keegan and Mil:hael R. f\kKibhcn, who acknuwlcdged themselvcs It} be Ihe Vi\.'c Presidenl :.IlId Assistanl Sel'rcl:lry, rcsf"k:l,.'liwly, of Se.lhllanl Surely Company, 51. Paul Fire and f\.larine Insurunce Cump;lIlY, SI. Paul GuarJi;m Illsllr.lllee Company, SI. Paul M.:rl'lIry Insllfilfil:e CompallY. Unitcd SlaleS Fidelily and Guantllly Comp.my, Fidelicy and Guarani)' Insurance Company, afill Fidelity and Guanmty Insurance Underwriters, Inc. and thai they. as such, heing <Julhorizcd so to do, executed the foregoing instrumem for Ihe purposcs therein cont.lill.etJ hy signing Ihe' ",lrnes of the coq>or:.ltions by themselves us duly autlwrized officers, I ",,~EAsI(J- ",'" " ::; Nor~ 1; r. PU8(1/ ~ ~"t)-9l Cil; -+~ KEBECCA EAS1.EY-ON.OKALA, NOlary Public This Power of Allorney is granlcd undcr nnJ by the authorily of the fullowing resolulions adopled by the Boards of DireclDrs of Seaboard Surery Company, SI. Paul Fire and Marine Insunlnce Comp:my, SI. Paul Guardiun Insurance Company, St. Paul t\'lcrcury Insurance COlllpmlY, Uniled Slates Fidelity and GUar'dnty Compan)', Fidelity and Guaranly Jnsunlnce Cuillpany, i.tnd Piddily lInd Guaranty Insur.lIlcc Underwriters, IIIL'. un September:2, 1991:1, which resolutions are now in fun force and effect. reading as follows: My COlllmission expires the I)lh day or July, :!OIl2. In \Vihll'ss \\'hereof, I hereullto set lilY hand and oflil,'i;t1 st:'.a1. ~t~.~ I I UESOI.VEJl, Ihnt in connection with Ihe fidelily :lI1d surt:ty insurance husincss of the Company, rill honds, undertakings, conlracls and olher instruments relating to saill husincss may he signcd, executed, :lntl ad.:nowkdgeJ h)' pcrsons or cntilies appoillh.'d :IS Alltlrnc)'(s)-ill-Fai.'r pursualll III a Power of Allurney issued in i.lL:conJallcc wilh Ihl'St:' rcsuhlliollS. S:lid l'oWt:'I(S) or AlIomcy fur ;1Il1l till hdlillf or Ihc Comp:lllY 11Iay .1Ilt! shall he t'XL'L:llkd in Ihc lliUllC :andull hch~lf of the COlllp.lJ1Y, either by lhe Clwirm>ln. or tilt: PresidclIl. or :111)' Vke Pn:sillellt, or an Assisl,lIll Vi\.'c Presidcnl. juintly with lhe SCl.:l"ctal"Y ur nn Assistam Secretary, under their rcspective designations, The sigmllure of such ofliccrs IUi.lY he engrawJ, printeJ or lithngraphed. 'Illc sigll:.lturc of each of Ihe foregoing officers and Iht: seal of Ihe Company may be i.lflixed by facsimile to i.lny Powt:r uf Allorney ur to any ccrritil:ate relating thereto nppointing Auorney(s)-in-Facl [or purposes only of execuring and illtesting bonds <Jnd underlakings and other \\'rilings ohligi.llory in the nature thereur, and subjcclto any limitations set Eorth therein, any such POWt:'f of Anomey or cC/'lificatc hearing such f;lcsimile signatun: or facsimile se,l1 shall he valid and hinding upon the Company, and any s.ueh power so cxeculed and certified by such facsimile sign,llme i.1Ilt.l fucsilllile seal shull be valid :lIlJ hinding upon Ihe COlllpany wilh respecl to any bond or undertaking 10 which it is validlyalt:tched; .and IUl.:SOLVEU FUltTIIElt, lhal Alwrney(s)-in-F:lct shall have the power and mUhorit)', :Ind, in all)' case. suh:kl'l 10 Ihe terms and Iimilations of Ihe Power of Allomcy issued them, to \.'xet:ule and ddivcr on hclwlf of thc COIllP;lIlY ,lIld 10 all:Jch the seal of Ihl' COlllpany In any ,wd .111 honds and undt:r1akings, and olher writings ohlignlOry inlhe I1<ltl1r..: lhere~f, and allY slldl instrument cxt:'clJted by such AlhlrncyfsHn.F:ll'l shalll~ as binding UPUlllhc Company <is if signed by an Exccutivc Onin:r mill se.dcJ .1IlJ i.lu~stcd.1o hy the SCL:l'ctary of the fOlJlp<iuy. I I I I, Michael R. McKibhen, Assistanl S~crctllry of Seaboa~d Surety Company, 51. P;.l1I1 Fire and t-,'Iarinc Insurancc Company, SI. Paul Guardian Insurance Company, S1. Paul Mercury Insur<illce Comp:my, Unilcd Stales Fidelity and G.uafl.lllly Company, FiJdilY alid UU,1Ii.1JlIY Insurmu:c: Company, and FiJclity and GuaranlY Insurance Underwriters, Inc. do hcrc:by certify Ihat the above and forc:going is.ilII1lt: .lfill correct copy of Ihe Puwcr of Allorncr execuled hy said Companies, which is in full force and effect and has not hccn revoked, ;j 0 ~ IN TESTIMONY WIIEItEl)J<~ I hereunto sel my hand this _E~ day or ve.{J2~r "Clll-, I .~.,,,:>., ,; - ,- ~ .~ . ""ua ~ ..r' ,r: Q ~ ~ R. \Jc.~ t-.tichacl R. t-.tcKihben, Assistant Secretary Tu verify llle authenticity of tllis /'owt'r of Atturney, cull J~8()U-.jl J-JX8lJ lllld wik for tile POH'er of Attorney dak. JjJease refer to 'h~ Power oj Allorlley number, lhe abm'e."amed individuals omlllte details of the bowJ to H'hich tile power is 1It1tlf.'hed. I 66326 Rev, 4-99 Printed in U,S.A. I I I I I I I I I I I I I I I I I I I CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned James B. Wall , the duly authorized and acting legal representative of Augusta. Georgi;!, do hereby certify as follows: I have examined the attach~d Contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions and provisions thereof. DATE: CA-l :I I I I I I I I I I I I I I I I I I I Cranston, Robertson & Whitehurst, PC. ENGUNEERS PLANNERS SURVEYORS OLD ENGINE COMPANY NO.1 452 ELLIS STREET POST OFFICE BOX 2546 AUGUSTA, GEORGIA 30903.2546 J. CRAIG CRANSTON, P,E., R.L.S. THOMAS H. ROBERTSON, P,E., R.L.S. ELDRIDGE A. WIDTEHURST, JR., P.E, JAMES B. CRANFORD, JR., P.E. DENNIS J.WELCH, P,E. TELEPHONE (706) 722.1588 TELECOPIER (706) 722.8379 E.MAIL CRWPC@CRWPC,COM JOHN T. AITAWAY, R.L.S. WAYNE SWANN, R.L.S, McrCHAEL S. BERGLUND STEVEN M. BRYANT DWIGHT E. FUNDERBURK, II PATRICK W. HUTTO KEITH A. LAWRENCE KELVIN G. OGLESBY Hobby Construction Company, Inc. P.O. Box 457 Newberry, South Carolina 29108 SUBJ: NOTICE OF AWARD PROJ: AUGUSTA UTILITIES WATER IMPROVEMENTS U.S. HIGHWAY WATER TRANSMISSION MAIN SYSTEM - 20 INCH Gentlemen: The Owner has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of $1 ,298,784.10. You have agreed in your Proposal to execute the Agreement and furnish the required Contractor's Performance Bond and Payment Bond within Ten (lQ) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within Ten QQ) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your Bid Bond. The 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 the OWNER. Dated this 21st day of December , 1999. CRANSTON, ROBERTSON & WHITEHURST, P.C. ~#~ Thomas H. Robertson, P.E. ACCEPTANCE OF NOTICE - Receipt of the above NOTICE OF A WARD is hereby ~ ,199_ TIT~, I I I I I I I I I I I I I I I I I I I SECTION A AGREEMENT THIS AGREEMENT, made on the. :2jffof ~.:z:BJ1;3c;;-e ' 19~ by and between AUGUSTA COMMISSION party of the first part, hereinafter called the OWNER, and HOBBY CONSTRUCTION COMPANY, INC. party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plaris described in the specifications for the project entitled: AUGUST A UTILITIES WATER SYSTEM IMPROVEMENTS U.S. HIGHWAY NO.1 - 20 INCH WATER TRANSMISSION MAIN and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION -- LIOUIDA TED DAMAGES The work to be performed under this Contract shall be commenced within ten (10) calendar days after the date of written notice by the Owner to the Contractor to proceed. The work shall be completed within ONE HUNDRED TWENTY (120) calendar days after the date of such notice and with such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion there of within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for the completion of the work described herein A-I I I I I I I I' I I I I I I I I I I I I is a reasonable time for the completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay to the Owner the sum of Five Hundred Dollars ($500.00), not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this contract and of the specifications wherein a definite portion. and certain length of time is fixed for the performance of any act whatsoever; and where under the contract an additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of the Contract. ARTICLE III - PAYMENT A. THE CONTRACT SUM The Owner shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the attached schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. B. PROGRESS PAYMENTS The Owner will pay to the Contractor in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT A. Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 10 days make such inspection, and when he fmds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the work required by the Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final certificate. A-2 I I I ,I I I I I I I I I I I I I I I I B. Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the Owner guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. C. The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner other than those arising from unsettled liens, from faulty work appearing within 12 months after [mal payment, from requirements of the specifications, or from manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. D. If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the Owner shall upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing fmal payment, except that it shall not constitute a waiver of claims.i A-3 I I I ,I I .1 .1 I I I I I I I .1 I .1 I I IN WITNESS WHEREOF the lParties hereto have executed this Agreement, the day and year ftrst written above. ~~~~:~:~~~::';~;:'~:t1ri' if /~? ,. l.';I!JO~~ r.'.1)(~..-, ~'"':..> Q,~ 1;3'>' r;,':I .r 0'1 './.. I~, ~.~.f ""'''' ' {ii"~ ",,~. ,), ~J ~ 0 ,f;c,;""-. h ""j'.';'h <,.... :"A f. . i ~~~~~~f~'. '!~~'i~~1 l.:. ~ i& '-0.. ~':'" :~..~: tt'I......l ~ Y.. ~ e , ", ll'~, C......., ':.J ';. \ 'r" 6......,. .ll ~ 3J' . ~;.. p;J' ." A COMMISSION OWNER BY: , ~,-, ob Young ';{1';) /Chairman L!4V ~ WITNESS: ~cr~ SECRETARY: f1{ ..--/~ HOBBY CONSTRUCTION COMPANY. INC. CONTRACTOR " I , r r/ WITNESS: ~ y . - .... : ~, ~ -T'ITLE r \~~ L~./ ~ I. rr A-4 I . !' I I I I I I I I I I I I I I I I I I Bond # 11 0120 44670 99 1 SECTION PB PERFORMANCE BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: That Hobby Construction companYt as Principal, hereinafter called , nc. Contractor, and United states Fidelity and Guaranty Company a corporation organized and existing under the laws of the State of Maryland with its principal office in the City of Bal timore , State of Maryland as Surety, hereinafter called Surety, are held and firmly bound unto the Augusta Commission, Augusta, Georgia, as Obligee, hereinafter called the Owner, in the penal amount of One Million Two Hundred Eight Thousand Seven Hundred Ninety-Fg~~ars and 10/100's ($ 1 , 208 . 794 . 1 bfor the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with OWner for the construction of Augusta Utilities Water System Improvements, U.S. Highway No.1 - 20 Inch Water Transmission Main, Augusta, Georgia, in accordance with the drawings and specifications issued by the utilities Department and the Augusta Commission, Augusta, Georgia which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly PB-I I . I,:'. I I I I I I I I I I I I I I,' -. I I I I (1) Complete the CONTRACT in accordance with its terms and conditions, or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and d.amagesfor which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amO\ll1t payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which fmal payment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this ~1 day of J~ V\Wt If 1 / A.D. 2000 " I Witness \L ~.~.).rJ ~ - r Attest ~;{~ Hobby Construction Comp~n~,(~. (Contni'ctor). .. ' B~ ~"(S~~L' . ~ ' (Title) , United States Fidelity and Guaranty (Sealfompany 'BY~~ ~Title ) Barr H. Gardner, III Attorney-in-Fact Witness PB-2 I" I I I I I I I I I I I I I I I I I I SECTION PH LABOR AND MATERIAL PAYMENT BOND (NOTE: THIS BOND IS ISSUED SIMUL T ANEOUSL Y WITH PERFORMANCE BOND ON PAGE PB-I, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: Th& Hnbby Construction Company, Inc. as Principal, hereinafter called Contractor, and Uni ted states Fidelity and Guar;:mty C'nmp;::my a corporation organized and existing under the laws of the State of Maryland , with its principal office in the City of Baltimore , State of Maryland , as Surety, hereinafter called Surety, are held and firmly bound unto the Augusta Commission, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of One Million Two Hundred Eight Thousand Sevp-n Hundrpd Ninety-Four and 10/100'5 , Dollars ($ 1 r 208 , 794 _ ~ cfor the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for the construction of Augusta Utilities Water System Improvements, U.S. Highway No. 1 - 20 Inch Water Transmission Main, in accordance with drawings and specifications issued by Augusta Commission, Augusta, Georgia, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. PB-3 I I' I I I I I I I I 1 I I I I, I I I I NOW, THEREFORE, the condition of this obligation is such that, if the Contractor , shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: (1) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. (2) The above-named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (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 judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner 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 one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (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 Contractor, Owner or Surety, at any place where an office 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 following the date on which Contractor ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the co'nstruction 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. PB-4 I I I I I I I I I I I I I I . .' I I I I (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this,~ day of ,) C.ktM.w~ A.D. 2000 Witness \L~~ '\ ;- Hobby Construction Company~eal)c:~, (Contractor) /' Attest 1iPd 1. ~ ~ - , y _ (Seal) .I...A-t> . (Tltl~),- Attest - United States Fidelity and Guaranty Compan~ (S~al) :s~e1 ' By~'IIdJ~ Barr H. Gardner, rllitle) , Attorney-in-Fact PB-5 I 11teStPdul POWER OF ATTORNEY I Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. I I Power of Attorney No. 20571 Certificate No. 219660 I KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that SI. Paul Fire and Marine Insurance Company, SI. Paul Guardian Insurance Company and SI. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the Slate of Iowa, and that Fidelity and Guaranty Insurance Underwriters, lnc, is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do herehy make, constitute and appoint I Vonda A. Rentz, Barr H. Gardner, III, Steve S. Bouknight, C. Carey Anderson and George P. Hook I I I Columbia South Carolina of the City of , State . their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings. contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertaking~6'ell oo~itted i:s5Y actions or proceedings allowed by law, IN WITNESS WHEREOF, the Companies have caused this instrumen~~~~~e'~~\-~ 1st day of December Seaboard Surety Company ~ ~~O ,,~\.~ ~~'2 States Fidelity and Guaranty Company St. Paul Fire and Marine Insl!{~<;.ii:€o~l -,.'" ~~ Fidelity and Guaranty Insurance Company St. Paul Guardian Insuran~Cbi'fipa. ~ ~ "" ~ .~ Fidelity and Guaranty Insurance Underwriters, Inc. St.paUIMercurYInsuran..ceco~. O~~ ~~ ~ r:7 ~< I'...<t~ .tS.~ I. ~~ f--: ~ ~ '~~ ~ €) ~, iSE ~ JOHN F. PHINNEY, Vice President ~<liiA,"~ ~ It \ , .1\ (\ \ 1 ~ R. l"\c..~ 1999 I I I State of Maryland City of Baltimore MICHAEL R, MCKIBBEN, Assistanl Secrelary I On this 1 sl day of December 1999, before me, the undersigned officer, personally appeared John F Phinney and Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, SI. Paul Fire and Marine Insurance Company, SI. Paul Guardian Insurance Company. SI. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters, Inc,; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporal ions by themselves as duly authorized officers, I I In Witness Whereof, I hereunto set my hand and official seal. ~t~.~ I My Commission expires the 13th day of July, 2002, REBECCA EASLEY-ONOKALA, Notary Public I I I 86203 Rev, 11-99 Printed in U,S,A, This Power of Allorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, SI. Paul Fire and Marine Insurance Company, SI. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters. Inc, on September 2, 1998, which resolutions are now in full force and effect. reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or elllities appointed as Allorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions, Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the Presidelll, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations, The signature of soch officers may be engraved, printed or lithographed, The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and allesting bonds and undcrtakings and other writings obligatory in the nature thereof. and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certilied by such facsimilc signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached: and - - = RESOLVED FURTHER, that Allorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to allach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company, - - - - L Michael R, McKibben, Assistant Secretary of Seaboard Surety Company, 51. Paul Fire and Marine Insurance Company, SI. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Ine. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked, - IN TESTIMONY WHEREO~~ I hereunto set my hand this day of ~ R. ~c.~ Michael R. McKibben. Assistant Secretary - Please refer to the Power of Attorney number, ---.. I I I I I I I I I I I I I I I I I I I GC-Ol. GC-02. GC-03. GC-04. GC-05. GC-06. GC-07. GC-08. GC-09~ GC-lO. GC-ll. GC-12. GC-13 . GC-14. GC-15. GC-16. GC-17. GC-18. GC-19. GC-20. GC-21. GC-22. GC-23. GC-24. GC-25. GC-26. GC-27. GC-28. GC-29. GC-30. GC-31. GC-32. GC-33. GC-34. GC-35. GC-36. GC-37. SECTION GC GENERAL CONDITIONS INDEX TO ARTICLES OF GENERAL CONDITIONS Section Page No. Definitions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . 1 Additional Instructions and Detail Drawings ........................... 5 Schedules, Reports and Records . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . 5 Drawings and Specifications ....................................... 6 Shop Drawings. . . . . . . . . . . . . . .' . . . . . . . . . . . . . . . . . . . . . . . ~ . . . . . . . . . . . 6 Materials, Services and Facilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 Inspection and Testing. . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . 7 Substitutions ................................................... 8 Patents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Surveys, Permits and Regulations ...................................9 Protection of Work, Property and Persons ............................ 10 Supervision by Contractor ........................................ 10 Changes in the Work ............................................ 11 Changes in Contract Price ........................................ 11 Time for Completion and Liquidated Damages ........................ 11 Correction of Work ............................................. 12 Subsurface Conditions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Suspension of Work, Termination and Delay. . . .'. . . . . . . . . . . . . . . . . . . . . . 13 Payments to Contractor .......................................... 15 Acceptance of Final Payment as Release ............................. 16 Insurance ...................... '. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 Contract Security . . '.' . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 Assignments . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . ',' . . . . . . . . . . . . . . . . . . 18 Indemnification ... ',' . . . :. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . 18 Separate Contracts .............................................. 19 Subcontracting. . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 Engineer's Authority ............................................ 20' Land and Rights-of-Way ......................................... 20 Guarantee . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 Taxes . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 Work Adjacent to Railway or Other Property. . . . . . . . . . . . . . . ',' . . . . . . . . . 21 Order and Discipline .......................................'..... 21 Warning Devices and Signs ....................................... 22 Special Restrictions ............................................. '22 As- Built Drawings . . . . . . . . . . . . . . . . . . . . . . . . ; . . . . . . . . . . . . . . . . . . . . . 22 Contractor Not to Hire Employees of the Owner ....................... 22 Drawings ...................................................... 22 GC-l I I I I I I I I I I I I I I I I I I I GC-38. GC-39. GC-40. GC-41. GC-42. GC-43. GC-44. GC-45. GC-46. GC-47. GC-48. GC-49. GC-50. GC-51. GC-52. '\ Field Office Facilities. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 Rights-of- Way . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 Estimate of Quantities ........................................... 23 Existing Structures and Utilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 Contractor's Breakdown of Lump Sum Payment Items. . . . . . . . . . . . . . . . . . . 23 Prior Use By Owner. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Cleaning Up . . . . . " . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Maintenance of Traffic . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Maintenance of Access . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Erosion Control and Restoration of Property .......................... 24 Bypassing Sewage .............................................. 25 Safety and Health Regulations ..................................... 25 Pre-Construction Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 Time and Material Hourly Rate .................................... 25 Augusta-Richmond County Right-of-way ............................25 GC-2 I I I I I I I I I I I I I I I I I I I GC-Ol. DEFINITIONS: Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof. 1. ADDENDA: Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, Drawings and Specifications, by addition, deletion, clarifications or corrections. 2. BID: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 3. BIDDER: Any person, firm or corporation submitting a bid for the work. 4. BONDS: Bid, Performance and Payment Bonds and other instruments of security furnished by the Contractor and his Surety in accordance with the Contract Documents. 5. CHANGE ORDER: A written order to the 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. 6. CONTRACT DOCUMENTS: The contract including Advertisement for Bids, Information for Bidders, Proposal, Bid Bond, Notice of award, Agreement, Performance Bond, Payment Bond, Notice to Proceed, Change Order, General Conditions, Supplemental General Conditions, Special Conditions, Technical Specifications, Drawings and Addenda. 7. CONTRACT PRICE: The total monies payable to the Contractor under the terms and conditions of the Contract Documents. 8; CONTRACT TIME: The number of calendar days stated in the Contract Documents for the completion of the work. 9. LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed to completion of all the work. 10. CONTRACTOR: The person, firm or corporation with whom the Owner has executed the Agreement. 11. DRAWINGS: The part of the Contract Documents which show the characteristics and scope of the work to be performed and which have been prepared or approved by the Engineer. 12. ENGINEER: The person, firm or corporation named as such in the Contract Documents. GC-3 I I I I I I I I I I I I I I I I I I I ( 13. 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 the Engineer to the Conn:actor during construction. 14. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the Owner to the successful Bidder. 15. NOTICE TO PROCEED: Written communication issued by the Owner to the Contractor authorizing him to proceed with the work and establishing the date of commencement of the work. 16.. OWNER: A public or quasi-public body or authority, corporation, association, partnership or individual for whom the work is to be performed. 17. PROJECT: The undertaking to be performed as provided In the Contract Documents. 18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative ofthe Owner who is assigned to the project site or any part thereof. 19. SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules, and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, , Supplier or Distriblltor, which illustrate how specific portions of the work shall be fabricated or installed. 20. SPECIFICATIONS: A part of the Contract Documents consisting of written . descriptions of a technical nature or materials, equipment, construction systems, standards and workmanship. 21. SUBCONTRACTOR: An individual, firm or corporation having a direct contract with the Contractor or any other Subcontractor for the performance of a part of the work at the site. 22. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the construction of the project or a specified part can be utilized for the purposes for which it is intended. 23. SUPPLEMENT AL GENERAL CONDITIONS: Modifications and/or additions to the General Conditions of a specific nature generally aimed at the specific contract of which it is a part. 24. SUPPLIERS: Any person, supplier 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. GC-4 I I I I I I I I I I I I I I I I I I I 25. 26. GC-02. 2. GC-03. GC-04. 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. WRITTEN NOTICE: Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address or delivered in person to said party or his authorized representative on the work. ADDITIONAL INSTRUCTIONS AND DET AIL DRAWINGS: 1. The Contractor may be furnished additional instructions and detail drawings, by the Engineer, as necessary to carry out the work required by the Contract Documents. The additional drawings and instructions thus supplied will become a part of the Contract Documents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. SCHEDULES. REPORTS AND RECORDS: 1. The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning the work performed or to be performed. 2. Prior to the first partial payment estimate, the Contractor shall submit schedules showing the order in which he proposes to carry on the work, including dates at which he will start the various parts of the work, estimated date of completion of each part and as applicable: 2.1 the dates at which special detail drawings will be required; and 2.2 respective dates for submission of shop drawings, the beginning of manufacture, the testing and the installation of materials, supplies and equipment. 3. The Contractor shall also submit a schedule of payments that he anticipates he will earn during the course of the work. DRAWINGS AND SPECIFICATIONS; 1. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools" equipment and transportation necessary for the proper execution of the work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable manner, ready for us, occupancy or operation by the Owner. GC-5 I I I I I I I I I I I I I I I I I I I GC-05. 2. In case of conflict between the drawings and specifications, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. 3. 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 the Engineer, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after his discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. 4. All work that may be called for in the specifications and not shown on the drawings, or shown and not called for in the specifications, shall be executed and furnished by the Contractor as if described in both these ways and should any work or material be required which is not detailed in the specifications or drawings, either directly or indirectly, but which is nevertheless necessary for the proper carrying out of the intent thereof, the Contractor is to understand the same to be implied and required and shall perform all Stich work and furnish any such material as fully as if they were particularly delineated or described. 5. It is understood and agreed that the Contractor, by careful examination, has satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the . work, the general and local conditions and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. SHOP DRAWINGS: 1. The Contractor shall provide shop drawings as may be necessary for the prosecution of the work as required by the Contract Documents. The Engineer shall promptly review all shop drawings. The Engineer's approval of any shop drawings shall not release the Contractor from responsibility for deviations from the Contract Documents. The approval of any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. 2. When submitted for the Engineer'sreview, shop drawings shall bear the Contractor's certification that he has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. 3. Portions of the work that require shop drawing or sample submission shall not begin until the shop drawing or submission has been approved by the Engineer. A copy of each approved shop drawing and each approved sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. . GC-6 I I I I I I I I I I I I I I I I I I I GC-06. 2. 3. GC-07. MATERIALS. SERVICES AND FACILITIES: 1. It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature and all other services and facilities of any nature whatsoever necessary to execute, complete and deliver the work within the specified time. Materials and equipment shall be so stored 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. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. 4. Materials, supplies or equipment shall be in accordance with samples submitted by the Contractor and approved by the Engineer. 5. Materials, supplies or equipment to be incorporated into the work and purchased by the Contractor of the Subcontractor will be subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. INSPECTION AND TESTING: 1. All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards. 2. The Contractor shall provide, at his expense, the necessary testing and inspection services required by the Contract Documents, unless otherwise provided. 3. The Owner shall provide all other inspection and testing services required by the Contract Documents. 4. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the Engineer timely notice of readiness. The Contractor will then furnish the Engineer the required certificates of inspection, testing or approval. 5. Neither observation by the Engineer nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the work in accordance with the requirements of the Contract Documents. 6. The Engineer and his representatives will at all times have access to the work. In addition, authorized representatives and agents of any participating Federal or State GC-7 I I I I I I I I I I I I I I I I I I I G~-08. Agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the work and also for any inspection or testing thereof. 7. If any work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor's expense. 8. If any work has been covered which the Engineer has not specifically requested to observe prior to its being covered or if the Engineer considers it necessary or advisable that covered work be inspected or tested by others, the Contractor at the Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the work in question, furnishing all necessary labor, materials, tools and equipment. If it is found that such work is defective, the Contractor will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such work is not found to be defective, the Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate change order shall be issued. 9. The Contractor shall give the Engineer 24 hours notice of starting any new work. No work shall be done or materials used without suitable supervision and inspection by the Engineer. The Contractor shall furnish the Engineer with necessary samples of material for testing purposes. SUBSTITUTIONS: 1. When a material, article or piece of equipment is identified on the drawings or specifications by reference to brand name or catalogue number, the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The Contractor may recommend the substitution of a material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalogue number and if, in the opinion of the Engineer, such material, article or piece of equipment is of equal substance and function to that specified, the Engineer may approve its substitution and use by the Contractor. Any cost differential shall be deducted from the contract price and the Contract Documents shall be appropriately modified by change order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. GC-8 I. I I I I I I I 1 I I I I I I I I I I GC-09. GC-IO. GC-ll. PATENTS: 1. The Contractor shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and save the Owner harmless from loss on account thereof except that the Owner shall be responsible for any such loss when a particular process, design or the product of a manufacturer or manufacturers is specified, but if the Contractor has reason to believe that the design,. process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the Engineer. SURVEYS. PERMITS AND REGULATIONS: 1. The Owner shall furnish all land surveys 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 the Owner, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. 2. The Contractor shall carefully preserve benchmarks, reference points and stakes and in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 3. Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, he shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in Section 13, Changes in the Work. PROTECTION OF WORK. PROPERTY AND PERSONS: 1. The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. He will take all necessary precautions for the safety of and will provide the necessary protection to prevent damage, injury or loss to all employees on the work and other persons who may be affected thereby, all the work and all materials or equipment to be incorporated therein, whether in storage on or offthe site or other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. GC-9 I I I I I I I I I I I I I I I I I I I GC-12. GC-13. 2. The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. He will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protection. He will notify the owners of adjacent utilities when prosecution of the work may affect them. The Contractor will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, and subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them are liable, except damage or loss attributable to the fault of the Contract Documents or to the acts or omissions of the Owner or the Engineer or anyone employed by either of them or anyone for 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 the Contractor. 3. In emergencies affecting the safety of persons or the work or property at the site or adjacent thereto, the Contractor, without special instructions or authorization from the Engineer or Owner, shall act to prevent threatened damage, injury or loss. He will give the Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby and a Change Order shall be issued covering the changes and deviations involved. 4. The work under this Contract in every respect shall be at the risk of the Contractor . until finished and accepted, except to damage or injury caused directly by the Owner's agents or employees. SUPERVISION BY CONTRACTOR: 1. The Contractor will supervise and direct the work. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The Contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor's representative at the site. The supervisor shall have full authority to act on the behalf of the Contractor and all communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the work. CHANGES IN THE WORK: 1. The Owner may at any time as the need arises, order changes within the scope of the work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents or in the time required for performance of the work, an equitable adjustment shall be authorized by Change Order. 2. The Engineer, also, may at any time, by issuing a field order, make changes in the details of the work. The Contractor shall proceed with the perfortnance of any changes in the work so ordered by the Engineer unless the Contractor believes that GC-lO I I I I I I I I I I I I I I I I I I I GC-14. GC-15. such field order entitles him to a change in the contract price or time .or both, in which event he shall give the Engineer written notice thereof within ten (10) days after the receipt of the ordered change pending the receipt of an executed change order or further instruction from the Owner. CHANGES IN CONTRACT PRICE: 1. The contract price may be changed only by a change order. The value of any work covered by a change order or of any claim for increase or decrease in the contract price shall be determined by one or more of the following methods in the order of precedence listed below: 1.1 Unit prices previously approved. 1.2 An agreed lump sum. 1.3 The actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the work to cover the cost of general overhead and profit. TIME FOR COMPLETION AND LIQUIDATED DAMAGES: 1. 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. 2. The Contractor will 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 the Contractor and the 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. 3. If the Contractor shall fail to complete the work within the contract time or extension oftime granted by the Owner, then the Contractor will pay to the Owner the amount for liquidated damages as specified in the Agreement for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 4. The 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 the Contractor has promptly given written notice of such delay to the Owner or Engineer. 4.1 To any preference, -priority or allocation order duly issued by the Owner. 4.2 To unforeseeable causes beyond the control and without the fault of negligence of the Contractor, including but not restricted to, acts of God or of the public enemy, acts of the Owner, acts of another Contractor in the GC-ll I I I I I I I I I I I I I I I I I I I GC-16. GC-17. performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather; and 4.3 To any delays of subcontractors occasioned by any of the causes specified in Paragraphs 4.1 and 4.2 of this Article. CORRECTION OF WORK: 1. The Contractor shall promptly remove from the premises all work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not and the Contractor shall promptly replace and re-execute the work in accordance with the Contract Documents and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. 2. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take. action to remove such rejected work within ten (10) days after receipt of written notice, the Owner may remove such work and store the materials at the expense of the Contractor. 3. Any omissions or failure on the part of the Engineer to disapprove or reject any work or material shall not be construed to be an acceptance of any defective work or material. The Contractor shall remove, at his own expense and shall rebuild and replace same without extra charge and in default-thereof the same may be done by the Owner at the Contractor's expense or in case the Engineer shall not consider the defect of sufficient importance to require the Contractor to rebuild or replace any imperfect work or material, he shall have the power and is hereby authorized to make an equitable deduction from the stipulated price. SUBSURF ACE CONDITIONS: 1. The Contractor shall promptly and before such conditions are disturbed, except in the event of an emergency, notify the Owner by written notice of: 1.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. 1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. 2. The Owner shall promptly investigate the conditions and if he fi.nds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required, for performance of the work, an equitable adjustment shall be made and the Contract Documents shall be modified by a Change Order. Any GC-12 I I I I I I I I I I I I I I I I I I I GC-18. claim of the Contractor for adjustment hereunder shall not be allowed unless he has given the required written notice; provided that the Owner may, ifhe determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. SUSPENSION OF THE WORK. TERMINATION AND DELAY: 1. The Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the Contractor, by written notice to the Contractor. The Engineer shall fix the date on which work shall be resumed. The Contractor will resume that work on the date so fixed. The Contractor will be allowed an increase in the contract price, an extension of the contract time, or both, directly attributable to any suspension. 2. If the Contractor is adjudged bankrupt or insolvent, or if he makes a general assignment for the benefit of his creditors or if a trustee or receiver is appointed for the Contractor or for any of his property or ifhe files a petition to take advantage of any debtor's act to reorganize under the bankruptcy or applicable laws or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or ifhe repeatedly fails to make. prompt payments to subcontractors or for labor, materials or equipment or if he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the work or if he disregards the authority of the Engineer, or if, in the opinion of the Engineer, the Contractor fails to make satisfactory progress in prosecuting the work, or if he otherwise violates any provision of the Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and his Surety a minimum of ten (10) days from delivery of a written notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the work by whatever method he may deem expedient. In such case, the 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 Jor additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. 3. The Contractor must obtain permission from the Engineer before any equipment can be removed from the job site. In the event such equipment is removed without the Engineer's approval, the job will be terminated until such time as the equipment is returned to the project and any time and money lost by the Contractor as a result of moving the equipment shall be absorbed by the Contractor. 4. Where the Contractor's services have been so terminate by. the Owner, said termination shall not affect any right of the Owner against the Contractor then GC-13 I I I I I I I I I I I I I I I I I I I GC-19. existing or which may thereafter accrue. Any retention or payment of monies by the Owner due the Contractor will not release the Contractor from compliance with the Contract Documents. 5. After ten (10) days from delivery of a written notice to the Contractor and the Engineer, the Owner, may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Contract. In such case, the . Contractor shall be paid for all work executed and any expense sustained plus reasonable profit. 5. If, through no act or fault of the Contractor, the work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority of the Engineer fails to act on any request for payment within thirty (30) days after it is submitted or the Owner fails to pay the Contractor substantially the sum approved by the Engineer within thirty (30) days of its approval and presentation, then the Contractor may after ten (10) days from delivery of a written notice to the Owner and the Engineer, terminate the Contract and recover from the Owner payment for all work executed and all expenses sustained. In addition, and in lieu of terminating the Contract, if the Engineer has failed to act on a request for payment or if the OWner has failed to make any payment as aforesaid, the Contractor may, upon ten (10) days notice to the Owner and the Engineer, stop the work until he has been paid all amounts then due, in which event and upon resumption of the work, Change Orders shall be issued for adjusting the contract price or extending the contract time or both to compensate for the costs and delays attributable to the stoppage of the work. 6. If the performance of all or any portion of the work is suspended, delayed, or interrupted as a result of a failure of the Owner or the Engineer to act within the time specified in the Contract Documents, or if no time is specified, within reasonable time, an adjustment in the contract price or an extension ofthe contract time or both, shall be made by Change Order to compensate the Contractor for the costs and delays necessarily caused by the failure of the Owner or the Engineer. PAYMENTS TO THE CONTRACTOR: 1. B~tween the first (1st) and the fifth (5th) of each month, the Contractor will submit to the Engineer a partial payment estimate filled out and signed by the Contractor on an approved form covering the work performed during the period covered by the partial payment estimate and supported by such data as the Engineer may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the Owner, as will establish the Owner's title to the material and equipment and protect his interest therein, including applicable insurance. The Engineer will, within ten days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate GC-14 I I I I I I I I I I I I I I I I I I I to the Owner, or return the partial payment estimate to the Contractor indicating in writing his reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate. The Owner will, within ten days of presentation to him of an approved partial payment estimate, pay the Contractor a progress payment on the basis of the approved partial payment estimate. The Owner shall retain ten (10%) percent of the amount of each payment until final completion and acceptance of all work covered by the Contract Documents. The Owner at any time, however, after fifty (50%) percent of the work has been completed, ifhe finds that satisfactory progress is being made, shall make payment on the current and remaining estimates, in full, so that the retained percentage at the completion of the work will be approximately five (5%) percent. On completion and acceptance of a part of the work on which the price is stated separately in the Contract Documents, payment may be made in full, including retained percentages, less authorized deductions. 2. The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site. 3. All work covered by partial payment shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the work upon which p.ayments have been made or the restoration of any damaged work, or as a waiver of the right of the . Owner to require the fulfillment of all terms of the Contract Documents: 4. Upon completion and acceptance of the work, the Engineer shall issue a certificate attached to the final payment request that the work has been accepted by him under the conditions of the Contract Documents. The entire balance found to be due the Contractor, including the retained percentages shall be paid to the Contractor, except such sums as may be lawfully retained by the Owner for saving the Owner or the Owner's agents harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools and supplies, incurred in the furtherance of the performance of the work. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the Contractor fails to do so, the Owner may, after having notified the Contractor, either pay unpaid bills or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor, his Surety, or any third party. In paying any unpaid bills of the Contractor, any payment so made by the Owner shall be considered as a payment made under the Contract Documents by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payments made in good faith. GC-15 I I I I I I I I I I I I I I I I I I I GC-20. GC-21. 5. If the Owner fails to make payment 30 days after approval by the Engineer, in addition to other remedies available to the Contractor, there shall be added to each such payment, interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by the Contractor. ACCEPT ANCE OF FINAL PAYMENT AS RELEASE: 1. The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with this work and for every act and neglect of the Owner and other relating to or arising out of this work. Any.payment, however, final or otherwise, shall not release the Contractor or his Sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. INSURANCE: 1. The Contractor shall purchase and maintain during the life of this Contract such insurance as will protect him from claims set forth below which may arise out of or result from the Contractor's execution of the work, whether such execution by himself or by 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. 1.1 Claims under Workman's Compensation, disability benefit and other similar employee benefit acts, 1.2 Claims for damages because of bodily injury, occupational sickness or disease or death of his employees, 1.3 Claims for damages because of bodily injury, sickness or disease or death of any person other than his employees, 1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense direct! y or indirect! y related to the employment of such person by the Contractor or (2) by any other person; and 1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 2. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the work. These Certificates shall contain a provision that coverages afforded under the policies will not be canceled unless at least fifteen (15) days prior written notice has been given to the Owner and Program Manager. GC-16 I I I I I I I I I I 1---- .- I I I I I I I I 3. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, liability insurance as hereinafter specified. 3.1 Contractor's General Public Liability and Property Damage insurance including vehicle coverage issued to the Contractor and protecting him from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the Contract Documents, whether such operations be by himself or by any Subcontractor under him or anyone directly or indirectly employed by the Contractor or by a Subcontractor under him. Insurance shall be written with a limit of liability of not less than $200,000 for all damages arising out of bodily injury, including death, at any time resulting therefrom, sustained by anyone person in anyone accident; and a limit ofliability of not less than $500,000 for any such damages sustained by two or more persons in anyone accident. Insurance shall be written with a limit of liability of not less than $100,000 for all property damage sustained by anyone person in anyone accident; and a limit of liability of not less than $200,000 for any such damage sustained by two or more persons in anyone accident. Contractor's insurance policy shall name Owner and Program Manager as insureds under this policy. 3.2 The 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 the Owner, the Contractor and Subcontractor as their interest may appear. This provision shall in no way release the Contractor or Contractor's Surety from obligations under the Contract Documents to fully complete the Project. 4. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, in accordance with the provisions of the laws ofthe state in which the work is performed, Workman's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the project and in case any work is sublet, the Contractor shall require such Subcontractor similarly to provide Workman's Compensation Insurance, including occupational disease provision for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Contract at the site of the Project is not protected under Workman's Compensation statute, t}:le Contractor shall provide and shall cause each Subcontractor to provide adequate and suitable insurance for the protection of his employees not otherwise protected. 5. The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for work to be performed. Unless specifically authorized by the Owner, the amount of such insurance shall not be less than the contract price totaled in the bid. The policy shall cover not less than the losses due to fire, explosion, hail, lightening, vandalism, malicious mischief, wind, collapse, riot, aircraft and smoke during the GC-17 I I I I I I I I I I I I I I I I I I I GC-22. GC-23. GC-24. contract time and until the work is accepted by the Owner. The policy shall name as the insured the Contractor, the Engineer and the Owner. Contractor shall provide a Builders Risk All Risk insurance policy for the full replacement value of all Project work including the value of all onsite Owner- furnished equipment and/or materials associated with Program Manager's services. Such policy shall include coverage for loss due to defects in materials and workmanship and errors in design, and will provide a waiver of subrogation as to Program Manager and the Owner, and their respective officers, employees, agents, affiliates, and subcontractors. CONTRACT SECURITY: 1. The Contractor shall, within ten (10) days after the receipt of the Notice of Award, furnish the Owner with a Performance Bond and a Payment Bond in penal sums equal to the amount of the contract price, conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions and agreements of the Contract Documents and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact business in the state in which the work is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these bonds shall be borne by the Contractor. If at any time a Surety on. any such bond is declared a bankrupt or loses its right to do business in the state in which the work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within ten (10) days after notice from the Owner to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the Owner. The premiums on such bonds shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new Surety or Sureties shall have furnished an acceptable bond to the Owner. ASSIGNMENTS: 1. Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or his right, title or interest therein, or his obligations thereunder, without Written consent of the other party. INDEMNIFICATION: 1. The Contractor will indemnify and hold harmless the Owner and Program Manager and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or GC-18 destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the Contractor and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. In any and all claims against the Owner or the Engineer or any of their agents or employees, by an employee of the Contractor, 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 or benefits payable by or for the Contractor or any Subcontractor under Workman's Compensation acts, disability benefit acts or other employee benefits acts. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, design or specifications. SEPARATE CONTRACTS: The Owner reserves the right to let other contracts in connection with this Project. The 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 his work with theirs. If the proper execution or results of any part of the Contractor's work depends upon the work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. The Owner may perform additional work related to the Project by himself or he may let other contracts containing provisions similar to these. The Contractor will afford the other Contractors who are parties to such contracts (or the Owner, if he is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of the work and shall properly connect and coordinate his work with theirs. If the performance of additional work by other Contractors or the Owner is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional work. . If the Contractor believes that the performance of such additional work by the Owner or others involves him in additional expense or entitles him to an extension of the contract time, he may make a claim therefor as provided in Sections GC-13 and GC- 14. GC-19 I I I I I I I I I I I I I I I I I I I GC-26. GC-27. .1. GC-28. SUBCONTRACTING: 1. The Contractor may utilize the services of specialty Subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty Subcontractors. 2. The Contractor shall not award work to Subcontractor(s), in excess of fifty (50%) percent of the Contract Price, without prior written approval of the Owner. 3. The Contractor shall be fully responsible to the Owner for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of person directly employed by him. 4. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind the Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. 5. Nothing contained in this Contract shall create any c.ontractual relation between any Subcontractor and the Owner. ENGINEER'S AUTHORITy: .The Engineer shall act as the Owner's representative during the construction period. . He shall decide questions which may arise as to quality and acceptability of materials furnished and work performed. He shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the work is proceeding in accordance with the Contract Documents. 2. The 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. Inspections may be made at the factory or fabrication plant or the source of material supply. 3. The Engineer will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety. 4. The Engineer shall promptly make decisions relative to interpretation of the Contract Documents. LAND AND RIGHTS-OF-WAY: 1. The Owner will furnish all land and rights-of-way necessary for carrying out and for the completion of the work to be performed pursuant to the Contract Documents. If all land and rights-of-way are not obtained prior to the issuing of the Notice to GC-20 I I I I I I I I I I 1m... I I I I I I I I GC-29. GC-30. GC-31. GC-32. Proceed, the Contractor shall begin work upon lands and rights-of-way that have been acquired. 2. The Owner shall provide to the Contractor information which delineates and describes the lands owned and rights-of-way acquired. 3. The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. GUARANTEE: 1, The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (I) year from the date of substantial completion. The Contractor warrants and guarantees for a period of one (I) year from the date of substantial completion. of the system that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments or other work that may be necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect though the guarantee period. TAXES: 1. The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. WORK ADJACENT TO RAIL WAY OR OTHER PROPERTY: 1. Whenever the work embraced in this Contract is near the tracks, structures or buildings of the Owner or of other railways, persons, or property, the work shall be so conducted as not to interfere with the movement of trains or other operations of the railway, or, if in any case such interference be necessary, the Contractor shall not proceed until he has first obtained specific authority and directions therefor from the proper designated officer of the Owner and has the approval of the Engineer. ORDER AND DISCIPLINE: 1. The Contractor shall at all times enforce strict discipline and good order among his employees and any employee of the Contractor who shall appear to be incompetent, disorderly or intemperate or in any other way disqualified for or unfaithful to the work entrusted to him, shall be discharged immediately on the request of the GC-2l I I I I I I I I I I I I I I I I I I I GC-33. GC-34. GC-35. GC-36. GC-37. Engineer and he shall not again be employed on the work with the Engineer's written consent. WARNING DEVIClES AND SIGNS: 1. The Contractor shall fuinish, erect, paint and maintain warning devices when construction is on or near public streets for the protection of vehicular and pedestrian traffic. Such devices will be in accordance with the Georgia Manual on Uniform Traffic Control Devices for Street and Highways, "Traffic Control for Highway Construction and Maintenance Operations," latest edition. 2. A 20" x 30" sign, mounted on a solid post, 8 feet above the ground, indicating the name and a 24-hour phone number of the Contractor in 4" letters, shall be erected at prominent locations on the construction site as directed by the Engineer. The Contractor may remove the sign following the maintenance period. SPECIAL RESTRICTIONS: 1. No work shall be allowed after the hours of darkness or on Sunday without permission of the Owner. 2. If Contractor wishes to work before 8 a.m. or after 5 p.m. Monday through Friday, on weekends, or Augusta, Georgia legal holidays refer to Special Condition SC-25. AS-BUILT DRAWINGS: 1. The Contractor shall furnish to the Engineer three (3) sets of marked up drawings for an "As-built" record showing all deviations from the Contract Drawings. The marked up sets shall include actual dimensions from permanent markers accurately locating all underground piping. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER: 1. The Contractor shall not employ or hire any of the employees of the Owner. DRAWINGS: The Owner will furnish to the Contractor, free of charge, up to five (5) sets of direct black line prints together. with a like number of complete bound specifications for construction purposes. Location of all features of the work included in the Contract are indicated on the Contract Drawings. The following drawings comprise the plans for the Contract: Note: The Contract Drawings are listed under Special Condition SC-02., LIST OF DRA WINGS:. GC-22 I I I I I I I I I I I I I I I I I I II GC-38. FIELD OFFICE FACILITIES: The Contractor shall provide, at a point convenient to the work, suitable office facilities for housing records, plans and contract documents. A telephone shall be provided at the Contractor's office for expediting the work and be made available for the use of the Engineer. A complete and up-to-date set of the plans and specifications shall be available at the field office at all times that the work is in progress. GC-39. RIGHTS-OF-WAY: The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all land and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of~way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be ~xtended to compensate for the ti~e lost by such delay; such determination to be set forth in writing and approved by the Owner. GC-40. ESTIMATE OF QUANTITIES: The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. GC-41. EXISTING STRUCTURES AND UTILITIES: The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the Contractor before starting work. The Contractor shall be held responsible for any damage to and for maintenance and protection of existing utilities and structures. GC-42. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major . elements of equipment, material and labor comprising the total work included under any of the lump GC-23 I I I I I I I I I I I I -I I I I I I I sum items shown in the proposal. These estimates as approved will serve as the basis for estimating of payments due on all progress estimates. GC-43. PRIOR USE BY OWNER: . Prior to completion of the work, the Owner may take over the operation and/or use of the incompleted project or portions thereof. Such prior use of the facilities by the Owner shall not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the Contract Documents. GC-44. CLEANING UP: . The Contractor shall keep the premises free from the accumulation of waste material and rubbish and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Engineer. GC-45. MAINTENANCE OF TRAFFIC: In any work within the public right-of-way, the Contractor shall provide adequate. warning and protection for pedestrian and vehicular traffic from any hazard arising out of the Contractor's operations and will be held responsible for any damage caused by negligence on his part or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes; sidewalks and driveways Will be kept open and clear at all times except as provided below. The Contractor shall not block traffic on any street more than 30 minutes or without written permission from such agency. Before leaving the work each .I.light, it shall be placed in such condition as to cause the least possible hazard therefrom. Should the Contractor fail to comply with the provisions of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and/or passageways or clear the pavement and deduct the cost thereof from sums due to the Contractor. . GC-46. MAINTENANCE OF ACCESS: The Contractor will be required t~ maintain access to business establishments during all time they are open for business, to churches, schools and other institutions during the time they are open and to all residential and other occupied buildings or facilities at all times. Bridges across open trenches and work areas will be required to provide vehicular and pedestrian access. Bridges with handrail protection will be required for crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The Contractor shall, however, plan and pursue his operations so as to minimize the time that direct entrance is blocked. GC-47. EROSION CONTROL AND RESTORATION OF PROPERTY: The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than GC-24 I I I I I I I I I I I I I I I I I I I the original condition. The Contractor will be required to submit a Soil Erosion and Sedimentation Control plan that is in compliance with the work site erosion control plan, per the Georgia Department of Transportation. GC-48. BYPASSING SEWAGE: The Contractor will be required to schedule and coordinate construction sequences and to use temporary construction and other approved methods which will minimize the bypassing of sewage during construction of the sewer facilities. The diversion of sewerage to open ditches or streams will not be permitted. GC-49; SAFETY AND HEALTH REGULATIONS: The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31- 596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL9l-54). GC-50. PRECONSTRUCTION CONFERENCE: A preconstruction conference shall be held afan acceptable time to the Owner and the Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements of the Contract Documents. GC-51. TIME AND MATERIAL HOURLY RATE: The Contractor is to submit with their bid a schedule of rates for any work that is to be completed outside of the scope of the contract on a time and material basis. The.schedule of rates shall include all man-hours and equipment rates. These rates will be used in the case of an . unforseen delay or, if there is a design conflict with the project. If the conflict is deemed large enough by the involved parties, a Request for Quotation will be generated. GC-52. AUGUSTA-RICHMOND COUNTY RIGHT-OF-WAY: The Contractor is to take special note of the Augusta-Richmond County Planning Commission Development Documents, Section 15, dated September, 1999, prior to any construction within the limits ofthe Augusta-Richmond County Public Right-of-way. Section 15 is the Right-of- way Encroachment Guidelines for Augusta-Richmond County, Georgia. A copy of the development documents can be picked up from the Augusta-Richmond County Planning and Zoning Department located at 525 Telfair Street; Augusta, Georgia 30909. GC-25 I I I I I I I I I I I I I I I I I I I SECTION SC-O INDEX TO SPECIAL CONDITIONS SECTION TITLE SC-O 1. SC-02. SC-03. SC-04. SC-05. SC-06. SC-07. SC-08. SC-09. SC-lO. SC-ll. SC-12. SC-13. SC-14. SC-15. SC-16. SC-17 . SC-18. SC-19. SC-20. SC-21. SC-22. SC-23. SC-24. SC-25 SC-26 Scope List of Drawings Bonds Project Sign Protection of the Environment Temporary Toilets Plans and Specifications Furnished Record Drawings Shop Drawings Existing Structures Salvage Material Referenced Specifications Traffic Control Surveys Construction Order and Schedule Consulting Engineers Inspection and Testing of Work Site Access Tree Save Georgia Prompt Pay Act Disputes Interest Not Earned on Retainage Equivalent Materials Old Tobacco Road After Hours Inspection Masters Golf Tournament SC-Q I I I I I I I I I I I I I I I I I I I SECTION SC-O SPECIAL CONDITIONS SC-Ol. SCOPE: The project referred to in the Agreement shall consist of furnishing all materials, labor, machinery, etc. necessary to install approximately 21,000 feet of 20 inch ductile iron water transmission main and related appurtenances. SC-02. LIST OF DRAWINGS: The following drawings, prepared by Cranston, Robertson & Whitehurst, P .C., Augusta, Georgia, comprise the plans for the project: SHEET DATE NO. TITLE ORIGINAL REVISED 1 Cover Sheet 10/12/99 2 Construction Notes 10/12/99 3 Plan and Profile - Sta. 2+00 to Sta. 12+00 10/12/99 4 Plan and Profile - Sta. 12+00 to Sta. 24+00 10/12/99 5 Plan and Profile - Sta. 24+00 to Sta. 39+50 10/12/99 6 Plan and Profile - Sta. 39+50 to Sta. 55+00 10/12/99 7 Plan and Profile - Sta. 55+00 to Sta. 70+50 10/12/99 8 Plan and Profile - Sta. 70+50 to Sta. 86+00 10/12/99 9 Plan and Profile - Sta. 86+00 to Sta. 100+50 10/12/99 10 Plan and Profile - Sta: 100+50 to Sta. 116+00 10/12/99 11 Plan and Profile - Sta. 116+00 to Sta. 124+00 10/12/99 12 Plan and Profile - Sta. 124+00 to Sta. 138+00 10/12/99 13 Plan and Profile - Sta. 138+00 to Sta. 145+00 10/12/99 14 Plan and Profile - Sta. 145+00 to Sta. 160+50 10/12/99 15 Plan and Profile - Sta. 160+50 to Sta. 176+00 10/12/99 16 Plan and Profile - Sta. 176+00 to Sta. 191+00 10/12/99 17 Plan and Profile - Sta. 191+00 to Sta. 196+00 10/12/99 SC-l 1 I SHEET NO. I 18 I 19 20 I 21 22 I I I I I I I I I I I I I I TITLE DATE ORIGINAL REVISED Plan and Profile - Sta. 196+00 to Tank Site Profile, Survey Data and Paving Details Water Main Details Traffic Control Details & Notes Soil Erosion and Sediment Control Details 10/12/99 10/12/99 10/12/99 10/12/99 10/12/99 SC-2 I I I I I I I I" I I I I I I I I I I I SC-03. . BONDS: The Contractor will include in the lump sum payment for mobilization the cost of his performance and payment bonds. SC-04. PROJECT SIGN: The Contractor will install two (2) project signs provided by the Owner at prominent locations on the construction site as directed by the Engineer. The signs will carry in a prominent manner the names of the project, the Owner, and the names of the Contractor and the Engineer and a 24-hour phone number for the Contractor in 4 inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 8 feet above the ground. The full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project signs in the lump sum bid item for Mobilization. SC-05. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material into the stream beds of water courses adjacent to the project. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed instructions. SC-06. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. W orknien shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. SC-07. PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct black line prints together with a like number of complete bound specifications for construction purposes. Additional sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written request. SC-3 I I '1 I I I I I I I I I. I I I I I I I SC-08. RECORD DRAWINGS: The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction. Satisfactory progress toward the preparation of the record drawings shall be a condition of approval of monthly payment estimates. At the completion of construction, prior to submitting his estimate for final payment. and as a condition for payment thereof. three copies of the record drawings, satisfactorily completed, will be transmitted to the Engineer. SC-09. SHOP DRAWINGS: The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel details, and other descriptive data on every item, where required on the drawings or herein. The Contractor shall check all submittals and so indicate on each copy thereof. Five copies of such shop drawings shall be submitted to the Engineer before ordering of the material. Submittals which have not been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of submittals will cover only general conformity with the project requirements, while responsibility for detailed conformity shall remain with the Contractor. The Contractor will be notified by mail of the results of the submittal reviews' within ten (10) days of the receipt by the Engineer thereof. SC-lO. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, etc, are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. SC-ll. SALVAGE MATERIAL: All existing installations to be removed, including but not limited to masonry and concrete rubble, asphalt, pipe, etc. will be disposed of at an approved location by the Contractor. SC-12: REFERENCED SPECIFICATIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part of these specifications as if the SC-4 I I I I I I I I I I I I I I I I I I I entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. SC-13. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall give prior written notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street closures. SC-14. SURVEYS: The Engineer has established base lines for locating the principal component parts of the work, together with a suitable number of bench marks adjacent to the work. From the information thus provided, the Contractor shall develop and make all detail surveys needed for construction lines and elevations. The Contractor shall employ only Registered Land Surveyors or Re~stered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all. stakes, . reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. SC-15. CONSTRUCTION ORDER AND SCHEDULE: 1. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the general guidelines specified for maintenance and protection of highway and pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified. 2. After notice to proceed and prior to the first payment on the contract the Contractor. shall submit the following for review: A. Breakdown of contract price into units of cost for each item required to complete the total, work; this breakdown will be the basis for judging the percentage complete at any time. B. A statement of the order of procedure to be followed that will result in the required protectio.n and completion of the work within the overall contract time. C. A bar chart showing the percentage of each item schedules against time and so scheduled that Contractor's order. of construction is clearly shown. SC-5 I I I I I I I I I I I I I I I I I I I 3. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked to show the work completed at the date of the payment requested. 4. Progress Schedule Requirements A. Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate stage of Work as specified and shown, to include at least: 1. Identification and listing in chronological order of those activities reasonably required to complete work, including, but not limited to, subcontract work, major equipment design, factory testing, and delivery dates, move-in and other preliminary activities, testing and startup activities, Project close out and cleanup and specified work sequences, constraints, and milestones, including Substantial Completion date(s). Listings to be identified by Specification section number. 2. Identify: (i) horizontal time frame by year, month, and week, (ii) duration, early-start, and completion of each activity and sub-activity and (iii) critical activities and Project float. 3. Provide sub-schedules to further defme critical portions of the work. 4. Monthly schedule submissions: show overall percent complete, projected and actual, and completion progress by listed activity and sub-activity . 5. Identify the critical path on the schedule. B. General: 1. Schedule(s) shall reflect work logic sequences, restraints, delivery windows, review times, contract times and milestones set forth in the Agreement, and shall begin with the date of Notice to Proceed and conclude with the date of Final Completion. 2. The schedule requirement herein is the mmlmum required. Contractor may prepare a more sophisticated schedule if such will aid Contractor in execution and timely completion of work. 3. Base schedule on standard 5-day work week. SC-6 I I I I I I I I I I I I I I I I I I I 4. When bar chart or network analysis schedules are specified, use Primavera Project Planner (P3), SureTrak latest version or a compatible and approved software. 5. Adjust or confirm schedules on a monthly basis as follows: Contractor shall submit to Engineer for acceptance proposed adjustments in the progress schedule that will not changethe contract times (or milestones). Such adjustments will conform generally to the progress schedule then if effect and additionallywill comply with any provisions of the General Requirements applicable thereto. Proposed adjustments in the progress schedule that will change the contract times(or milestones) may only be made by a Change Order. Use of float suppression techniques such as preferential sequencing or logic, special lead/lag logic restraints, and extended activity times are prohibited, and use of float time disclosed or implied by u~e of alternate float-suppression techniques shall be shared to proportionate benefits of Owner and Contractor. Pursuant to above float-sharing requirement, no time extensions will be granted nor delay damages paid until a delay occurs which (i) impacts project's critical path, (ii) consumes available float or contingency time, and (iii) extends work beyond contract completion date. SC-16. CONSULTING ENGINEERS: The Owner has engaged consulting engineers to assist the Director of Utilities, defined herein as the Engineer, by pr~paring plans and specifications for the work and by providing certain services during the bidding and construction phases of the project. The consulting engineer, Cranston, Robertson & Whitehurst, P.C. are authorized to represent the Director of Utilities within the limits of the various duties delegated and assigned to the firm by the Director. Nevertheless the Director of Utilities remains the final authority hereunder and is the "Engineer" as used throughout the Contract Documents. The Program Manager for the project is CH2M. HilI, 2822 Central Avenue, Augusta, GA 30909. The Program Manager's representative on the site will serve as the Resident Project Representative (RPR) for the project. The presence or duties of Program Manager's personnel at the construction site, whether as on site representatives or otherwise, do not make Program Manager or Program Manager's personnel in any way responsible for those duties that belong to Owner and/or the C.ontractor or other entities, and do not relieve the Contractor or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the SC-7 I I I I I I I I I I I I I I I I I I I construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. Program Manager and Program Manager's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the Contractor( s) or other entity or any other persons at the site except Program Manager's own personnel. The presence of Program Manager's personnel at the construction site is for the purpose of providing to Owner a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Program Manager neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this Agreement only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers or materials incorporated into the construction work. SC-17. INSPECTION AND TESTING OF WORK: The Owner shall provide sufficient competent engineering personnel for the technical observation and testing of the work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not conform fully to the requirements of the contract and they shall give. no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for any other purpose requiring discharge of their duties for which service no additional allowance shall be made. The inspector shall, at all times, have full permission to take samples of the materials that mayor may not be used in the work. Any inspection provided by "the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. SC-8 I I I I I I I I I I I I I I I I I I I If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, ofthe date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer, and, ifso ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of re-examination and replacement. If such work is not in accordance with the Contract Documents, the Contractor shall pay such cost. The Owner will employ a qualified materials testing laboratory, hereinafter referred to as the Laboratory, to monitor more fully on the Owner's behalf the quality of materials and work, and to perform such tests as may be required under the Contract Documents as conditions for . acceptance of materials and work. The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of the Laboratory will be coordinated by the Engineer through his duly authorized inspector. The Owner will bear the cost oftesting a particular material or area of the work once. Where retesting is required following corrective measures or under other circumstances, the Contractor shall reimburse the Owner for the cost of additional testing. SC-18. SITE ACCESS: In order to minimize damage to existing paving, and landscaping, access to the site for the Contractor's personnel and equipment will be restricted to the routes designated by the Owner. The Contractor will be required to use only these routes unless prior written approval is given by the Owner. SC-19. TREE SAVE: Prior to beginning grading operations, the Contractor is to notify the Owner and the Engineer so that those trees which are to be saved can be marked in the field. Once these trees are marked, the Contractor shall take every precaution, including tree protection fence, to save these trees. SC-20. GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision ofthis Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. SC-9 I I I I I I I I I I I I I I I I I I I SC-21. DISPUTES: All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The .Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. SC-22. INTEREST NOT EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary, the parties agree that no int~rest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. SC-23. EQUIVALENT MATERIALS: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. SC-24. OLD TOBACCO ROAD: A. All work shall take place during off-peak traffic hours. B. The Contractor shall coordinate the lane closure on Old Tobacco Road with Augusta-Richmond County Traffic Engineering Department. The Contractor must contact the Augusta- Richmond County Traffic Engineering Department well enough in advance of doing the work so that the Augusta-Richmond County Traffic Engineering Department has ample time to advertise the construction and the partial closure. c. The saw-cutting of the existing asphalt and the pavement repair of Old Tobacco Road shall be cooqlinated with Augusta-Richmond County Public Works and Engineering Department. D. The Contractor is to submit to the Engineer, prior to doing any construction, a plan which outlines the precaution that will be taken to allow emergency vehicles to enter Old U.S. Highway I at the intersection with Old Tobacco Road. E. The Contractor is to saw cut a trench wider than 6 feet so that a graded aggregate base may be used rather than a concrete cap. Contractor is to bring graded aggregate base up to two inches below grade of existing asphalt and fill the remaining void with two inches of asphalt. The Contractor must overlay the entire lane width for the length of the saw cut in the road with I 1/2 inches of Type E Asphalt. SC-lO I I I I I I I I I I I I I I I I I I I F. Material removed from roadbed shall be placed in trucks and hauled off to temporary location until trench is ready to be backfilled. Select fill may be required in trench under road if existing soil is deemed unsuitable. G. Contractor is to take extreme caution in having underground utilities located in this area. H. Contractor is to use proper traffic control devices in accordance with the Manual on Uniform Traffic Control Devices (M.U.T.C.D.), latest edition. 1. Contractor is to use certified flaggers to route traffic as required under the Augusta- Richmond County Public Works and Engineering Code. SC-25. AFTER HOURS INSPECTION: Ifthe Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right-of-way Encroachment Guidelines, Part E, Outside of Normal Working Hours," ofthe Augusta-Richmond County Planning Commission Development Documents dated September, 1999. If inspectors of Augusta-Richmond County are needed to work outside normal business hours, Augusta-Richmond County needs to be notified in advance. SC-26. MASTERS GOLF TOURNAMENT: . AnY work p1anneci to be accomplished during 01: directly before the Masters Golf Tournament must be submitted and approved in writing by the Owner. Consideration will be given only for contract time extensions as a result of delays in accomplishing the work. No consideration will be given for claims for damages. SC-ll I I I I I I I I I I I I I I I I I I I SECTION TS-O INDEX TO TECHNICAL SPECIFICATIONS SECTION TITLE NO. OF PAGES TS-l Clearing and Grubbing 2 TS-2 Grading 5 TS-3 Bituminous Paving 3 TS-4 Crusher Run Stone Base 1 TS-5 Graded Aggregate Base I TS-6 Concrete Pavement 11 TS-7 Concrete Construction 3 TS-S Curbs and Gutters 5 TS-9 Excavating, Trenching and Backfilling for Pipe Lines 5 TS-IO Excavating and Backfilling for Structures 4 TS-ll Storm Sewer Sys~em 4 TS-12 Sanitary Sewer System 10 TS-13 Water Transmission Main 7 TS-14 Water Distribution System 9 TS-15 Grassing 4 ) TS-16 Erosion Control Measures 3 TS-17 Shoring and Sheeting 2 TS-O-l I I I I I I I I I I I I I I I I I I I -01. SECTION TS-l CLEARING AND GRUBBING SCOPE: Clearing and grubbing shall consist of the removal and disposal of all trees, brush, stumps, logs, grass, weeds, roots, decayed vegetable matter, posts, fences, stubs, rubbish and all other objectionable matter resting on or protruding through the original ground surface and occurring within the construction limits or rights-of-way of any excavation, borrow area, or embankment. Contractor shall review and make note of any special conditions included in the easement agreements prior to clearing and grubbing activities. -02. CONSTRUCTION METHODS: 1. CLEARING: Clearing shall consist of the felling and cutting up, or the trimming of trees, and the satisfactory disposal of the trees and other vegetation together with the down timber, snags, brush and rubbish occurring within the areas to be cleared. Trees and other vegetation, except such individual trees, groups of trees, and vegetation, as may be indicated on the drawings to be left standing, and all stumps, roots and brush in the areas to be .cleared shall be cut off one foot above the original ground surface. Individual trees and groups of trees designated to be left standing within cleared areas shall be trimmed of all branches to such heights and in such manner as may be necessary to prevent interference with the construction operations. All limbs and branches required to be trimmed shall be neatly cut close to the whole of the tree or to main branches, and the cuts thus made shall be painted with an approved tree wound paint. Individual trees, groups of trees, and other vegetation, to be left standing, shall be thoroughly protected by barriers or by such other means as the circumstances require. Clearing operations shall be conducted so as to prevent damage by falling trees to trees left standing, to existing structures and installations, and to those under construction, and so as to provide for the safety of employees and others. 2. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots and matted roots from the site as indicated on the drawings. In foundation areas, stumps, roots, logs or other timber, matted roots, and other debris not suitable for foundation purposes shall be excavated to a depth of not less than 18 inches below any subgrade, shoulder or slope. All depressions excavated below the original ground surface for or by the- removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface conform to the surrounding ground surface. F:\AA.cOIlAESPONDENCc,'999'992JHO us HWY I 20Upccs'TS'l92H-JO.~pd TS-l-I I I I I I I I I I I I- I I I I I I I I -03. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to clearing and grubbing shall become the property of the Contractor and may be sold by him, provided such disposal is otherwise in accordance with these specifications. All incombustible matter removed shall be hauled away and deposited at locations approved by the Engineer. Combustible matter may be burned or may be disposed of as stated above. Burning shall be done at such time and such manner as to prevent fire from spreading and to prevent any damage to adjacent cover and shall further be subject to all requirements of State and Federal Governments pertaining to the burning. No burning will be allowed on the site unless all fires are kept under constant attendance by persons having equipment necessary to prevent the spreading of fire. Such equipment shall include, at the minimum, a bulldozer or front end loader, and an approved pump and hose connected to an acceptable source of water. Disposal by burning shall be kept under constant attendance until all fires have burned out or have been extinguished. -04. MEASUREMENT AND PAYMENT: Payment shall be made according to the unit price as shown in the bid schedule for Clearing and Grubbing. F:IAA.cOIlRESPONDENCE\I99919923UO us HWY I 201>p<aITS992J4-)O.wpd TS-I-2 I I I I I I I I I I I o I I I I I I I SECTION TS-2 GRADING -01. SCOPE: This section covers grading for the roadways, parking areas, drives and/or walks, including all excavations, formation of embankments, preparation of subgradeJor pavements and finishing and dressing of graded earth areas, shoulders, and ditches. Work in connection with excavation, trenching, and backfilling for utility lines is specified under the section entitled "Excavating, Trenching and Backfilling for Pipe Lines." -02. CONSERVATION OF TOPSOIL: Except where otherwise noted on the plans, topsoil shall be removed without contamination with subsoils and spread on areas already graded and prepared for topsoil, or shall be transported and deposited in storage piles convenient to areas that are to receive application of topsoil later, or at locations indicated. Topsoil shall be stripped to a depth of 3.to 6 inches and, when stored, shall be kept separate from other excavated materials and piled free of roots, stones, and other undesirable materials. -03. EXCAVATION: The term "excavation" used hereinafter is defmed as "unclassified excavation." Excavation of every description regardless of material encountered within the grading limits of the project, shall be performed to the lines and grades indicated. Suitable excavated material shall be transported to and placed in fill areas within the limits of the work. When directed, unsuitable material encountered within the limits of the work shall be excavated below the grade shown and replaced with suitable material. Materials considered unsuitable are those conforming to Classes PT, OR" CH, MH, OL, CL, or ML as described under the Unified Soil Classification System. Rock encountered in the grading process that is not gradable using conventional equipment (including rippers) shall be blasted. Blasted rock shall be field measured and payment will be in accordance with the per unit price shown in the Bid Schedule. Such material removed and the select material ordered as replacement shall be included in excavation. Unsuitable and surplus excavation material not required for fill shall be disposed of in designated waste or spoil areas. During construction, excavation and filling shall be performed in a manner and sequence that will provide drainage at all times. Material required for fills in excess of that produced by excavation within the grading limits shall be excavated from the borrow areas indicated or from other approved areas selected by the Contractor, as specified herein. -04. SELECTION OF BORROW MATERIAL: 1. GENERAL: Borrow material shall be selected to meet the requirements and conditions of the particular fill for which it is to be used. The material shall consist of sandy soils or sand-clay soils capable of being readily shaped and compacted to F:\AA-CORRESPONDENCh'\I999\992J4.JO us HWY I 20\SPCCS\TS99234-JO.~pd TS-2-1 I I I I I I I I R I I I I I I I I I I the required densities and shall be free of roots, trash and any other deleterious material. Any necessary clearing, grubbing, disposal of debris and satisfactory trimming and drainage of the borrow areas shall be considered incidental to operations of the borrow excavation and shall be performed by the Contractor at no additional cost to the Owner. Unless specifically provided, no borrow shall be obtained within the limits of the project site without written approval. 2. BORROW AREA(S): Borrow material shall be furnished by the Contractor from private sources selected by the Contractor and shall consist of a suitable material of the type mentioned above. The Contractor shall obtain from the Owners the right to procure material, shall pay all royalties and other charges involved, and shall bear all the expenses of developing the sources, including rights-of-way for hauling. -05. EXCAVATION OF DITCHES AND GUTTERS: Ditches and gutters shall be cut accurately to the cross-sections and grades indicated by the drawings. All roots, stumps, and other foreign matter in the sides and bottom of ditches and gutters shall be cut one foot below [mish grade. Care shall be taken not to over-excavate ditches and gutters below the grades indicated. Any excessive ditch and gutter excavation due to removal of roots, stumps, etc., or due to over-excavation shall be backfilled to grade either with suitable material, thoroughly compacted, or with suitable stone or cobble to form an adequate gutter paving, as directed. The Contractor shall maintain all ditches and gutters excavated under this specification free from detrimental quantities ofleaves, sticks, and other debris until final acceptance of the work. Suitable earth material excavated from ditches and channel changes shall be placed in embankments. _ -Excavated material shall not be deposited within a distance from.the edge of any excavation ofless than 1 ~ times the depth of the excavation. When storm drain pipe terminates in a new ditch, the headwall or end section together with ditch pavement shall be constructed immediately as called for on the plans. Ditch slopes and disturbed earth areas shall be grassed as required under the section entitled "Grassing." The Contractor shall be responsible for maintaining these newly constructed ditches and take immediate action subject to approval to keep erosion of the ditch bottom and slopes to a minimum during the life of the contract. No additional compensation will be given to the Contractor for the required maintenance. -06. PROTECTION OF EXISTING SERVICE LINES AND UTILITIES STRUCTURES: The existing utilities shown on the plans are not guaranteed in plan or profile and it shall be the responsibility of the contractor to have these lines located and potholed, if necessary, to avoid any conflict or possible damage to the line. Existing utilities as well as utility lines constructed during excavation operations, shall be protected from damage during excavation and backfilling, and if damaged, shall be repaired by the Contractor at his expense. In the event that the Contractor damages any existing utility lines, report thereof shall be made immediately to the Engineer. If determined that repairs are to be made by the Contractor, such repairs will be ordered under the clause of the GENERAL CONDITIONS of the Contract entitled Changes. F:\AA-CORR.ESPONDENCE\I999\99234.JO us HWY I 20\spoa\TS992J4.JO.wpd TS-2-2 I I I I I I I I I I I I I I I I I I I -07. BACKFILL ADJACENT TO STRUCTURES: Backfill adjacent to structures shall be. placed and compacted uniformly in such manner as to prevent wedging action or eccentric loading upon or against the structures. Slopes bounding or within areas to be backfilled shall be stepped or serrated to prevent sliding of the fill. During backfilling operations and in formation of the embankments, equipment that will overload the structure in passing over and compacting these fills shall not be used. . Backfill for storm drains and subdrains, including the bedding, shall conform to the additional requirements as specified. -08. PREP ARA TION OF GROUND SURFACE FOR FILL: All vegetation, such as roots, brush, heavy sods, heavy growth of grass, and all decayed vegetable matter, rubbish and other unsuitable material within the area upon which fill is to be placed shall be stripped or otherwise removed before the fill is started. In no case will unsuitable material remain in or under the fill area. Sloped ground surfaces steeper than 1 vertical to 4 horizontal on which fill is to be place shall be plowed, stepped or benched, or broken up as directed, in such manner that the fill material will bond with the existing surface. Prepared surfaces on which compacted fill is to be placed shall be wetted or dried as may be required to obtain the compaction specified. -09. FILL: Fills and embankments shall be constructed at the locations and to lines and grades indicated. The completed fill shall correspond to the shape of the typical section indicated or shall . .meet.the requirements of the particular case. Suitable material removed from the excavation shall be used in forming the fill. Fill material shall be reasonably free from roots, oth~ organic material and trash, and from stones larger than 6 inches. No frozen material will be permitted in the fill. Stones larger than 4 inches shall not be permitted in the upper 6 inches of fill or embankment. The material shall be placed in successive horizontal layers of 8 inches to 12 inches in loose depth for the full width of the cross section and' shall be compacted as required. -010. COMPACTION: 1. OVERALL OR OVERLOT AREAS: Each layer of the fill or embankment, except in areas indicated as not requiring compaction, shall be compacted by rolling with an approved tamping roller, heavy rubber-tired roller, three steel wheeled power roller, vibratory roller or other compaction equipment, whichever is best suited for the types of soil encountered to at least 95 percent of maximum density plus or minus I 1/2% of optimum moisture content. 2. FIELD CONTROL: In all fill areas field density tests will be performed in sufficient number (minimum of one test on each alternate lift or as recommended by the Engineer) to insure that the specified density is being obtained. These tests will be made at the expense of the Contractor and will be in accordance with AASHTO Standard T-147. f:IAA-CORJ<ESPO~'DENCh"999\"2J4.JO us HWY I 201>pca\TS"2J4-JO.~pd TS-2-3 I I I I I I I I I I I-- I I I I I I I I -011. FINISHED EXCAVATION. FILLS. AND EMBANKMENTS: All areas covered by the project, including excavated and filled sections and adjacent transition areas, shall be uniformly smooth graded. The finished surface shall be reasonably smooth, compacted, and free from irregular surface changes. The degree of finish shall be that ordinarily obtainable from either bladegrader or scraper operations, supplemented with hand raking and finishing, except as otherwise specified. -The finishedsurface shall be not more than 0.10 foot above or below the established grade or approved cross section. Ditches and gutters shall be finished so as to permit adequate drainage. The surface of areas to be grassed shall be finished to smoothness suitable for the application of grassing materials. The surface of embankments or excavated areas for road construction or other areas to be paved on which a base course or pavement is to be placed shall not vary more than 0.05 foot from the established grade and approved cross section. In areas where the bulking of soil as a result of grassing operations will tend to retard surface drainage along the edge of pavements, the finished grades shall be left 0,1 foot below grade prior to grassing. -012. DISPOSAL OF WASTE MATERIAL: All vegetation, roots, brush, sod, broken pavements, curbs and gutter, rubbish, and other unsuitable or surplus material stripped or removed from the limits of construction shall be disposed of off the site, except where otherwise approved in writing by the Engineer. The material shall be dumped, spread, and leveled to drain. Surplus excavation shall be hauled to, compacted in accordance with overall and overlot areas, and sloped to drain in the disposal area where directed. . The unsuitable material shall be leveled to drain and firmed under the normal operation of spreading _ --and hauling-equipment. Any trees, stumps, brush, down timber, etc. in the area to be used for disposal shall be cleared by cutting (to within six (6) inches of the ground) and shall be disposed of by burning, removal from the property or a combination of both. Clearing and disposal of trees, stumps, etc. shall comply with the applicable portions of the clearing and grubbing specifications. -013. PLACEMENT OF TOPSOIL:. Topsoil shall be placed on all shoulders, siopes, ditches, and other earth areas graded under this contract, excluding borrow areas, unless otherwise specified on the plans. Topsoil shall be uniformly placed on these areas to a compacted depth of not less than three (3) inches or more than four (4) inches. The material shall be free from clods of soil, matted roots, roots grater than Y2 inch in diameter, and any other objectionable material which might hinder subsequent grassing and mowing operations. The material shall be placed, leveled, and lightly compacted with at least one pass of a cultipacker or light pneumatic-tired roller, to required cross sections, but shall be left one-tenth (0.10) of a foot below the finished earth grade. -014. PROTECTION: Newly graded areas shall be protected from traffic and from erosion, and any settlement or washing away that may occur from any cause, prior to acceptance, shall be repaired F:\AA-CORRESPONOENCI::.\I999\992J4.JO us HWY I 20\specs\TS~2J4.30.....'Pd TS-2-4 I I I I I I I I I I D I I I I I I I I and grades re-established to the required elevations and slopes, at no additional expense to the Owner. -015. MEASUREMENT AND PAYMENT: No separate payment will be made for the work covered in this section. F:IAA-CORRESPONDENCElI'l99\992J4.30 us HWY I 201Jpccs\TS992J"JO.~ TS-2-5 I I I I I I I I I I I I I I I I I I I SECTION TS-3 BITUMINOUS PAVING -01. SCOPE: This section covers the construction of pavement for all roads and parking areas, complete. -02. GENERAL: Construction of the subgrade, base course and paving of the roadways and parking areas shall be undertaken immediately after completion of all storm drain lines and structures, all curbs and gutters, all yard piping, conduits and other facilities passing beneath paved areas, and all structural slabs and foundations required within or adjacent to the paved areas. -03. SEASONAL LIMITATIONS: . No bituminous mixtures shall be applied for surface treatment between October 21 st and April 10th, except as directed by the Engineer. -04. WEATHER LIMITATIONS: Bituminous mixtures shall not be produced or placed during rainy weather, when the sub grade or base course is frozen or shows any evidence of excess' moisture nor when the moisture on the surface to be paved would prevent proper bond nor when the air temperature is less than 45 degrees F. in the shade away from artificial heat. -05. APPLICABLE SPECIFICATIONS: All work and materials required under this section ofthe specifications shall conform to the applicable sections of the Standard Specifications of the Georgia Department of Transportation, latest edition. -06. SUBGRADE/BASE: The sub grade and base shall be prepared as specified under the applicable sections of the above specifications covering subgrade and base preparation, including but not limited to Section 209 and Section 310. -07. CURBS AND GUTTERS: After the sub grade has been compacted and approved by the Engineer, curbs and gutters shall be placed where shown on the plans and constructed in accordance with the requirements of the section, CURBS AND QUTTERS, CONCRETE. F:\AA.coRRESPONDENCEII 999\99234JO us HWY I 201specsITS99234-30.wpd TS-3-l I I I I I I I I o I I I I I I I I I I -08. PRIMlE COAT: A prime coat of 0.3 to 0.8 gallons per square yard of medium curing cut-back asphalt (RC-250 or emulsion grades RS-2 or SS-l) shall be applied with a pressure distributor at a temperature between 80 degrees F. and 140 degrees F. The prime coat shall be applied to the previously prepared base course when the atmospheric temperature is above 50 degrees F. -09. SURFACE COURSE: 1. ASPHAL T CONCRETE: The asphalt concrete mixture shall conform to the Georgia Department of Transportation, Standard Specifications for Highway Construction, for Type E asphalt concrete. The job mix shall be approved by the engineer and no material shall be used until approved. 2. TRANSPORT A nON AND DELIVERY: The mixture shall be transported from the mixing plant to the point of use in approved vehicles. Loads shall not be of such size or weight as to interfere with the efficient operation of the spreader. Loads shall not be sent out so late in the day as to prevent the completion of spreading and compaction of the mixture during daylight, unless artificial light is provided. The mixture shall be delivered at a temperature between 225 degrees F. and 325 degrees F. and within 20 degrees F. of temperature set at the mixing plant. 3. SPREADING: Upon arrival at the point of dumping, the mixture shall be dumped into the hopper and spread by mechanical pavers, true to line, grade and cross section specified and to the loose depth that will secure a compacted thickness of 2 inches. The hot mixture shall be free from lumps and shall be spread while it is in a workable condition. After the mixture has been screeded and before roller compaction is started, the surface shall be checked, all fat spots and irregular areas removed and replaced with satisfactory material. All irregularities in alignment and grade along the outside edge shall also be corrected by the addition or removal of mixture before the edge is rolled. 4. COMPACTION: While the mixture is hot, it shall be compacted thoroughly and uniformly by rolling. The surface of the compacted mixture shall be smooth, and true to crown and grade. Any mixture that becomes loose or broken, mixed with dirt, or is in any way defective, shall be removed and replaced with fresh hot mixture which shall be immediately compacted to conform to the surrounding area. Any area showing an excess of bituminous materials shall be removed and replaced, and the edges shall be kept to a reasonable straight line and trimmed. The density after compaction shall be at least 98 percent of the laboratory- determined density. F:IAA-<:ORRESPONDENCElI999\992J4.JO us HWY I 201spe<>\TS992J4.JO.wpd TS-3-2 I I I I I I I I I D I I I I I I I I I 5. PROTECTION OF PAVEMENT: The newly ftnished pavement shall be protected from vehicular traffic of any kind until the pavement has cooled and hardened and in no case less than 6 hours. 6. TOLERANCE: The finished surface shall not vary more than ~ inch in 10 feet from the true profile and cross section. -010. TESTS: The above work will be subject to thickness and compaction tests as deemed necessary by the Engineer. Such tests will be at the expense of the Owner. -011. MEASUREMENT AND PAYMENT: Payment will be made at the unit prices for asphalt resurfacing and pavement repair shown in the bid schedule. Payment for Asphalt Overlay is to include paint striping and road markings. F:IAA-<:ORRESPONDENCEII 9991992l4.JO us HWY I 20\spa:s\TS9'l234-JO."!>d TS-3-3 I I I I I I I I I I o I I I I I I B I SECTION TS-4 CRUSHER RUN STONE BASE COURSE -01. SCOPE: This section covers a crusher run stone base course used for crusher run stone drives and parking areas, complete. -02. PREPARATION OF SUBGRADE: The subgrade to receive the crusher run stone base course shall be constructed in accordance with requirements of Section 209 of the Standard Specifications for the Construction of Roads and Bridges of the Georgia Department of Transportation, latest edition. -03. MATERIALS FOR BASE COURSE: Materials for the crusher run stone base course shall be in accordance with Section Sl5 of the Standard Specifications for the Construction of Roads and Bridges of the Georgia Department of Transportation, for Type A Aggregate. -04. APPLICATION OF BASE COURSE: The stabilized aggregate base course shall be applied in accordance with Section 310 of the Standard Specifications for the Construction of Roads and Bridges ofthe Georgia Department of Transportation, latest edition. -05. MEASUREMENT AND PAYMENT Payment will be made at the unit price for crusher run stone drives and parking areas shown in the bid schedule. F:\AA-CORRESPONDENCl::."\19lW\992).&.JO us HWY I 20\spccs\TS992).....)O.~ TS-4-1 I I I I I I I I I o I. I I I I I I I I SECTION TS-5 GRADED AGGREGATE BASE COURSE -06. SCOP.~: This section covers a graded aggregate base course to receive bituminous paving under another section, complete. -07. GENEIRAL SPECIFICATIONS: The graded aggregate base course shall conform to all applicable specifications of Section 300 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation, Latest Edition. -08. PREPARATION OF SUBGRADE: The sub grade to receive the graded aggregate base course shall be constructed in accordance with requirements of Section 209 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. -09. MATERIALS & CONSTRUCTION FOR BASE COURSE: Materials and construction for the graded aggregate base course shall be in accordance with Section 310 of the Standard Specifications for Roads and Bridges of the Georgia .State Department of Transportation. -010. PAYMENT: Payment for graded aggregate is included in the unit price amount for pavement repair and no separate payment will be made therefore. F:IAA-cORRESPONDENCElI999\992H.JO us HV/V 1201spa:s\TS992J4-JO.wpd TS-5-1 I I I I I I I I I I I I I I I I I I I SECTION TS-6 CONCRETE PAVEMENT -01. GENElRAL: This section covers the construction of concrete pavements and slabs on grade, either as a surface course o:r to receive a top course of brick or granite. The work shall consist of a pavement composed of Portland cement concrete constructed on a prepared sub grade in accordance with these specifications; The Contra~tor is to provide for the construction and completion in every detail of the work described. The Contractor shall furnish all labor, materials, equipment, tools, transportation and supplies required to complete the work in accordance with the plans, specifications, and tenns of the contract documents. Concrete pavement construction shall conform in all respects to this section of the specifications. -02. REFERENCES: The pu.blications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. 1. American Concrete Institute (ACI) A. ACI 301 Specifications for Structural Concrete for Buildings (1989) B. ACI 304 Guide for Measuring, Mixing, Transporting and Placing Concrete ( 1985) C. ACI 305R Hot Weather Concreting (1989) D. ACI 306R Cold Weather Concreting (1988) 2. American Society For Testi~g And Materials (ASTM) A. ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ( 1985) B. ASTM A497 Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement (1986) C. ASTM A615 Deformed and Plain Billet Steel Bars for Concrete Reinforcement (l9~7 Rev. A) D. ASTM A616/A616M Rail-Steel Deformed and Plain Billet-Steel Bars for Concrete Reinforcement (1987) E. ASTM A617 / A617M Axle-Steel Deformed and Plain Bars for Concrete Reinforcement (1987) F. ASTM A706/A706M Low-Alloy Steel Deformed Bars for Concrete Reinforcement G. ASTM C33 Concrete Aggregates (1986) H. ASTM C94 Ready-Mixed Concrete (1989 Rev. B) f:\AA.coRRESPONDENCE\I999\99234JO us HWY 12O\specs\TS992J4.JO,\lo'JKI TS-6-1 I I I I I I I I I D I.. I I I I I I I I 1. J. K. L. M. N. o. P. Q. R. S. T. U. ASTM C 143 Slump of Portland Cement Concrete (1989 Rev. A) ASTM C 150 Portland Cement (1986) ASTM C 171 Sheet Materials for Curing Concrete (1969, Rev. 1986) ASTM Cl72 Sampling Freshly Mixed Concrete (1982) ASTM C 173 Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C231 Air Content for Freshly Mixed Concrete by the Pressure Method (1989 Rev. A) ASTM C260 Air-Entraining Admixtures for Concrete (1986) ASTM C309 Liquid Membrane-Forming Compounds for Curing Concrete (1989) ASTM C494 Chemical Admixtures for Concrete (1986) ASTM C595 Blended Hydraulic Cements (1986) ASTMC618 Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete (1987) ASTM C920 Elastomeric Joint Sealants (1987) ASTM C989 Ground Iron Blast-Furnace Slag for Use in Concrete and Mortars (1989) ASTM D 1190 Concrete Joint Sealer, Hot-Poured Elastic Type (1974, Rev. 1980) ASTM D 1751 Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) (1983) ASTM D 1752 Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM Dl850 Concrete Joint Sealer, Cold Application Type v. W. x. Y. 3. Army Corps Of Engineers (COE) - Handbook For Concrete And Cement A. COE CRD-C572 Specification for Polyvinyl Chloride Waterstop B. COE CRD-C621 Nonshrink Grout In the ACI publications referred to herein, the advisory provisions shall be considered . to be mandatory, as though the word "shall" has been substituted for "should" wherever it appears. -03. 1. SUBMITTALS AND APPROVALS: Submit to the Engineer the following: A. Certificates of Compliance B. Cement C. Aggregates D. Admixtures E. Reinforcement F. Joint filler F:IAA.coIlRESPONDENCE\199'l\99234.30 us HWY I 20l.speoITS9923.j.30.wp<! TS-6- 2 I I I I I I I I I a I I I I I I I B I -04. G. Joint sealant 2. Concrete and other materials specified shall be furnished from sources of supply approved by the Engineer. The Contractor shall submit a "Proposed Paving Construction Plan," showing joint types and locations, and a statement of proposed sequence and schedule of paving operations, mix design, joint filler, and joint sealant. This submittal shall also include a brief description of paving equipment to be used. PRODUCTS: 1. CONCRETE: A. Contractor Mix Design..ACI 301, except as modified herein. Concrete shall have a 28-day compressive strength of3000 psi. Slump shall not exceed 41'2 inches in accordance with ASTM C143. Provide ASTM C33 aggregate Size No. 57 or 67 and 4 to 6 percent air entrainment for concrete exposed to freeze-thaw conditions. Accomplish air-entrainment using an air-entraining admixture. B. Ready-Mixed Concrete. ASTM C94, except as modified herein. Ready- mixed concrete is defined in this specification as concrete produced regularly by a commercial establishment and delivered to the purchaser in the plastic state. 2. MATERIALS: A. Cement. ASTM C150, Type I or 11 or ASTM C595, Type IP(MS) or IS(MS)blended cement, except as modified herein. The blended cement shall consist of a mixture of ASTM C150 cement and one of the following materials: ASTM C618 pozzolan or fly ash, or ASTM C989 ground iron blast furnace slag. The pozzolan/fly ash content shall not exceed 25 percent nor the ground iron blast furnace slag 50 percent by weight of the total cementitious material. For exposed concrete, use one manufacturer for each type of cement, ground slag, fly ash, and pozzolan. (1) Fly Ash andPozzolan. ASTM C618, Type N, F, orC, except that the maximum allowable loss on ignition shall be 6 percent for Type N and F. Add with cement. (2) Ground Iron Blast-Furnace Slag. ASTM C989, Grade 120 (3) Water. Water shall be potable. (4) Aggregates. ASTM C33; Obtain aggregates for exposed concrete surfaces from one source. Aggregates shall not contain any substance which may- be deleteriously reactive with the alkalies in the cement. F:\AA.cORllESPONDENCElI999\992l4.l0 us HWY I 201sp<<SITS992l':lO.wpd TS-6-3 I I I I I I I I I I I I I I B I U I I B. Admixtures. ASTM C260 for air-entrained concrete. ASTM C494 for water reducing (Type Ai D, or E), accelerating (Type C), and retarding (Type B or D), to be used only when approved. Calcium chloride shall not be used as an admixture. C. Reinforcing Bars. ASTM A 706/ A 706M, Grade 60; ASTM A615 and ASTM A617/A617M, Grade 40 or 60; or ASTM A616/A616M, Grade 50 or 60. D. Materials for Curing Concrete. (I) Impervious Sheeting. ASTM C 171; waterproof paper, clear or white polyethylene sheeting, or polyethylene-coated burlap. (2) Liquid Membrane-Forming Compound. ASTM C309, white- pigmented, Type 2, free of paraffin or petroleum. Do not use where finished appearance is important. Use where approved only. (3) LiquidChemical Sealer-Hardener Compound. Compound shall not contain petroleum resins or waxes. Do not use on exterior slabs where exposed to freezing conditions. Compound shall not reduce the adhesion of resilient flooring, tile, paint, roofmg, waterproofing, or other material to be applied to the concrete. E. Expansion-Joint Filler. ASTM Dl751 or ASTM D1752, 1/4-inch thick, unless otherwise indicated. F. Joint Sealants. (I) Horizontal Surfaces (3 percent slope, maximum) a. Outside Buildings: ASTM DI190 b. Inside Buildings: ASTM Dl190 or ASTM Dl850 (2) Vertical. SUrfaces (greater than 3 percent slope) a. ASTM C920, Type M, Grade NS, Class 25 (3) Polyvinyl Chloride Waterstops a. COE CRD-C 572 b. Nonshrink Grout c. COE CRD-C 621 (4) Contractors Option for Material Only a. At the option of the Contractor, those applicable material sections of the Georgia Department of Transportation, Standard Specifications, Section 500, Class A shall govern in .lieu of this specification for concrete. Do not change the selected option during the course of the work. 3. Concrete shall be composed of Portland cement, aggregates, and water conforming to this section of the specifications. f:IAA-CORJ<ESPONDENChWl99\992J4.JO us KWY I 20\spccsITS992J4-30."Jld .. TS-6-4 I I I I I I I I I I I D I I I I I I I -05. 4. The concrete shall have the following percentages of entrained air: A. For 1 Y2 inch maximum size aggregate, entrained air content shall be 5::!:1 percent by volume. B. For % or I inch maximum size aggregate, entrained air content shall be 6::!:1 percent by volume. Joint materials and curing compound shall be as specified under the section "Concrete Construction" hereof. EXECUTION: 1. MATERIAL HANDLING: A. Delivery. Do not deliver concrete until ready for concrete placement. B. Storage. Store concrete aggregates to prevent contamination or segregation. Store reinforcement of different sizes and shapes in separate piles or racks raised above the ground to avoid excessive rusting. Protect from contaminants such as grease, oil, and dirt. Provide for accurate identification after bundles are broken and tags removed. C. Forms. ACI 301 - Set forms true to line and grade arid make mortar-tight. Chamfer above grade exposed joints, edges, and external corners of concrete 3/4 inch, unless otherwise indicated. Before concrete placement, coat the contact surfaces of forms with a nonstaining form coating compound. Do not use mineral oil on formed surfaces to be painted. Prevent concrete damage during form removal. Concrete for footings may be placed in excavations without forms upon inspection and approval by the Architect. Excavation width shall be a minimum of 4 inches greater than. finished dimensions indicated. In lieu of fixed forms, the Contractor may place concrete with a slipform paver designed to spread, consolidate, screed and float finish the freshly placed concrete in one complete pass of the machine. The slipform paver shall be operated with as nearly a continuous forward movement as possible, with stopping and starting of the paver held to a minimum. 2. PLACING REINFORCEMENT AND MISCELLANEOUS MATERIALS. ACI 301 - Provide bars, wire fabric, and other reinforcing materials, including wire ties, supports, and other devices necessary to install and secure the reinforcement. A. Cover and Splicing. ACI 301 - unless otherwise indicated. F:\AA-CORRESPO~'DENCE\I999\992)4.)O us HWY 120\spocs\TS992J4-JO."1"I TS-6-5 I I I I I I I I I D I". I I I I I I I I B., Setting Miscellaneous Material. place and secure anchors and bolts, pipe sleeves, conduits, and other such items in position before concrete placement. Pluinb anchor bolts and check location and elevation. Temporarily fill voids in ~leeves with readily removable material to prevent the entry of concrete. C. Construction Joints. ACI 301 - Continue reinforcement across joints, unless otherwise indicated. Fusion weld waterstop, splices. Place full-depth construction joints at the end of the concrete pours or whenever placing of concrete is suspended for more than 30 minutes. Provide expansion joints to isolate fixed objects abutting or within the paved areas. D. Expansion Joints and Contraction Joints. ACI 301 - For slabs on grade, provide at edges of interior floor slabs, adjacent to walls, and as indicated. Make expansion joints 0.5 inch wide, except as indicated otherwise. Fill expansion joints not exposed to weather with preformed joint material. Seal joints exposed to weather with joint sealant. Do not extend reinforcement or other embedded metal items bonded to the concrete through any expansion joint, unless an expansion sleeve is used. Provide contraction joints, either formed or saw cut or cut with ajointing tool to 1/4 the depth ofthe slab after the surface has been fInished. Sawedjoints shall be completed within 4 to 12 hours after concrete placement. Protect joints from intrusion of foreign matter. _.. _ __ .._ ---3. ____ _EMBEDDED ITEMS . Place and secure anchorage devices and other embedded items required for adjoining wor~ that is attached to or supported by cast-in-place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. A. Install anchor bolts, accurately located, to elevations required. B. Install dovetail anchor slots in concrete structures as indicated. 4. MEASURING, MIXING, TRANSPORTING, AND PLACING CONCRETE. ACI 304, except as modified herein. ASTM C94; machine mix concrete and provide mandatory batch ticket information for each load of ready mix concrete. Begin mixing within 30 minutes after the cement has been added to the aggregates. Place concrete within 90 minutes of either addition of mixing water to cement and aggregates or addition of cement to aggregates if the air temperature is less than 85 degrees F. Reduce mixing time to 60 minutes if the air temperature is greater than 85 degrees F. Additional water may be added, provided that both the specified maximum slump and water- cement ratio are not exceeded. If the entrained air content falls below the specified limit, add a sufficient quantity of admixture to bring the entrained air content within the specified limits. Do not place concrete when weather conditions prevent proper placement and consolidation; in uncovered areas F:\AA-CORRESPONDl:.~CE\I999\992)4.JO us HWY I 20\.spcC1\TS99234-JO.'4'pd TS-6-6 I I I I I I I I I I .- ..... -.- ... -.... I I I I I I I o D during periods of precipitation; or in standing water. Prior to placing concrete, remove dirt, construction debris, and water from within the forms. Consolidate concrete slabs greater than 4 inches in depth with high frequency, internal, mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches or less in depth by tamping, spading, and settling with a heavy leveling straight edge. Concrete shall be deposited and consolidated in such a manner as to prevent the formation of voids or honeycomb pockets. However, overconsolidation of the concrete so as to cause segregation of aggregates shall be avoided. A. Cold Weather: ACI 306R - Provide and maintain 50 degrees F minimum concrete temperature. Do not place concrete when the ambient temperature is below 40 degrees F. Cover concrete and provide with a source of heat sufficient to maintain 50 degrees F minimum while curing. B. Hot Weather: ACI 305R - Concrete temperature from initial mixing through fmal cure shall not exceed 90 degrees F. Cool ingredients before mixing, or substitute chip ice for part of required mixing water or use other suitable means to control concrete temperature to prevent rapid drying of newly placed concrete, Shade the fresh concrete and start curing as soon as the surface of the fresh concrete is sufficiently hard to permit curing without damage. 5. SUBGRADE PREPARATION: Subgrade construction shall generally conform to -Section 209 of the Standard Specifications for Road and Bridge Construction of the Georgia Department of Transportation, latest edition. The subgrade shall be systematically test rolled .with a heavily loaded vehicle prior to paving. All soft and yielding material and portions of the sub grade that will not compact readily when rolled or tamped shall be removed and replaced with suitable material. The subgrade shall be brought to an unyielding condition by compacting it to uniform density at or slightly above standard optimum moisture. Immediately prior to placing concrete, the subgrade shall be moistened as required to provide a uniform dampened surface at the time concrete is placed. 6. SURFACE FINISHES. ACI 301 for repair and finish, unless otherwise specified. Slope floors uniformly to drains where drains are provided. After troweling is completed, apply a liquid chemical sealer-hardener to interior slabs that do not receive floor covering. A. Defects. Repair formed surfaces by removing minor honeycombs, pits greater than I square inch surface area or 0.25 inch maximum depth, or otherwise defective areas. Provide edges perpendicular to the surface and patch with nonshrink grout. Patch tie holes and defects when the forms are removed. Concrete with extensive honeycomb (including exposed steel F:\AA..cOUESPONDENCE\I 999\992J4.JO us HWY I 201.spec1\TS99234.JO.\lo'Pd TS-6-7 I I I I I I I I I o _ ." ,_.__ _U,"n I I I I I I I I I reinforcement, cold joints, entrapped debris, separated aggregate, or other defects) which affect the serviceability or structural strength will be rejected, unless correction of defects is approved. Obtain approval of corrective action prior to repair. The surface of the concrete, shall not vary more than the allowable tolerances of ACI 301. Exposed surfaces shall be uniform in appearance and finished to a smooth form finish, unless otherwise specified. B. Floated Finish. Place, consolidate, and immediately strike off concrete to obtain proper contour, grade, and elevation before bleedwater appears. . Permit concrete to attain a set sufficient for floating and supporting the weight of the finisher and equipment. If bleedwater is present prior to floating the surface, drag the excess water off or remove by absorption with porous materials. Do not use dry cement to absorb bleedwater. Surface shall be level to within 1/4 inch in 10 feet where floor drains are not provided. C. Steel Troweled Finish. First, provide a floated finish. When slab has attained a proper set, trowel to a smooth, hard, dense finish. Finished surfaces shall be free of trowel marks, uniform in texture, flat within 0.0 I foot (approximately 1/8 inch) in 10 feet. Hand-finish portions of the slab not accessible to power finishing equipment (e.g., edges, comers) to match the remainder of the slab. Power trowel once and fmally hand trowel where a finished floor covering (e.g., tile, carpet) is specified. Power trowel twice and finally hand trowel for exposed concrete floors. .D. BroomedFinished. Provide for exterior walks, platforms, patios, and ramps, unless otherwise indicated. Provide a floated fmish, then finish with a flexible bristle broom. Permit surface to harden sufficiently to retain the scoring or ridges. Broom transverse to traffic or at right angles to the slope of the slab. . E. Pavement Finish. Screed the concrete with a template advanced with a . combined longitudinal and crosswise motion. Maintain a slight surplus of concrete ahead of the. template. After screeding, float the concrete longitudinally. Use a straight edge to check slope and flatness; correct and refloat as necessary. Obtain final finish by belting. Lay belt flat on the concrete surface and advance with a sawing motion; contiime until a uniform but gritty nonslip surface is obtained. Round edges and joints with an edger having a radius of 1/8 inch. F. Exposed Aggregate Concrete Finish. Exposed aggregate concrete pavement shall generally be finished as hereinabove specified, except that at or near the time the surface water sheen disappears, the cement and fmes at the surface shall be removed to an approved depth of approximately 1fa inch, by means of a pressure applied water wash. Care shall be taken to obtain a uniform, decorative surface, without pits. or low areas. The Contractor shall employ F:\AA-cORItESPONDENCE\I 999\992J4.JO us HWY I 20\spocs'TS9923.a...JO.~ TS-6-8 I I I I I I I I o U I I I I I I I I I only workmen skilled in producing the specified finish to accomplish this work. 7. CURING AND PROTECTION. ACI 301 - Protect concrete from injurious action by sun, rain, wind, flowing water, frost, mechanical injury, tire marks, and oil stains. Do not allow concrete to dry out from time of placement until the expiration of the curing period. Forms may be removed 48 hours after concrete placement. A. Moist Curing: Provide for the removal of water without erosion or damage to the structure. (I) Ponding or Immersion: Continually immerse the concrete throughout the curing period. Water temperature shall not be more than 20 degrees F higher than the temperature of the concrete. For temperature between 40 and 50 degrees F, increase the curing period by 50 per:cent. (2) Fog Spraying or Sprinkling: Provide uniform and continuous application of water throughout the curing period. For temperatures between 40 and 50 degrees F, increase the curing period by 50 percent. (3) Pervious Sheeting: Cover the entire surface of the concrete with two thicknesses of wet sheeting. Mats shall be at least as long as the width of the surface to be cured. During. application, do not drag the mats over the finished concrete nor over mats already placed. Completely cover surface and edges of the concrete, with a 6-inch overlap over adjacent mats. Wet mats thoroughly and keep continuously wet throughout the curing period. (4) Impervious-Sheeting Curing: Wet the entire exposed surface thoroughly with a fme spray of water and cover with impervious sheeting throughout the curing period. Lay sheeting directly on the concrete surface and overlap edges 12 inches minimum. Provide sheeting not less than. 18 inches wider than the concrete surface to be cured. Secure edges and transverse laps to form cIosedjoints. Repair torn or damaged sheeting or provide new sheeting. (5) Liquid Membrane-Forming Compound Curing: Seal or cover joint openings prior to application of curing compound. Prevent curing compound from entering the joint. Provide and maintain compound on the concrete surface throughout the curing period. Provide a continuously wetted, permeable cover as specified in paragraph entitled, "Hot Weather." F:\AA.cOIUlESPONDENCE\I999\992J4.JO us HWY I 20lspocsITS992J4-JO.wpc! TS-6-9 I I I I I I I D I I I I I I I I I I I a. Application: Unless the manufacturer recommends otherwise, apply compound immediately after the surface loses its water sheen and has a dull appearance, and before joints are sawed. Mechanically agitate curing compound thoroughly during use. Use approved power-spraying equipment to uniformly apply two coats of compound in a continuous operation. The total coverage for the two coats shall be 200 square feet maximum per gallon of undiluted. compound, unless otherwise recommended by the manufacturer's written instructions. The compound shall form a uniform, continuous, coherent film that will not check, crack, or peel. Immediately apply an additional coat of compound to areas where the film is defective. Respray concrete surfaces subjected to rainfall within 3 hours after the curing compound application. Protection of Treated Surfaces: Prohibit foot and vehicular traffic and other sources of abrasion for not less than 72 hours . after compound application. Maintain continuity of the coating for the entire curing period and immediately repair any damage. Liquid Chemical Sealer-Hardener Curing. Provide for interior floors that do not receive a floor covering, or in lieu of liquid membrane- forming compound curing for other surfaces. Apply sealer-hardener in accordance with manufacturer's recommendations. Seal or cover joints and openings in which joint sealant is to be applied, as required by the joint sealant manufacturer. Curing Periods. Allow 7 days. b. c. d. 8. SAMPLING AND TESTING. A. Sampling. ASTM C 172 - Collect samples of fresh concrete to perform tests specified. B. Testing. (1) Slump Tests: ASTM Cl43 - Take samples during concrete 'placement. The maximum slump may be increased as specified with the addition of an approved admixture provided that the water cement ratio is not exceeded. Perform tests at commencement of concrete placement and for each batch (minimum) or every 10 cubic yards (maximum) of concrete. (2) Air Content: ASTM Cl73 or ASTM C231 - Test air~entrained concrete for air content at the same frequency as specified for slump tests. F:\AA-CORRESPONDENCE\I999\992J4.JO us HWY I 20\spcca\TS992J4-JO.wpd TS-6-1O I I I I I I I I I I I I I I I I I I I (3) Compressive Strength Tests: Make five test cylinders for each set of tests in accordance with ASTM C31. Test two cylinders at 7 days, two cylinders at 28 days, and hold one cylinder in reserve. Samples for strength tests shall be taken not less than once a day, nor less than once for each 50 cubic yards of concrete, nor less than once for each 5000 square feet of surface area for slabs or walls. For the entire project, there shall be no less than five sets of samples taken and strength tests performed for each mix design of concrete placed. Each strength test result shall be the average of two cylinders from the same concrete sample tested at 28 days. If the average of any three consecutive strength test results is less than 3000 psi or if any strength test result falls below 3000 psi by more than 500 psi, take a minimum of three ASTM C42 core samples from .the in-place work represented by the low test cylinder results and test. Concrete represented by core test shall be considered structurally adequate if the average of three cores is equal to at least 2550 psi and ifno single core is less than 2250 psi. Locations represented by erratic core strengths shall be retested. Remove concrete not meeting strength criteria and provide new acceptable concrete. Repair core holes with nonshrink grout. Match color and finish of adjacent concrete. -06. CONCRETE MIX. DESIGN AND TESTING: The concrete mix shall conform to Concrete and Reinforcing Steel hereof except that the slump range shall be 2 to 4 inches. -07. MEASUREMENT AND PAYMENT: The concrete pavement to be measured and paid for under this section shall include roadways, sidewalks, walkways, but shall not include concrete slabs within the pay limits of the formed concrete surfaces. Compensation for these latter installations will be included in the prices of the various structures, wherein concrete slabs or pavement are an integral part. The quantity of concrete pavement placed shall be the number of square yards, level measure, of pavement actually installed, and shall be determined by the Engineer after construction of the pavement has been completed. Thisquantity shall be paid for at the unit price per square yard for each nominal thickness listed in the Bid Schedule. Thickened edges or local thin areas required by the plans in paving of otherwise uniform thickness shall be considered as being the nominal thickness of the surrounding pavement. F:\AA-CORRESPONDENCE\IQ99\992J".)O us HWY 1 20\.spCI..'"S\rS~nJ..l-JO,.....pd TS-6-11 I I I I I I I I I I I I I I I I I I I SECTION TS-7 CONCRETE CONSTRUCTION -01. SCOPE: This section covers concrete construction, complete, including reinforcement thereof. -02. FORMS: Forms shall be of wood, metal, structural hardboard or other suitable material that will produce the required surface finish. Forms placed for successive pours for continuous surfaces shall be fitted to accurate alignment to assure a smooth completed surface free from irregularities, and shall be sufficiently tight to prevent the loss of mortar. No forms shall be left permanently in place without approval of the Engineer. Holes resulting from removal of form ties shall be filled solid within 12 hours after removal of forms with cement mortar. -03. REINFORCING AND EMBEDDED METALS: Bar reinforcement shall be intermediate grade new billet steel conforming to the requirements of the ASTM Designation A15. All bars 3/8 inch and larger shall be deformed bars conforming to ASTM Designation A305. Detailing, fabrication and tagging of reinforcement shall be done in accordance with ACI "Manual of Standard Practice for Detailing Reinforced Concrete Structures" (ACI 315), except that where longer laps are indicated on the design drawings, the drawings shall govern. Wire fabric reinforcement shall consist of steel wire conforming to the requirements of ASTM Designation A185. Anchor bolts and structural shapes shall conform to ASTM Designation A36. Exposed surfaces of embedded steel shall be given one shop coat of Red Lead Iron Oxide conforming for Federal Specification TT-P-86c, Type II, unless otherwise noted on the drawings. Anchor bolts and miscellaneous steel items to be embedded in concrete shall be accurately placed in accordance with the drawings, and adequately secured in position to prevent dislodgement during concrete placing operations. Anchor bolts shall be protected after concrete has been placed and set by daubing with grease, wrapping with burlap, and covering bolts with wooden boxes. -04. CONCRETE: All concrete shall be equivalent to ready mix concrete manufactured and delivered in accordance with the requirements of ASTM Designation C94 and having a compressive strength at 28 days of 3,000 psi, except as noted herein. The concrete manufacturer shall assume the responsibility of the design ofthe concrete mix in accordance with Alternate No.2 of ASTM C94. . Air entrained concrete shall be used for all concrete. F:\AA-CORRESPONDENCE\I999\992J4.JO us HWY I 20\spcl:s\TS99234-JO."1XI TS-7 -1 I I I I I o D U o I I I I I I I I I I 1. MATERIALS: A. Cement: Cement shall be Type I or IA "Portland" cement, all one manufacturer, conforming to ASTM, C150 or ASTM C175, respectively. B. Aggregates: Aggregates shall conform to ASTMC33. Coarse aggregate shall be crushed rock or gravel and graded from % inch to number 4 sieve for mass or foundation concrete. Fine aggregate shall be natural sand. C. Water: Mixing water shall be proportioned so that slump when measured with standard slump cone does not exceed the following: Slabs on grade Footings All others Max. 4", Min. 3" Max. 5", Min. 3" Max. 6", Min. 3" D. Joint Filler Strips: Premolded joint filler strips shall be resilient compre~sive, .bituminous and fiber materials saturated with at least 35 percent and not over 50 percent by weight of asphalt. Poured type joint composition. for expansion joints shall be elastic compound made up of asphalt and colloidal mineral fillers. 2. PLACING CONCRETE: Runways for wheeled equipment shall be provided to convey concrete. Runways shall not be supported on the reinforcement. Concrete ..shall be placed and compacted in layers not over 24 inches deep. Vibrators may be used provided they are used under experienced supervision and the mixture is dry enough to prevent segregation. Form vibrators shall not be used. Vibration shall not be used for transporting or moving concrete inside forms. No more concrete shall be placed than can be consolidated and fInished the same day as placed. Free fall of concrete shall be limited so that no segregation of materials occurs. 3. JOINTS: Construction joints not indicated on drawings shall be approved by the Engineer in advance of pour. Joints in foundation walls shall be keyed. Before depositing the concrete is resumed, the hardened surface shall be roughened, cleaned of foreign matter and thoroughly wetted but not saturated. The cleaned and wetted surfaces shall be slushed with a coating of neat cement grout against which the new concrete shall be placed before the grout has attained its set. 4. FINISHING: After stripping forms, all voids and honeycombs shall be patched by chipping and scarifying the defective areas and treating it with an approved bonding agent. All such voids shall be patched, not merely plastered. Grout mixture shall consist of one part Portland cement and one part sand. Immediately following removal of forms, all fms and irregular projections shall be removed from all surfaces except from those which are not to be exposed or waterproofed. Slabs shall be struck-off and consolidated by approved machine or hand methods, screeding and F:\AA-CORRESPONIlI!NCE\I 999\99234.JO us KWY I 20\sp<>csITS99234-3bpd TS-7-2 I I I I I I I I I I I D I I I I I D I tamping concrete so that upon completion, the surface shall be true to grade as shown on drawings and free of surface voids. All floors shall have a monolithic steel trowel finish unless otherwise indicated on the drawings. Exterior walls shall be compacted, screeded and floated to a true even surface.with wood floats and then broomed. -05. MEASUREMENT AND PAYMENT: Concrete construction is considered incidental to the construction of various elements of the project, and no separate payment will be made therefor. f:\AA.coRRESPONDENCElI999I992J4.JO us HWY I 20\spo<sITS99234-30."1'<l TS-7-3 I I I I I I I I I I D I I I I I I D I SECTION TS-8 CURBS AND GUTTERS, CONCRETE -01. SCOPE: This section covers construction of Portland cement concrete curbs and gutters, complete. -02. CONCRETE: Concrete and the equipment, workmanship and materials therefor shall conform to the applicable requirements of the CONCRETE CONSTRUCTION section, except as hereinafter specified. The maximum size of coarse aggregate shall be 1 ~ inches and not less than I inch. Concrete shall have a slump of nor more than 3 inches. The concrete mixtures shall have an air content by volume of 4.5 percent, plus or minus 1.5 percent, based on measurement made on concrete immediately after discharge from the mixer. . -03. SUBGRADE PREPARATIONS: The sub grade shall be constructed true to grade and cross section. The sub grade shall be of materials equal in bearing quality to the subgrade under the adjacent curb and gutter. The sub grade for curb and gutter shall extend in all cases at least 1 foot in width back of the curb or gutter. The sub grade shall be tested for grade and cross section by means of a template extending the full width of the curb, gutter, or combination curb and gutter. - The sub grade shall be maintained in a smooth, compacted condition, in conformity with the required section and established grade until the concrete is placed. In cold weather, the sub grade shall be prepared and protected so as to produce a subgrade free from frost when the concrete is' deposited. -04. FORMS: Forms shall be of wood or steel, straight, and of sufficient strength to resist springing during depositing and consolidating the concrete. The outside forms shall have a height equal to the full depth of the curb or gutter. The inside form of curb shall have better as indicated and shall be securely fastened to and supported by the outside form. Straight forms of wood shall be 2 inch nominal surface plank, and of steel, shall be of approved section with a flat surface at the top. Rigid forms shall be provided for curb returns except that benders or thin plank forms may be used for curb or curb returns with a radius of 10 feet or more, when grade changes occur in the return, or where the central angle is such that a rigid form with a central angle of 90 degrees cannot be used. Back forms for curb may be made of ~ inch benders, for the full height of the curb, cleated together. Curb forms shall be carefully set to alignment and grade and to conform to the dimensions of the curb. Forms shall be held rigidly in place by the use of stakes placed at intervals not to exceed 4 feet. Clamps, spreaders, and braces shall be used where required to insure rigidity in the forms. The forms on the front of the curb shall be removed not less than 2 hours nor more f:\AA-CORRESPONDENCElI999\992J4.JO us HWY I 201lpocsITS992J4-JO.wpd TS-8-1 I I I g D o o I B I I I I I I I I I I than 6 hours after the concrete has been placed Forms back of curb shall remain in place until the face and top of the curb have been fmished as specified in the Finishing paragraph; Gutter forms shall not be removed for 12 hours after the concrete has been placed. Forms shall not be removed while the concrete is sufficiently plastic to slump in any direction. Forms shall be cleaned and coated with form oil each time before concrete is placed. Wood forms may, instead, be thoroughly wetted with water before concrete is placed, except that with probable freezing temperatures, oiling is mandatory. -05. JOINTS: Expansion joints and contraction joints shall be constructed at right angles to the line of curb, gutter, and combination curb and gutter. Dowels, tie-bars and reinforcement when required will be shown on the plans and shall be installed in accordance with the applicable details. 1. CONTRACTION JOINTS: Contraction joints shall be constructed by mean so % inch thick separators, of a section conforming to the cross section of the curb, gutter, entrance pavements, and combination curb and gutter. Contraction joints shall be so placed that monolithic sections between curb returns will not be less than 5 feet nor greater than 15 feet after the concrete has set sufficiently to preserve the width and shape of the joint. After separator plates have been removed, all exposed edges of joints shall be rounded with the proper edging tool to a radius of lf4 inch. 2. EXPANSION JOINTS: Expansionjoints shall be formed by means of preformed expansion joint filler material cut and shaped to the cross section of the curb, gutter, entrance, and combination curb and gutter. -06. 1. 2. Expansionjoint filler, unless otherwise specified, shall conform to ASTM Standard D1751-60 or D1752-60 or shall be resin-impregnated fiberboard conforming to the physical requirement's of ASTM Standard CI752-60. Expansion joints shall be provided in curb and combination curb and gutter at the ends of all returns. Expansionjoints at least Y:z inch in width shall be provided at intervals not exceeding 50 feet. Expansion joints shall be provided in nonreinforced concrete gutter at the locations indicated. CONSTRUCTION: CURBS AND GUTTERS: Curbs, gutters and combination curb and gutters shall be of the dimensions and sections shown on the drawings. RECONSTRUCTION: Where the plans provide for reconstruction of existing curb, combination curb and gutter and the limit of new work specified does not fall on a joint, the entire section shall be removed and the new curb, combination curb and gutter or entrance pavement shall join the old curb at the first join line beyond the specified limit. F:\A.A.cOiUlESPONDENCE\\999\99234.30 us HWY I 20\SPCCS\TS99234-l0.'4'pd TS-8-2 I I I I o I I I D I I I I I I I I I I -07. 3. PLACING CONCRETE: The faces and adjacent edges of abutting rigid pavements and structures shall be painted with an approved bituminous material prior to placing concrete. Concrete shall be placed in the forms to the specified depth in 6 inch layers and thoroughly consolidated by tamping and spading to that there are no rock pockets at forms, and mortar entirely covers the top surfaces. Concrete may be compacted by means of mechanical vibrators. 4. FINISHING: The edges of the gutter and top of the curb shall be rounded with an edging tool to a radius of'l'4 inch and the surfaces shall be floated and finished with a smooth wood float until true to grade and section and uniform in texture. The floated surfaces shall then be brushed with a fine-hair brush with longitudinal strokes. Immediately after removing the front curb form, the face of the curb shall be rubbed with a wood or concrete rubbing block and water until blemishes, form marks, and tool marks have been removed. The surface, while still wet, shall be brushed in the same manner as the gutter and curb top. The top surface of gutter and entrance shall be fmished to grade with a wood float. Except at grade changes or curves, the fInished surfaces shall not vary, from the testing edge of a 10 foot straightedge, more than 1fa inch for gutter and entrance and 'l'4 inch for top and face of curb. Irregularities exceeding the above shall be satisfactorily corrected. Visible surfaces and edges of the finished curb, gutter, and combination curb and gutter shall be free of blemishes and form and tool marks, and shall be uniform in color, shape, and appearance. 5. CURB FORMING MACHINES: Use of curb-forming machines for constructing curb and gutter will be approved based on trial use on the job. Use of the equipment shall be discontinued at any time during the construction if the equip"ment produces unsatisfactory results, and the work shall be removed and reconstructed for the full length between regularly scheduled joints. Removed portions shall be disposed of as directed. CURING AND PROTECTION: 1. CURING: Immediately after the finishing operations, the exposed concrete surfaces shall be cured by one ofthe following methods as the Contractor may elect: A. Mat Method: The entire exposed surface shall be covered with cotton mats conforming to Federal Specification CCC-C-467b having a combined weight of 14 ounces or more per square yard when dry. Mats shall overlap each other at least 6 inches. The mat shall be thoroughly wetted with water prior to placing on the concrete surface and shall be kept continuously in a saturated condition and in intimate contact with concrete for not less than seven days. B. Impervious-Sheeting Method: The entire exposed surface shall be wetted with a fine spray of water and then covered with waterproof paper F:\AA-CORRESPONDENCf."'\I999\992J4.JO us HWY I 20~\TS992J~.JO.wpd TS-8-3 I I I I I B B I o I . -... -.. . . I B I I. I I I I I conforming to ASTM Standard C 171-63, or with wetted polyethylene-coated burlap or polyethylene sheeting conforming to the water-retention requirements of ASTM Standard CI71-63, polyethylene sheeting and polyethylene film bonded to burlap shall be not less than 0.004 inch thick.. Sheets shall be laid directly on the concrete surface with a light-colored side up and overlapped 12 inches when a continuous sheet is not used. The curing medium shall not be less than 18 inches wider than the concrete surface to be cured and shall be securely weighted down by placing a ballk of moist earth on the edges just outside the forms and over the transverse laps of form closed joints. Sheets shall be satisfactorily repaired or replaced if damaged during curing. The curing medium shall remain on the concrete surface to be cured for not less than seven days. C. Membrane-Curing Method: The entire exposed surfaces shall be covered with a pigmented membrane-forming curing compound. The curing compound shall be applied in two coats by hand-operated pressure sprayers at the coverage of approximately 200 square feet per gallon for both coats. The second coat shaH be applied in the direction approximately at .right angles to the direction of application of the first coat. The compound shall form a uniform continuous coherent film that will not check, crack, or peel and shall be free from pin-holes or other imperfections. Concrete surfaces that are subjected to heavy rainfall within three hours after the during compound has been applied shall be resprayed by the method and at the coverage specified above at no additional cost to the Owner. .Joint openings shall be sealed at the top by inserting moistened paper or fiber rope or covering with strips of waterproof paper prior to application of the curing compouncL in a manner to prevent the curing compound from entering the joint. Concrete surfaces to which membrane-curing compounds have been applied shall be adequately protected for seven days from pedestrian and vehicular traffic and from any other action which might disrupt the continuity of the membrane. Any area covered with curing compound and damaged by subsequent construction operations within the seven-day period shall be resprayed as specified above at no additional expense to the Owner. 2. PROTECTION: After curing, debris shall be removed and the backfill shall be placed as indicated. The completed curb, gutter, and combination curb and gutter shall be protected from damage until accepted. The Contractor shall repair damaged concrete and clean concrete discolored during construction. Curb, gutter, and combination curb and gutter that are damaged shall be removed and reconstructed for the entire length betweell regularly scheduled joints, not by refinishing. the damaged portion. Removed damaged portions shall be disposed of as directed. F:IAA-CORRESPONDENCh"lI999\992J4.JO us HWY I 20\spca\TS992J"JO.~J>d TS-8-4 I I I I D I I I I I I I I I I I I I I -08. SEALING JOINTS: The sealing of expansion joints in curb and gutter sections will not be required. Any expansion joint material protruding after the concrete is cured shall be trimmed flush with the surface. Expansion joints in the valley pavement shall be sealed with an approved joint sealer, conforming to Federal Specification SS-S-164. The joint opening shall be thoroughly cleaned of all foreign material before the sealing material is placed. The sealing shall be done in such manner that the material will not be spilled on the exposed surfaces of the concrete. Any excess material on the exposed surfaces of the concrete shall be removed immediately and the exposed concrete surfaces cleaned. -09. MEASUREMENT AND PAYMENT: Payment will be made at the unit price for curb and gutter as shown in the Bid Schedule. F:\AA-cORRESPONOENCE\I999\99234,JO us HWV I 20\spoCs\TS992J4-JO.wpd .- TS-8-5 I I I I I I I I o I B I I I I I I U I SECTION TS-9 EXCAVATING, TRENCHING AND BACKFILLING FOR PIPE LINES -01. SCOPE: This section covers all excavation, trenching and backfilling for pipe lines, complete. -02. EXISTING IMPROVEMENTS: The Contractor shall maintain in operating condition and protect from damage all existing improvements including utilities, roads, streets, sidewalks, drives, power and telephone lines, gas lines, water lines, sewers, gutters and other drains encountered, and repair to the satisfaction of the Engineer any aerial, surface or subsurface improvements damaged during the course of the work. Where and if shown on the plans, the locations and existence or nonexistence of underground utilities are not guaranteed. The Contractor shall contact the various utility companies to determine and/or verify such information prior to proceeding with the work. He shall make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street crossings and if necessary to provide temporary walkways and bridges for crossing of the open trench as directed. -03. EXCAVATION: All excavation of every description and of whatever substances encountered shall be performed to the depths indicated on the drawings or as specified herein. Excavation shall be made by the open cut method except as otherwise specified or shown on the drawings. Excavation methods.shall generally meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. All excavated materials not required for fill or backfill shall be removed and wasted as directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and braced. Except where otherwise indicated, trench bottoms shall be not less than 12 inches wider nor more than 24 inches wider than the outside diameter of the pipe to be laid therein, and shall be excavated true to line, so that a clear space of not less than 6 inches nor more than 12 inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug after the trench bottom has been graded. Bell holes shall be excavated only to an extent sufficient to permit accurate work in the making of the joints and to insure that the pipe, for a maximum of its length will rest upon the prepared bottom of the trench. Depressions for joints other than mechanical shall be made in accordance with the recommendations of the joint manufacturers for the particular joint used. Excavation for structures and other accessories shall be sufficient to leave at least 12 inches in the clear between their outer surfaces and the embankment FolAA.cORRF.sPONDENCElI999\9'I2J4.JO us HWY I 20\Ji10cs\TS9'l2H-JO.~J>d TS-9-1 I I I I I o o o I D I I I I I I I I I or timber which may be used to hold the bank and protect them. Where damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. . At locations where excavation of rock from the bottoms of trenches is required, care shall be taken not to excavate below the depths indicated. Where rock excavation is required, the . rock shall be excavated to a minimum overdepth of 4 inches below the normal required trench depth. The overdepth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials which are so hard or cemented that the excavation of such material requires blasting. The excavation shall proceed in a conventional manner with satisfactory effort made to remove hard materials before the Engineer makes a determination of need. for blasting. Predrilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs can and will show that the material can or cannot be excavated. Evidence will be provided for the Engineer's review and app~oval before predrilling and blasting is undertaken. If blasting is deemed necessary, then the Contractor shall have a survey performed prior to any blasting and a survey completed after the blasting to illustrate an accurate profile of the work in the trench. The Contractor shall, prior to blasting, develop and submit to the Engineer a blasting and monitoring plan so as to allow the necessary authorities to review and make any necessary comments. The excavation and removal of isolated boulders or rock fragments larger than one cubic yard in volume encountered in materials of common excavation shall be classified as rock excavation. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe, as determined by the Engineer or indicated on the drawings, is encountered.in the trench bottom, such soil shall be removed to a depth required for the lengths designated by the Engineer, . and the trench backfilled to trench bottom grade, as herein specified, with coarse sand, fine gravel, or other suitable material. Backfill with earth under structures will not be permitted and any unauthorized excess excavation below the levels indicated for the foundation of such structures shall be filled with sand, gravel, or concrete, as directed. I. GRADING AND STACKING: All grading in the vicinity of trench excavation shall be controlled to prevent surface ground water from flowing into the trenches. Any water accumulated in the trenches shall be removed by pumping or by other approved methods. During excavation, material suitable. for backfilling shall be stored in an orderly manner a minimum distance of one and one-halftimes the depth of the excavation back from the edges of trenches to avoid overloading and prevent slides or cave-ins. Material unsuitable for backfilling, as determined by the Engineer, shall be removed from the job site and disposed of by the Contractor in a manner as approved by the Engineer. Material excavated from the trenches that is determined to be suitable shall be stacked in such a manner that if unsuitable material is encountered, there will be an adequate amount of suitable material available for replacing the unsuitable material. Any excess material remaining at the completion of the project shall be the responsibility of the Contractor to dispose of properly. f:\AA-cORRESPONDENCh,\Iqq9\lJq2)4,30 us HWY I 20\spccsHS992H.30.wpd TS-9-2 I I I I I I D I I B I I I I I I I I I 2. SHORING AND SHEETING: All shoring, sheeting, and bracing required to perform and protect the excavation and to safeguard employees and the public shall be performed. The failure of the Engineer to direct the placing .of such protection shall not relieve the Contractor of his responsibility for damage resulting from its omISSIon. Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting left in place shall be cut off not less than I foot below finished grade. No sheeting shall be removed until the excavation is substantially backfilled as hereinafter specified. 3. WATER REMOVAL: Where water is encountered, it shall be prevented from accumulating in excavated areas by pumping, well-pointing and pumping, or by other means approved by the Engineer as to capacity and effectiveness. Water removed from excavations shall be discharged at points where it will not cause injury to public or private property, or the work completed or in progress. Under no circumstances shall trench bottoms be prepared, pipes laid, or appurtenances installed in water. Water shall not be allowed to rise in unbackfilled excavations after pipe or structures have been placed. 4. BLASTING: All blasting shall be conducted in accordance with the Georgia Blasting Standard Act, Current Edition, and the Georgia Department of Transportation - Standard Specifications, Current Edition, "Section 107.12 - Use of Explosives." Explosives are to used only within legal limitations. Before explosives are used, all necessary permits for this work shall be secured and all precautions taken in the blasting operations to prevent damage to private or public property or to persons. The Contractor shall assume full liability for any damage that may occur during the use of explosives. No blast shall be set off within 50 feet of pipe already laid in the trench. 5. TREE PROTECTION: Care shall be exercised to protect the roots of trees to be left standing. Within the branch spread of the tree, trench shall be opened only when the work can be installed immediately. Injured roots shall be pruned cleanly and backfill placed as soon as possible. -04. BACKFILLING: Trenches and other excavations shall not be backfilled until all required tests are performed and the work has been approved by the Engineer. The trenches shall be carefully backfilled with the excavated materials approved for backfilling consisting of earth, loam, sandy clay, sand and gravel, soft shale, or other approved materials. No material shall be used for backfilling that contains mulch, other unstable materials, stones, blasted rock, broken concrete or F:\AA<ORRESPONDENCi::.'\I 999\992H.JO us HWY 1 20\speu\TS992J.,J.,)O.wpd rS-9-3 I I I I I D I I I U I I I I I I I I I pavement, or other hard materials having any dimension greater than 4 inches; or large clods of earth, debris, frozen earth or earth with an exceptionally high void content. For backfill up to a level I foot over the top of pressure pipelines and 2 feet above the top of gravity pipelines, only selected materials shall be used. Select materials shall be finely divided material free from debris, organic material and stone, and may be suitable job excavated material or shall be provided by the Contractor from other sources: The backfill shall be placed in uniform layers not exceeding 6 inches in depth. Each layer shall be moistened and carefully and uniformly tamped with mechanical tampers or other suitable tools. Each layer shall be placed and tamped under the pipe haunches with care and thoroughness so as to eliminate the possibility of voids or lateral displacement. The remainder of the backfill material shall then be placed and compacted above the level specified above. In areas not subject to traffic, the backfill shall be placed in 12 inch layers and each layer moistened and compacted to 95% of the maximum laboratory dry density. Under roadways, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in 8 inch layers and each layer moistened and compacted to a density in compliance with that of Section 209 of the Standard Specifications for. Roads and Bridges of the Georgia State Department of Transportation, Latest Edition, or with that of the Augusta-Richmond County Right-of-way Encroachment Guidelines, whichever is appropriate, so that traffic can be resumed immediately after backfilling is completed. Any trenches which are improperly backfilled, or where settlement occurs, shall be reopened to the depth required for proper compaction, then refilled and compacted with the surface restored to the required grade compaction. Along all portions of the trenches not located in roadways, the ground shall be graded to a reasonable uniformity and the mounding over the trenches left in a neat condition satisfactory to the Engineer. The Contractor shall be required to re-use surplus spoils generated during the project in areas where the soil is determined to be unsuitable at no extra cost to the Owner. Any and all soil used for backfill must be within 1 1/2%:f: of the Optimum Moisture Content for the soil. Sheeting not specified to be left in place shall be removed as the backfilling progresses. Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left by the removal of sheeting and shoring shall be carefully filled and compacted. Where, in the opinion of the Engineer, damage is liable to result from Withdrawing sheeting, the sheeting will be ordered to be left in place. -05. BORING AND JACKING: Where required by the drawings, the pipeline will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. standards and those of the railroad involved. The steel casing shall be in accordance with ASTM A252 to the thicknesses shown on the drawings. F:I.AA-CORRESPONOENCh\I999\992.1".JO us HWY I 20\specs\TS9923.J..JO,wpd TS-9-4 I I I I I I I I I I I I I I I I I I I -06. PAVEMENT REMOVAL AND REPLACEMENT: Where necessary existing pavements shall be removed and replaced, the applicable standards of the State Highway Department or local authority shall govern this work. Joints shall be sawed, unless joints equally uniform in the opinion of the Engineer result from other means. All pavement repairs shall consist of a concrete slab no less than 8 inches thick or compacted graded aggregate at least 6 inches thick, as appropriate for the areas indicated on the drawings. Where the parent pavement is concrete, the slab surface shall be smoothly finished flush with the surrounding pavement. Where the parent pavement is asphalt, the concrete slab shall be raked finished and topped with 1- ~ inches of surface mix asphalt paving rolled flush with the surrounding pavement. -07. MEASUREMENT AND PAYMENT: Excavation and backfilling for pipelines and appurtenances, except as hereinafter provided for, will be considered as incidental to the construction of the various elements of the installation it is associated with, and no separate payment will be made therefor. When made at the direction of Engineer, overcut, rock excavation and backfill to compensate for rock will be made at the unit price for rock excavation per cubic yard measured in place as shown in the bid schedule. When made at the direction of the Engineer, overcut and backfill to compensate for inadequate foundation will be paid for at the unit price for overcut andcIean stone bedding, per ton of stone or overcut and suitable backfill, per cubic yard, as shown in the bid schedule. Sheeting ordered to be left in place will be paid for at the unit price for sheeting left in place, per board foot as shown in the Additional Items section of the bid schedule. Joints in pavements will not be paid for separately. Pavement removal and replacement will be paid for at the unit contract price therefor, per square yard. F;\AA-CORRESPONDENCF.\I999\QQ2J".JO us HWY I 20\sp<<:,\rS~23-l-JO,""lJd TS-9-5 I I I I I I I I I I I I D B I I I I I -01. SECTION TS-lO EXCAVATING AND BACKFILLING FOR STRUCTURES SCOPE: This section covers excavating, filling and backfilling for building construction work and incident thereto. -02. -03. DEFINITIONS: 1. Unsatisfactory materials include those conforming to classes PT, OH, CH, MH, or OL, or as described in the Unified Soil Classification System, as adopted by the Corps of Engineers and the Bureau of Reclamation ~n January 1952. 2. COHESIONLESS AND COHESIVE MATERIALS: Cohesionless materials include gravel, gravel-sand mixtures, sands, and gravelly sands. Cohesive materials include clayey and silty gravel, gravel-silt mixtures, clayey and silty sands, sand-clay mixtures, clay silts, and very fine sands. When results of compaction tests for moisture-density relations are recorded on graphs, cohesionless soils will show straight lines or reverse-shaped moisture density curves and cohesive soils will show normal moisture-density curves. J SITE PREPARATION: The work area shall be stripped of all topsoil, vegetation, timber, debris and other rubble. Loose soil from stump removal shall be removed from stUmp holes. Where required, stump holes shall. be backfilled with clean earth and compacted as specified on the drawings. Areas containing soft, organic or other objectionable material shall be removed as directed by the Engineer. -04. EXCAVATION: 1. GENERAL: The excavation shall conform to the dimensions and elevations indicated for each building and structure, except as specified hereinafter. Excavation shall extend a sufficient distance from walls and footings to allow for placing and removal of forms, installation of services, and for inspection, except where the concrete for walls and footings is authorized to be deposited directly against excavated surfaces. Excavations carried below indicated depths will not be permitted except to remove unsatisfactory material. Unsatisfactory material shall be excavated below the grades shown, as directed, and replaced with satisfactory material. Excavation methods shall generally meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. F:\AA.cORRESPONDENCElI999\992J4.30 us HWY I 201spccsITS99234-30."1'<i TS-lO-l I I I I I I I I I I I I I I U I I I I Material removed below the depths indicated without specific direction of the engineer shall be replaced, at no additional cost to the Owner, to the indicated excavation grade with satisfactory materials placed and compacted as specified except that concrete footings shall be increased in thickness to the bottom of overdepth in earth excavation and overbreak in rock excavation. 2. DRAINAGE: Excavation shall be performed in such manner that the area of the site and the area immediately surrounding the site will be continually and effectively drained by gravity. Water shall not be permitted to accumulate in the excavation. The excavation shall be drained by satisfactory methods to prevent softening of the foundation bottom, undercutting of footings, or other actions detrimental to proper construction procedures. 3. SHORING: Shoring, including sheet piling, shall be furnished and installed as necessary to protect workmen, banks, adjacent paving, structures, and utilities. Shoring, bracing, and sheeting shall be removed as excavations are backfilled, in a manner to prevent caving. 4. BORROW: Where satisfactory materials are not available in sufficient quantity from required excavations, approved materials shall be obtained from the borrow areas from approved sources off Owner-controlled land at the Contractor's responsibility. The necessary clearing and grubbing of borrow area disposal and burning of debris therefrom, the development of sources including any access roads for hauling and the necessary right-of-way, and the satisfactory drainage of the borrow areas shall be considered as incidental items to borrow excavation. Borrow areas shall be neatly trimmed and trained after borrow excavations are completed. 5. EXCA V A TED MATERIALS: Satisfactory excavated material required for backfill shall be placed in the proper section of the permanent work required under this section, or shall be separately stockpiled if it cannot be readily placed. Satisfactory excavated material in excess of that required for the work under this section shall be made available for use in other portions of the permanent overall site work required for the contract project. Satisfactory material in excess of that required for the permanent work and unsatisfactory material shall be disposed of in designated spoil areas as a part of the Contractor's responsibility. No satisfactory material shall be wasted or used for the convenience of the Contractor unless so authorized. Stockpiles shall be placed, graded, compacted and shaped for prop~r drainage. 6. FINAL GRADE: Care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before concrete is to be placed. F:IAA-CORRESPO~nENCE\I""992J4.JO us HWY I 201sp<<sITS992J"'JO...".l TS-1O-2 I I I I I I I I I I I I I I I I I I I -05. COMPACTION OF FILLS: All fills shall be compacted in layers not thicker than eight inches by rolling, tamping, vibrating, or combination thereof. When material varies from optimum moisture content, it shall be treated as follows: 1. When wet, moisture shall be reduced by scarifying and aerating the soil until optimum moisture is obtained. At not time will soil not within I 1/2%:f: of optimum moisture be used as backfill. 2. When dry, moisture shall be added by sprinkling, and thoroughly mixing to incorporate into the uncompacted soil. 3. Fill and cut areas will be sloped so as to drain properly and prevent accumulation of water. When existing or cut areas are to be covered with less than one foot of fill, the surface shall be scarified to a depth of eight inches and compacted to the same density as adjacent areas. The compaction obtained shall be no less than 95 per cent of the Standard Proctor Maximum. The top 12 inches of all filled areas shall be compacted to 100 per cent of the Standard Proctor Maximum. -06. FIELD DENSITY DETERMINATIONS: Field density determinations may be made to determine the compaction of the fill. These tests will be made in each two foot lift of the fill, and in sufficient number laterally to give complete coverage and assure proper compaction of the entire fill. -07. BACKFILLING: Backfilling shall not begin until construction below finish grade has been approved, underground utility systems have been inspected, tested, and approved, forms removed, and the excavation cleaned of trash and debris. Backfill shall be brought to indicated fInish grade. Backfill shall not be placed in wet or frozen areas: Backfill shall be of satisfactory materials placed and compacted as specified. Heavy equipment for spreading and compacting backfill shall not be operated closer to foundation or walls than a distance equal to the height of backfill above the top of footing; the area remaining shall be compacted by power-driven hand tampers suitable for the material being compacted. Backfill shall be placed carefully around pipes to avoid damage to coatings. Backfill shall not be placed against foundation walls prior to 7 days after completion of the walls. As far as practicable, backfill shall be brought up evenly on each side of the wall and sloped to drain away from the wall. F:\AA.cORRESPONDENCElI9<l9\992J4.JO us HWY I 20~\TS992J.o-JO.wpd TS-I0-3 ~I I I I I I I I I I I I I o I I I I I -08. PROTECTION: Settlement or washing that occurs in graded or backfilled areas prior to acceptance of the work shall be repaired and grades re-established to the required elevations and slopes. -09. MEASUREMENT AND PAYMENT: No separate measurement or payment will be made for excavation and backfill performed under this section. Payment therefore will be included in the .contract price for the structure or installation to which such excavation and backfill is incidental. F:IAA-CORRESPONDENCEII 999I992J<.JO us HWY I 20\,pcclITS992l4-l0.wpd TS-IO-4 I I I I I I I I I I I I I I I I I I .1 -01. SECTION TS-ll STORM SEWER SYSTEM SCOPE: This section covers the storm drainage system, including pIpe culverts and appurtenant structures, complete. -02. -03. PIPE FOR CULVERTS AND STORM DRAINS: 1. Pipe for culverts may be reinforced concrete pipe of the class or D-load strength indicated and shall conform to ASTM C76 or AASHTO M 170 with the following additional requirements. Pipe shall have a readily visible line at least 12 inches in length painted or otherwise applied on the inside and outside of the pipe at each end by the manufacturer, so that, when the pipe is laid on its proper position, the lines . will be at the top of the pipe. The line shall be accurately located to indicate the position where the pipe reinforcing steel is nearest to the exterior surface of the pipe. Non-reinforced concrete pipe shall conform to the latest ASTM C-14. 2. Pipe may also be corrugated metal pipe which shall conform to the latest AASHTO M-36. Bituminous coating, where required by the drawings, shall consist of asphalt cement having a minimum thickness of 0.04 inch measured at the crest of the corrugations. Paved inverts in corrugated metal pipe, where required by the drawings, shall consist of asphalt cement applied on the inside of the pipe for one quarter of its circumference (bottom of pipe when installed). The pavement shall have a minimum thickness of 0.50 inch tapering to 0.1 inch at the sides. TESTS FOR PIPE: 1. RESPONSIBILITY AND CERTIFICATIONS: The Contractor shall be responsible for having the pipe he proposes to furnish tested to demonstrate conformance to the applicable specifications. Certified copies of the test reports shall accompany each load of pipe and shall be delivered to the Engineer for approval before the pipe is installed. 2. Strength tests for reinforced concrete pipe shall be the tests of ASTM C-76. 3. Strength tests for concrete pipe shall be the tests of ASTM C-14. 4. Strength tests for corrugated metal pipe shall be the tests of AASHTO M-36. F:\AA.cORRESPONDENCE\I999\99234.30 us HWY I 20\spclCl\TS992J4.30.v."pd TS-1l-1 I I I I g I I U o I 0"- I I I I I I I I -04. INSTALLATION OF PIPE: Each pipe shall be carefully examined before being laid, and defective or damaged pipe shall not be used. Pipe lines shall be laid to the grades and alignment indicated. Proper facilities shall be provided for lowering sections of pipe into trenches. Under no circumstances shall pipe be laid in water, and no pipe shall be laid when trench conditions or weather are unsuitable for such work. Full responsibility for the diversion of drainage and for dewatering of trenches during construction shall be borne by the Contractor. All pipe in place shall have been approved before backfilling. When storm drain pipe terminates in a new ditch, the headwall or end section together with ditch pavement, if specified, shall be constructed immediately as called for on the plans. Ditch slopes and disturbed earth areas shall be grassed and mulched as required by the section Grassing. The Contractor will be responsible for maintaining these newly constructed ditches and take immediate action subject to approval to keep erosion of the ditch bottom and slopes to a minimum during the life of the contract. No additional compensation will be given to the Contractor for the required maintenances. -:- 1. JOINTING: Joints for concrete and reinforced concrete shall be of the Bell and Spigot type and .installed according to manufacturer's recommendations using Portland cement mortar. Corrugated metal pipe joints shall be made by riveting or by means of connecting bands with bolted couplings in accordance with the manufacturer's recommendations. 2. ALIGNMENT: Elliptical concrete pipe with circular reinforcing and circular concrete pipe with elliptical reinforcing shall be so placed that the reference lines designating the top of the pipes will be not more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. In all backfilling operations that Contractor shall be responsible for preventing damage to or misalignment of the pIpe. -05. EXCAVATION AND BACKFILLING FOR DRAINAGE STRUCTURES: Excavation and backfilling for drainage structures shall conform to the applicable requirements specified hereinbefore in the se-ction, "Excavation, Trenching and Backfilling for Pipe Lines." Trenches and pits shall be of sufficient size to permit the placing and removal of forms for the full width and length of structure footings and foundation, as shown on the drawings. The dimensions and elevations indicated on the drawings are approximate only and may be changed when deemed necessary to secure satisfactory foundations. Bracing, sheeting and shoring shall be provided where required. -06. DRAINAGE STRUCTURES: Drainage structures, where indicated in the plans shall be of the following types, constructed of the materials specified for each type and in accordance with the details shown on the plans. F:\AA-CORRESPONDENCC'"\1999\99234.JO us HWY I 20\speCs\TS992J4-JO.\o\pd TS-1l-2 I I I I I I I D I I I I I I I I I I I -07. 1. INLETS: Inlets shall be constructed of reinforced concrete, plain concrete or brick, complete with frames and covers. 2. HEADW ALLS: Headwalls shall be constructed of brick, reinforced concrete or plain concrete as indicated. MATERIALS FOR DRAINAGE STRUCTURES: 1. CONCRETE AND REINFORCED CONCRETE: Concrete and reinforced concrete shall conform to the requirements specified for Class B concrete designed for a minimum compressive strength of 2,500 pounds in 28 days, based on test cylinders prepared and tested as specified under the section on CONCRETE CONSTRUCTION of these specifications. Aggregate shall be as specified in the section on CONCRETE CONSTRUCTION. Maximum size of coarse aggregate shall be not more than I ~ inches or less than I inch. Forms shall be made of sound lumber and constructed to the shape, form, line, and grade required, and shall be maintained sufficiently rigid to prevent deformation under load, and inspected for approval prior to placement of concrete. Water shall be removed from excavations before concrete is placed. Concrete shall be conveyed from mixer to forms as rapidly as practicable without segregation or loss of ingredients. Concrete shall be placed in layers not over 18 inches deep and shall be spaded and compacted as directed. The concrete covering over steel reinforcing shall be as shown on the plans, but where not shown, it shall be not less than 1 inch for covers and not less than I ~ inches for walls and flooring. Concrete deposited directly against the ground shall have a thickness of at least 3 inches between the steel and the ground. Expansion joint filler shall be preformed bituminous fiberboard, or wood board except where specifically specified on the drawings. Surfaces exposed to view shall be a smooth fmish with all blemishes removed. All concrete surfaces shall be cured for at least 7 days by covering with waterproof paper, or kept moist with cotton mats or burlap as approved. 2. MORTAR: Mortar for connections to drainage structures shall be composed of one part by volume of Portland cement and two parts of sand. The Portland cement shall conform to ASTM C-150-65, Type I or II. The sand shall conform to AASHTO Standard M-45, and shall be of an approved gradation. Hydrated line may be added to the mixture of sand and cement in an amount equal to 25 percent of the volume of cement used. Hydrated lime shall conform to Federal Specification SS-L-351, Type M, or ASTM Standard C 141-61, Type A. The quantity of water in the mixture shall be sufficient to produce a stiff workable mortar but shall in no case exceed 7 gallons of water per sack of cement. Water shall be clean and free of injurious acids, alkalies, and organic impurities. The mortar shall be used within 30 minutes from the time the ingredients are mixed with water. The inside of the joint shall be wiped clean and finished smooth. In pipe too small for a man to work inside, wiping may be done by dragging an approved swab or long-handled brush through the pipe as F:\AA.cORRESPONOENCh\I999\992J4.30 us HWY I 201.spccs\TS992J.a...JO.""pd TS-1l-3 I I I I I D o I o o I o I I I .1 I o I . work progresses. The mortar bead on the outside shaIi be protected from air and sun with a proper covering until satisfactorily cured. -08. TESTING: DISPLACEMENT TEST: Mains will be checked to determine whether any displacement of the pipe has occurred (a) after the trench has been backfilled to two feet above the pipe and tamped as specified; and (b) upon completion of the project. The test will be as follows: A light will be flashed between manholes or, if the manholes have not as yet been constructed, between locations of the manholes, by means of a flashlight or by reflecting sunlight with a mirror. rfthe illuminated interior of the pipe shows any misalignment, displaced pipe, or any other defects, the defects designated by the contracting officer shall be remedied by the contractor at his expense. -09. MEASUREMENT AND PAYMENT: Payment shall be made according to the unit price in the Bid Schedule. F,IAA.cORRESPONOENCE\I9991992J4.JO us HWY I 201<pocsITS99234-JO.wpd TS-1l-4 I I I I I I I I I I I I I I I I I I I SECTION TS-12 SANITARY SEWER SYSTEM -01. SCOPE: This section covers the construction of sanitary sewers and appurtenant structures, complete. -02. PERMITS AND CODES: It is the intent of this section of the specifications that the Contractor's bid on the work covered herein be based upon the drawings and specifications and with all applicable codes and regulations as amended by any waivers. The Contractor's attention is directed to the paragraph, "Permits and Licenses," of the GENERAL CONDITIONS. _-03. TRENCHING AND BACKFILLING: Trenching and backfilling is specified under section entitled "Excavating, Trenching and Backfilling for Pipe Lines." -04. SEWER MATERIALS: 1. SEWER PIPES: Except as otherwise shown on the drawings, pipe for sanitary sewers shall be extra strength clay pipe, extra strength concrete sewer pipe, ductile iron pipe or PVC pipe. All sewer service laterals having less than three (3) feet cover shall be constructed of ductile iron pipe. Pipe materials shall conform to the following requirements: . A. Clay Pipe: Clay pipe shall conform to ASTM Specification C-800 for Extra Strength Clay Pipe and must be installed in accordance with ASTM C-12. B. Concrete Pipe: Concrete sewer pipe shall conform to the requirements of ASTM Specification C-76 for Wall B pipe using Type II cement. Pipe shall have o-ring type bell and spigot joints conforming to the requirements of ASTM C-443, pipe interior shall be lined with a two part cold tar epoxy material (Indurall #2100, Koppers cold tar epoxy or approved equal) to a dry film thickness of 21- mils. Pipe surface preparation and lining applications shall be in accordance with the manufacturer's recommendations. C. Ductile Iron Pipe: Ductile Iron pipe and fittings will be used where indicated on the drawings and will conform with the following specifications: (1) Ductile iron pipe shall be designed in accordance with ANSI Specifications A21.50, Class 50 pipe, unless otherwise specified and F:IAA.cOIlRESPONDENCb"\I999\9'l234_l0 us HWY I 20""""ITS9'l234-l0.wpd TS-12-1 I 'I I I I I I I. I U. I I I I I I I I I it will be manufactured in accordance .with ANSI Specifications A21.51. (2) Ductile iron pipe shall have a bituminous coating outside and be cement lined and seal coated inside in accordance with ANSI Specifications A21A. (3) The class or nominal thickness, net weight without lining, and name of manufacturer shall be clearly marked on each length of pipe. The letters "D.I." or "Ductile" shall be cast or stamped on the pipe. D. Polyvinyl Chloride (PVC) Sewer Pipe: Polyvinyl chloride (PVC) sewer pipe shall conform to the requirements of ASTM D-3034 for SDR-35 pipe. Provisions shall be made for contraction and expansion at .each joint with a rubber ring.. The bell shall consist of an integral wall section stiffened with two PVC retainer rings which securely lock the solid cross section rubber rings into position. Standard lengths shall be 20 feet and 12.5 feet:!:l inch. Minimum "pipe stiffness" (Fhy) at 5% deflection shall be 46 for all sizes when tested in accordance with ASTM Specification D2412, "External Loading Properties of Plastic Pipe by Parallel-Plate Loading." 2. JOINTS: Joints in clay sewer pipe shall be in accordance with ASTM Specification C-425. Joints in ductile iron pipe shall be of the push-on type, such as U. S. Pipe's "Tyton Joints," American's Fastite or Clow's Bell Tite. Joints to be furnished according to ANSI Specifications A21.11, complete with all necessary accessories. Joints for concrete pipe shall be bell and spigot with o-ring rubber gaskets, conforming to ASTM C-443. Joints for PVC pipe shall be in accordance with ASTM D2855. Direct joints between different types of sewer pipe shall be made using special transition fittings made for the types of pipe involved. In cases where such fittings are not available, the connection will be made using oakum and burlap packed tightly and grout sealed, as directed by the.Engineer. 3. FITTINGS: Proper fittings shall be provided for the installation and connection of all lines. In general a Y -branch and a 1fa inch curve shall be provided for each branch connection except at manholes. Connections made by cutting holes in pipes will not be permitted. All fittings and accessories shall be as manufactured and furnished by the pipe supplier or installed wherever pipe passes through a manhole wall. Fittings shall be ductile iron Class 350 (4" through 24") and Class 250 (30" and larger) in accordance with ANSI Specification A21.1 O. Fittings will be cement lined in accordance with A21A as shown above. Fittings 4 inches through 12 inches may.be made from ductile iron Grade 70-50-05 in accordance with ANSI/AWWA A21.53/C153. . Fittings and accessories shall be F:IAA-CORJlESPONDENCElI999I992J4.JO us HWY I 20\spc<sITS99lJ4-JO...pd TS-12-2 I I I I I I I I I I I I 8 I I I I I I push-on joint in accordance with ANSI! A WW A A21.1 O/C 11 0 and ANSI! A WW A A21.11lC 111. The wall thickness of fittings shall be equivalent of ductile iron Class 54. The working pressure rating shall be 350 psi. Fittings shall have bituminous outside coating in accordance with ANSI! A WW A A21.4/C 104. Fittings shall be equal to U.S. Pipe's "Trim-Tyte" or "Trim-Tyton" or Engineer's approved equal. 4. MANHOLES: The Contractor shall furnish all materials and shall construct all the manholes required as a part of this contract, including frames, covers and steps. Manholes shall conform in shape, size, dimensions, materials, and other respects to the details indicated on the drawings, or as ordered by the Engineer. Manholes shall have poured in place concrete bases. Concrete shall be 3000 psi (28 day) and conform to the requirements specified under the section entitled "Concrete Construction. " 5. PRECAST CONCRETE SECTIONS: At the Contractor's option, precast reinforced concrete manholes may be used. If used, precast manholes shall conform to the ASTM Spedfication C478, "Specifications for Precast Reinforced Concrete Manhole Risers, Bases and Tops," with the following exceptions and additional requirements: A. Type II cement shall be used except as otherwise approved. B. Manhole steps are specified under "Manhole Steps." C. Sections shall be steam cured and shall not be shipped until at least five days after having been cast. D. Minimum wall thickness shall be five inches. E. Acceptance of the sections will be on the basis of material tests and inspection of the completed product. F. Domes shall be of the eccentric type. G. Joints in riser sections shall be made with Butyl Rubber "Rope" conforming to Federal Specification (GSA-FSS) SS-S-00210. H. No more than two lift holes may be cast or drilled in each section. 1. The date of manufacture and the name or trademark of the manufacturer shall be clearly marked on the inside of the barrel. 1. If precast bases are used, manufacturer shall provide to the Engineer, calculations showing that' the precast base as submitted wil1 meet or exceed F:\AA-CORRESPONDENCE\I999\99234.30 us HWY 1201.spcla\TS9923.J..JO..."pd TS-12-3 I I I I I I I I I o 1--- I I I I I I I I the weight required to overcome buoyancy forces compared to thecast-in- place bases as detailed on the drawings. K. Precast inverts may be used provided they are acceptable to the Engineer and regulatory agency approving the installation. 6. BRICK: The brick shall be sound, hard, and uniformly burned brick, regular and uniform in shape and size, of compact texture and satisfactory to the Engineer. Brick shall comply with the ASTM C321, "Standard Specification for Sewer Brick," (made from clay or shale), for Grade SA, hard brick except that the mean of five tests for absorption shall not exceed eight percent by weight. Rejected brick shall be immediately removed from the work and brick satisfactory to the Engineer substituted. 7. CONCRETE BLOCK: Concrete block shall be sound, hard, regular and uniform in shape and size, and satisfactory to the Engineer. Concrete block shall conform to ASTM Specification C139. Rejected concrete block shall be removed from the work promptly. 8. MORTAR FOR BRICK AND CONCRETE BLOCK WORK: The mortar shall be composed of Portland cement, hydrated lime, and sand in which volume of sand shall not exceed three times the sum of the volumes of cement and lime. The . proportions of cement and lime shall be as directed and may vary from I: ~ for dense, hard burned brick to 1:% for softer brick. In general, mortar of grade SA brick shall be mixed in the proportion of 1: ~:4:~. Cement shall be type II Portland cement as specified in the section entitled "Concrete Construction. " Hydrated lime shall be Type "s" conforming to the ASTM Specification C207, "Standard Specification for Hydrated Lime for Masonry Purposes,i' latest revision. The sand shall comply with the specifications for "Fine Aggregate" for CONCRETE MASONRY except that all of the sand shall pass a No.8 sieve. 9. FRAMES AND COVERS: The castings for the manhole frames and covers shall be of good quality, strong, tough, even grained, soft cast iron, smooth, free from scale, lumps, blisters, sandholes, and defects of every nature which would render them unfit for the service for which they are intended. All castings shall be thoroughly cleaned and. subject to careful hammer inspection. F:\AA-CORRESPONDENCE\I999\99234.JO us HWY I 20\spcC'!i\TS992J..J..30.~'pd TS-12-4 I I I I I I I I I D B I I I I I I I I -05. Casting shall conform to ASTM Specification A48, Class 301, "Standard Specifications for Gray Iron Castings,' latest revision. Before being shipped from the foundry, castings shall be given two coats of coal tar pitch varnish, applied in a satisfactory manner so as to make smooth coating, tough, tenacious, and not brittle or with any tendency to scale off. Tops and gratings weighing less than 100 pounds shall have an approved locking device. 10. MANHOLE STEPS: Unless otherwise indicated, manhole steps shall be copolymer polypropylene plastic, reinforced with W' Grade 60 reinforcement. The steps shall be capable 'of resisting pullout forces of over 1500 pounds and impact of up to 300 foot pounds with only minor deflection and no cracking. They shall be provided with serrated tread and tall end lugs to prevent slippage forward, backward or sideways. INSTALLATION: 1. SEWER PIPE LAYING: The pipe shall be laid with bell or groove end upgrade. Pipe shall be tested for soundness, clear interior and satisfactory joint surfaces before lowering the pipe into the trench. Pipe shall be laid in straight lines and on uniform grades between points where changes in alignment or grade are shown. The pipe barrel shall be uniformly bedded. The line and invert grade of each pipe shall be checked from a top line carried on batter boards Ilot over 25 feet apart or by use of a laser beam target inserted in each joint. Pipes shall be laid to form a smooth, uniform invert. A ~topper shall be installed in the pipe mouth when pipe laying is not in progress. PVC gravity sewer pip'e and force main shall be installed in accordance to ASTM D2321, latest revision. Ductile iron force main shall be installed in accordance with A WW A C600, latest revision. 2. BACKFILLING AROUND PIPE: As soon as the joint material has set, fine earth shall be carefully tamped around each joint, and around and over the pipe to a depth of at least 2 feet above the top of gravity pipelines. In addition, all PVC sewer pipe shall be bedded in selected material from the pipe centerline down to a point 3 to 6 inches below the pipe invert. Selected materials for this purpose shall be Class I or II soils as specified in ASTM D232l. 3. SEWER STRUCTURES: Appurtenant sewer structures shall be constructed according to one or more of the following methods: A. Masonrv:Brick for manholes and other sewer structures shall be laid with shove joints completely filled with mortar. Horizontaljoints shall not exceed ~ inch, vertical joints ~ inch on their interior face. In circular structures, all brick shall be laid as header with joints broken between courses. Interior F:\AA.cORRESPONDENCEII 999\992J4.JO us HWY I 20\sp<<'ITS992J4,JO.wpd TS-l2-5 I I I I I I I I I o o I I I I I I I I joints shall be struck or wiped smooth with the face ofthe wall. The exterior of sanitary sewer manholes shall be plastered to a thickness of at least Y2 inch. B. Laying Brick and Concrete Block Work: Only clean brick or block shall be used. The brick or block shall be moistened by suitable means, as directed, until they are neither so dry as to absorb water from the mortar, nor so wet as to be slippery when laid. Each brick or block shall be laid in a full bed and joint of mortar without repairing subsequent grouting, flushing, or filling, and shall be thoroughly bonded as directed. C. Plastering and Curing Brick or Block Masonry: Qutside faces of masonry shall be plastered with mortar from y.. inch to 3fa inch thick. If required, the masonry shall be properly moistened prior to application of the mortar. The plaster shall be carefully spread and troweled so that all cracks are thoroughly worked out. After hardening, the plaster shall be carefully checked by being tapped for bond and soundness. Unbonded or unsound plaster shall be removed and replaced. Masonry and plaSter shall be protected from too rapid drying by the use of burlap kept moist, or by other approved means, and shall be protected from the weather and frost, all as required. D. Manhole Inverts: Manhole flow channels shall be constructed of concrete, sewer pipe, brick or precast, and shall be of semicircular section. Each manhole shall be provided with such channels for all connecting sewers. The inverts shall conform accurately to the size of the adjoining pipes. Side inverts shall be cUrved and main inverts (where direction changes) shall be laid out in smooth curves of the longest possible radius which is tangent to the centerlines of adjoining sewers. E. Drop Manholes: Drop inlets shall be provided into manholes on sanitary sewers for incoming lines having inverts 2 feet or more above the inverts of the manhole outlet lines. Drop pipe and fittings shall be encased in masonry integral with the manhole and extending from the manhole base to the top of the incoming sewer. Diameter of drop manholes to be four feet at a mIrumum. F. Setting Manhole Frames and Covers: Manhole frames shall be set with the tops conforming accurately to the grade of the pavement or finished concentric with the top of the masonry and in a full bed of mortar so that the space between the top ofthe manhole masonry and the bottom flange of the F:\AA..cORRESPONDENCE\I999\992J4.JO us HWV I 20\spa:s\TS9(2),J..30.wpd TS-12-6 I I I I I I I I I I ,I I I I I I I I I frame shall be completely filled and inade watertight. A thick ring of mortar extending to the outer edge of the masonry shall be placed all around the bottom flange. The mortar shall be smoothly finished to be flush' with the top of the flange and have a slight slope to shed water away from the frame. Manhole covers shall be left in place in the frames on completion of other work at the manholes. G. Setting Precast Manholes Sections: Precast-reinforced concrete manhole sections shall be set so as to be vertical and with sections and steps in true alignment. All holes in sections, used for their handling, shall be thoroughly plugged with mortar. The mortar shall be I part cement to I Yz parts sand; mixed slightly damp to the touch until it is dense and an excess of paste appears on the surface; and then fmished smooth and flush with adjoining surfaces. 4. BULKHEADS AND FLUSHING: The contractor shall build a tight bulkhead in the pipeline where new work enters an existing sewer. The bulkhead shall remain in place until its removal is authorized by the Engineer. Care shall be taken to prevent earth, water and other materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings for mariholes. All sanitary sewer, except building connections shall be flushed with water in sufficient volume to obtain free flow through each line. All obstructions shall be removed and all defects corrected. As soon as possible after the pipe and m3nholes are completed on any line, the Contractor shall flush out the pipeline using a rubber ball ahead of the water. None of the flushing water or debris shall be permitted to enter ~y existing sewer. 5. TEMPORARY PLUGS: At all times when pipe laying is not actually in progress, the open ends of the pipe shall be closed by temporary watertight plugs or by other approved means. Ifwater is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed: 6. JOINTS AND STRUCTURE RIGHTNESS: All pipe joints shall be made as nearly watertight as practicable. There shall be no visible leakage at the joints and there shall be no sand, silt, clay, or soil of any description entering the pipelines at the joints. Leaks in the pipelines which cause infiltration or exfiltration to exceed limits herein specified shall be repaired hy replacing defective pipe. Grouting and/or caulking to repair pipelines where excessive infiltration or exfiltration is evident will not be permitted. F:\AA.cORRESPONDENCEII 999\992J4.JO us HWY I 20\jpeCS\TS992J4-JO.~ TS-12-7 I I I I I I I I I I I I I I I I I I I 7. FITTINGS AND STOPPERS: Branches and fittings shall be laid by the Contractor as indicated on the drawings and/or as directed by the Engineer. Open ends of pipe and branches shall be closed with premolded gasket joint stoppers which conform with the same requirements as pipe being used. 8. SEWER LINE RELATION TO WATER MAINS: Sewer lines and sewer force mains in relation to water lines shall conform to "Ten States Standard" Section 29.3 at a minimum. Sewer lines shall have at least a 10 foot pipe-to-pipe horizontal separation from known or proposed water mains. When a sewer crosses under a water main, there shall be at least 18 inches from the crown of the sewer line to the bottom of the water main. In all cases where adequate vertical separation as stated above cannot be achieved (or whenever sewer lines must be installed to cross above a water main), both the water and sewer lines shall be constructed of ductile iron pipe a distance of 10 feet on each side of their intersection with one full length of water main centered onthe sewer line. . 9. MINIMUM COVER FOR SEWER LINES: Gravity sewer lines shall have a minimum of 3 feet of cover at the crown of the pipe. In cases where this minimum cover cannot be achieved, ductile iron. pipe shall be used. 1 O. DETECTABLE TAPE: Detectable tape as manufactured by Reef Industries of Houston, Texas, or equal shall be iI1stalled during the backfill operation at a point 1 foot below. the fmal finished grade. The detectable tape shall be a 5.5 mil composition film containing one layer of metalized foil laminate between two layers of inert plastic film specifically formulated for prolonged use underground. The tape shall be highly resistant to alkalis, acids and other destructive agents found in the soils. The detectable tape shall bear a continuous printed message "Caution Sanitary Sewer Line Buried Below." The message shall be printed in permanent ink formulated for prolonged use underground. Letters shall be clearly legible and have a minimum height of 1.2 inches. 11. BORING AND JACKING: Where required by the drawings, the sanitary sewer line will be installed in a steel casing, placed by boring and jacking. . . Where bonng is required under highways, the materials and workmanship will be in accordance with the standards of the State Highway Department or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved. F:\AA.cORRESPONDENChW'99\99234.30 us HWY I 20\spca\TS99234-30.wpd TS-12-8 I I I I I I I I I I I I I I I I I U I A. Casing Pipe: the casing pipe shall conform to the materials standards of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of35,000 psi. Casing pipe shall be joined together with welded joints. B. Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. C. Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. When installing water lines through casing, the Contractor shall mechanical joint pipe with retainer glands throughout the length of the casing. The sanitary sewer line shall be strapped to treated wooden skids with metal straps throughout the length of the casing. The empty space shall then be filled with sand and the ends of the casing shall be sealed with brick and mortar. 12. FORCE MAIN INSTALLATION: In general, sewer force main must be installed in accordance with the water distribution system specifications. Polyvinyl chloride (PVC) force main must conform to ASTM D-2241, latest reVISIon. Ductile iron force main must conform to ASTM A-377, latest revision. 13. REMOVAL AND REPLACEMENT OF EXISTING PIPE AND EQUIPMENT: where indicated on the drawings or required to properly place the work under this contract, as approved by the Engineer, the Contractor shall remove and replace such pipe lines and equipment in a manner as approved by the Engineer. -06. INSPECTION INFIL TRA TION/EXFIL TRA TION LEAKAGE TESTS: Upon completion of a section of the sewer, the Contractor shall dewater it and conduct a satisfactory test to measure the infiltration or exfiltrationfor at least three consecutive days. The amount of infiltration including "Y" branches, and connections shall not exceed 100 gallons per inch diameter per mile of sewer pipe per 24 hours for gravity sewer pipe. The amount of 5 0 gallons per inch diameter per mile of sewer per 24 hours shall not be exceeded for ductile iron pipe. The Contractor shall be responsible for the satisfactory watertightness of the entire section of sewer. As required, suitable bulkheads shall be installed to permit the test of the sewer. F:\AA-CORRESPONDENCElI999\99234.30 us HWY I 20\spcco,TS992l4.l0."1>'l TS-12-9 I I I I I I I I I U I I I I I I I I I Where the ground water level is less than 1 foot above the top of the pipe at its upper. end, or as directed by the Engineer, the sewer shall be subjected to exfiltration testing by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height 4 feet above the top of the sewer at its tipper end. The leakage out of the sewer, measured by the volume of the water necessary to maintain meter level in the highest manhole, shall not exceed 200 gallons per inch diameter per 24 hours per mile of sewer for gravity sewer pipe. The amount of 50 gallons per inch diameter per 24 hours per mile of sewer shall not be exceeded for ductile iron pipe. The sewer shall be tested before any connections are mad~ to buildings or to active sewers. The Contractor shall construct such weirs and bulkheads. as may be required, shall furnish all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. The Contractor may use a low pressure air test as an option to the hydraulic infiltration/exfiltration leakage test for gravity lines provided the Contractor established a correlation between the air test results and the quantity of infiltration/exfiltration actually being experienced by the line and the allowable air pressure drop shall be that corresponding to the allowable hydraulic leakage specified previously in this section. Such a correlation is to be established according to a procedure satisfactory to the Engineer. The low pressure air test shall be performed in accordance with the applicable sections of ASTM C828, latest revision. If the Contractor opts to use the low pressure air test, leakage tests on manholes shall be conducted independently of the lines by using a hydraulic infiltration/exfiltrationtest as directed by the Engineer. The allowable infiltration into the manhole over a 24 hour period is zero and the allowable exfiltration is also zero when tested by plugging off the manhole and filling it with water four feet above the top of the sewer and measuring the water loss over a 24 hour period. -07. . MEASUREMENT AND PAYMENT: Payment will be made at the unit prices as shown in the bid schedule. F:\AA.CORRESPONDENCE\I999\992J4.JO us HWY I 20\SPCCS\TS992J4-JO.wpd TS-12-1O I I I I I I I I I I I I I I I I I I I SECTION TS-13 WATER TRANSMISSION MAIN -01. GENERAL: This section covers the installation of all piping, fittings, valves and appurtenances involving the 20 inch water transmission main, complete. For installation of pipe sizes 16 inch and smaller, see Section TS-14, "Water Distribution System." -02. MATERIALS: 1. PIPE AND JOINTS: A. General: Except as otherwise indicated on the drawings, all water pipe shall be ductile iron pipe. For pipe sizes 18 inch through 24 inch, pipe thickness shall be in accordance with ANSI A21.50/ A WW A C 150 for Pressure Class 300. B. Ductile iron pipe is to be manufactured in accordance with ANSI A21.51/ A WW A C 151-96 having a minimum 60,000 psi tensile strength, 42,000 psi minimum yield strength and 10 percent elongation. Each pipe shall be pressure tested at 500 psi minimum at point of manufacture. C. All pipe and fittings shall have bituminous coating outside approximately 1 mil thick. The coating shall be applied in accordance with ANSI A- 21.51/ A WW A C 151-96. The pipe shall be cement mortar lined in accordance with the latest version of ANSI A21.4/ A WW A C 1 04. D. The pressure class, net weight without lining and name of manufacturer shall be clearly marked on each length of pipe. The letters "D.l." or "DUCTILE" shall be cast or stamped on the pipe. E. Push-On Joints: Unless otherwise indicated on the drawings, joints in ductile iron pipe shall be the single-gasket, push-on type meeting the requirements on ANSI A21.l1/A WW A CII1. Push-on joints shall be U.S. Pipe's "Tyton Joint," or ACIPCO's"Fastite." Joints to be furnished complete with all necessary accessones. F. Restrained Joint Pipe and Fittings: Restrained joints in pipe and fittings shall be of the single gasket push-on type, and shall conform to all applicable provisions of ANSI / A WW A Standard C Ill. Thickness of the pipe barrel remaining at grooves cut, if required in the design of the restrained end F:\AA-<:ORRESPONDENCElI999\99234.JO us KWY I 20\0p0c1ITS992J4-30.wpd TS-13-1 I I I I I I I I I I I I I I I I I I I joints, shall not be less than the nominal thickness of equal sized non- restrained pipe as specified above for the centrifugally cast ductile iron pipe. The restraining components, when not cast integrally with the pipe and fittings, shall be compact ductile iron or a high strength non-corrosive alloy steel. The proper number of gaskets, bolts, nuts and all necessary joint material shall be furnished. Each thrust-resistant joint and the pipe and fitting of which it is a part, shall be designed to withstand the axial thrust from an integral pipeline pressure of at least 350 psi, 4 inch through 24 inch; 250 psi, 30 inch through 48 inch; and, 150 psi, 54 inch and above, at bulkhead conditions without reduction because of its position in the pipeline nor for support from external thrust blocks. Restrained push-on joint pipe and fittings shall be capable of being deflected after assembly. Fittings for restrained joints shall be manufacturer's standard to accommodate job conditions and shall be compact ductile iron in accordance with applicable requirements of ANSI A21.10/A WWA ClIO and/or A21.53/CI53 with the exception of manufacturer's proprietary design dimensions. Restraint of field-cut pipe shall be provided in strict accordance with the pipe manufacturer's field cutting and welding procedures or as specified in "Mechanical Joint Pipe and Fittings." (1) . Lining shall be as specified for balance of pipe and fittings as specified elsewhere. (2) Manufacturer shall furnish to the Owner, certification that two pipes joined by the restrained joint have been successfully tested to 700 psi, for sizes 4 inch through 24 inch and/or 500 psi, for sizes 30 inch through 60 inch, without any external support or blocking. Such testing and certification shall be witnessed and attested by an independent approved testing laboratory. (3) Restrained joint pipe and fittings shall be U. S. Pipe's "TR Flex" or ACIPCO's "Flex Ring." G. Mechanical Joint Pipe and Fittings: Where pipe sizes 48 inches and less are called for on the.plans, 'and where field cutting of such pipe is required for installation, mechanical joint pipe and fittings may be used with the approval of the engineer. However, all mechanical joints must be fully restrained and meet the same requirements of "Restrained Joint Pipe and Fittings" above. (I) Fittings and accessories shall be mechanical joint in accordance with ANSI A21.10/AWWA CllO and ANSI A21.11/AWWA Cl1I. Fittings shall be ductile iron Class 350 (4 inch through 24 inch) and Class 250 (30 inch through 48 inch). Fittings will be cement lined in accordance with ANSIA21.4/AWWA CI04. Fittings shall have a F,IAA-COIlRESPONDENCE\I999\992J4.JO us HWY 1 20","",\TS9923.l-30.~ TS-13-2 I I I I I I I I I I I I B I I I I I I bituminous. outside coating In accordance with ANSI A21.IO/AWWA CI04. (2) The mechanical joint restraint shall be incorporated into the design of the follower gland. The restraining mechanism shall consist of individually actuated wedges that increase their resistance to pull-out as pressure or external forces increase. The device shall be capable offull mechanicaljoint deflection during assembly and the flexibility of the joint shall be maintained after burial. The joint restraint ring and its wedging components shall be made of grade 60-42-10 ductile iron conforming to ASTM A536-84. The wedges shall be ductile iron heat treated to a minimum hardness of 370 BHN. Dimensions of the gland shall be such that it can be used with the standardized mechanical joint bell conforming to the latest revisions of ANSI A21.1l/AWWA Clll and ANSI A21.53/AWWA CI53. Torque limiting twist-off nuts shall be used to insure proper actuation of the restraining wedges. The mechanical joint restraint shall have a rated working pressure of 350 psi, 16 inch and smaller and 250 psi, 18 inches to 48 inches. The restraint shall be the Series 1100 MEGALUG restraint as produced by EBAA Iron, Inc. or approved equal. H. Flanged Pipe and Fittings: Flanged pipe shall be in accordance with ANSI A21.I5/AWWA C1l5. Pipe barrels and flanges shall have a taper pipe thread (NPT) in accordance with B1.20.I,with thread diameters adapted to ductile iron pipe standard outside diameters. (1) Ductile iron pipe used for flanging shall be centrifugally cast and meet all requirements of ANSI A21.51/AWWA C151. (2) Flanges and. flanged fittings shall conform to the requirements specified in ANSI A21.10/A WW A C 11 0 and ANSI A21.53/ A WW A CI53. 2. SHOP DRAWINGS: Shop drawings shall be submitted for all water transmission . mains and fittings for a complete job; bends and deflections shown on the plans are approximate only and are to be superseded by approved shop drawings. 3. CONTROL VAL YES: All control valves shall be of the butterfly, and/or check valve type as shown on the plans. A. Butterfly Valves. (1) All butterfly valves shall be of the tight closing, rubber-seat type with rubber seats that are securely fastened to the valve body that fully F:\AA.c01lRESPONDENCE\I999\992J<.JO us HWY I 20\speoITS992J4-JO."1'<l TS-13-3 I I I I I I I I I I I I I o I I I I I complIes With the latest revision of A WW A C504. All valves shall be A WW A Class 150B unless otherwise indicated on the plans. Valves shall be bubble-tight at rated pressures in either direction, and shall be satisfactory for applications involving throttling service and/or operation and for applications involving valve operation after long periods of inactivity. Valve discs shall rotate 900 from the full open position to the tight shut position. The manufacturer shall have manufactured tight-closing, rubber-seat butterfly valves for buried service for a period of at least ten (10) years. (2) All valve bodies shall be cast iron ASTM A-126 Class B, and shall have integrally cast mechanical joint ends. Flange drilling shall be in accordance with ANSI B 16.1 standard for cast iron flanges. Body thickness shall be in strict accordance with A WW A C504. (3) All valve discs shall be constructed of cast iron ASTMA-126 Grade B with Ni-chrome seating edge. The disc shall not have any hollow chambers that can entrap water. All surfaces shall be visually inspected and measurable to assure all structural members are at full design strength. Disc and shaft connection shall be made with stainless steel pins. (4) Valve shafts shall be turned, ground and polished and constructed of 18-8 Type 304 stainless steel. Shaft diameters shall meet minimum requirements established by latest revision of A WW A C504 for class 150b. (5) All seats shall be of a synthetic rubber corp.pound. Valves 20 inches and smaller shall have bonded seats. Bonded seats must be simultaneously molded in vulcanized and bonded to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D- 429, Method B. Manufacturer shall certify that rubber seat is field replaceable. (6) All valve bearings shall be fitted with sleeve-type bearings. Bearings shall be corrosion resistant and self-lubricating. Bearing load shall not exceed 1/5 of the compressible strength of the bearing and shaft material. (7) Valve operators shall conform to AWWA C504 and shall be of the traveling nut, self locking type and shall be designed to hold the valve in any intermediate position between fully open and fully closed without creeping or fluttering. All valve operators shall be of the manually operated link lever type with divine ground level position indicator unless otherwise shown on the plans. A F;\AA.-CORIlESPONOENCE\I999\992J.4.30 us HWY I 20\spcc's\TS99234-l0.wpd TS-13-4 I I I I I I I I I I I I I I I I I I I mechanical limit device to prevent overtravel of the disc in the open and shut positions shall be provided. Operators located in vaults or underground shall be designed for buried/submerged service. Operators shall be mounted in the positions indicated on the drawings. Valves shall be provided with shaft extensions, and any other accessories or hardware required. All valves north of the Gordon Highway shall open to the rieht and all valves south of the Gordon Highway shall open left. (8) The valve interior and exterior shall have the manufacturer's standard finish. (9) Butterfly valves shall be Lineseal as manufactured by Mueller Company, Decatur, Illinois; M&H Valve Company Models 4500; Clow, Model F-5370, or approved equal. (10) The manufacturer furnishing valves under this specification shall be prepared to show proof that the valves proposed meet the, design requirements of A WW A C504. B. Check Valves. Check valves shall be designed for a working pressure of not less than 150 psi, or as indicated or directed, with a clear waterway equal to the full nominal diameter of the valve, conforming to A WW A C508, latest edition. (1) Valves shall be designed to permit flow in one direction, when the inlet pressure is greater than the discharge pr~ssure, and to close tightly to prevent return flow when discharge pressure exceeds inlet pressure. (2) Cast on the body of each valve shall be the manufacturer's name, initials, or trademark by which he can be identified readily, valve size, working pressure, and direction of flow. (3) Valves larger than 2 inches shall be iron body, bronze mounted, with mechanical joint by mechanical joint ends. Mechanical joint bell dimensions shall conform to ANSI/AWWA Clll/A21.11, latest edition. (4) Internal working parts shall be readily accessible and shall be replaceable without removing the valve body from the pipeline. (5) Check valves shall be swing-type check valves, manufactured by Mueller Company, Decatur, Illinois, or approved equal. F:\AA..cORRESPONDENCE\1999\992J4.JO us HWY I 20\spccsITS992J4-JO.'o\opd. TS-13-5 I I I I I I I I I I I I I I I I I I I 4. AIR AND VACUUM/AIR RELEASE VAL YES: Combination air valves, air and vacuum valves, and air release valves shall be installed at high points in the line and at other locations as indicated in the project plans. Valves shall be sized for discharge only. All air valves shall be sized so that only one valve is required at each location to adequately protect the pipeline. All air valves shall be hydrostatically tested to 300 psi minimum and shall be rated for at least twice the operating pressure. A. Slow-Closing Combination Air Valve: All combination air and vacuum valves shall be the slow-closing type designed to automatically exhaust large quantities of air during filling, release small amounts of accumulated air during operation and allow air to re-enter during draining or when negative pressure occurs. The slow-closing combination air valve shall incorporate a surge check valve to minimize slam and possible damage during closure. B. The kinetic air and vacuum valve shall be designed to exhaust air at up to sonic velocity without blowing shut. The outlet shall be the same size as the inlet. The float shall be the only moving part" and shall seal against a renewable resilient seat. The float shall be made of spherical stainless steel. The air and vacuum valve shall have the outlet covered with a steel protector hood. C. The air release valve shall be of adequate size and pressure rating to release small amounts of air under pressure. If the air release valve is separate from the air and vacuum valve, it shall be side connected to the upper valve but separated with a bronze isolation shut-off valve. D. The surge check shall be designed to close during the transition from air to water, reduce the flow of water, slow the closing speed of the air valve and minimize slam. It shall allow air re-entry during vacuum. The surge check orifices must be adjustable type for regulation in the field to suit operating conditions. E. The entire valve assembly shall be bolted to an inlet isolation butterfly valve of the same nominal size as the air and vacuum valve. The isolation valve shall be double flanged style constructed to A WW A Standards with hand lever and variable position locking device. The seat shall be freely interchangeable from the body without need for special tools or skill. The seat shall be Buna-N, molded with a steel flanged insert for high strength and tight seating. The disc must pivot eccentrically from closed position to clear center valve area. F. Air and Vacuum Valve: The air and vacuum valve shall employ the kinetic principle to automatically exhaust large quantities of air during the filling of a pipeline or vessel and to allow air to re-enter during draining or when a F:\AA..cORRESPONDENCE:.\1999\992J~.JO us HWY I 20I.spc:(:s\TS992J~.JO.v."Pd TS-13-6 I I I I I I I I I I I I I I I I I I I negative pressure occurs. Valves shall be designed to exhaust air at up to sonic velocity without blowing shut. (1) The inlet shall be the nominal size of the valve and the outlet shall be the same size as the inlet. The floatshall be of stainless steel and shall seal against a renewable resilient seat. (2) A protective steel cowl shall be provided on the outlet. (3) The air and vacuum valve shall be bolted to an inlet isolation butterfly valve of the same nominal size as the air and vacuum valve. The Isolation valve shall be wafer or double flanged style constructed to A WW A Standards with hand lever and variable position locking device. The seat shall be freely interchangeable from the body without need for special tools or skill. The seat shall be Buna-N, molded with a steel flanged insert for high strength and tight seating. The disc must pivot eccentrically from closed position to clear center valve area. G. Air Release Valves: The air release valve shall be float operated and shall automatically release accumulated air from the pipeline while the system is pressurized and operating. (1) The air release valve shall be provided with a bronze isolating valve to isolate the yalve from the system for inspec:;tion and repair. 5. PAINTING: Valves and accessories shall be black. All surfaces of the valve shall be clean, dry and free from grease before painting. The valve interior and exterior surfaces except for seating shall be evenly coated with asphalt varnish in accordance with federal specification TT -C-494A and A WW A Standard C504. 6. FIRE HYDRANTS: Fire hydrants connected to 6 inch or larger mains shall comply with the requirements of A WW A C-502 and shall be of the Traffic Model Type, incorporating a break-away feature. Hydrant shall be of the dry-barrel type suitable for 150 psi working pressure with 5Y2 inch valve opening and they shall be equal to Mueller Catalog No. A-423. Each hydrant shall have two 2Y2 inch hose nozzles and 1 steamer nozzle. Bury to bottom of ditch shall be 3'-6". Fire hydrants connected to 4 inch or smaller mains shall be of the dry-barrel type with 2 1fa inch valve opening, suitable for 150 psi working pressure, similar to Mueller No. A-411 with single 2Y:z inch hose nozzle. Threads and other requirements shall be as for 4Y:z inch hydrants. F:IAA-CORRESPONDENCEII 9'l9I99234.30 us HWY I 20Up<<sITS9923"'JO.wpd TS-13- 7 I I I I I I I I I I I I I I I I I I I -03. 7. VALVE BOXES: A cast iron valve box similar and equal to Russco B-122 or B-127 shall be installed over each underground valve. The word "Water" shall be cast on the valve box cover. WATER TRANSMISSION MAIN INSTALLATION: 1. HANDLING AND STORING MATERIALS: Unload pipe so as to avoid deformation or other injury thereto. Place no pipe within pipe of a larger size. Store pipe and fittings on sills above storm drainage level and deliver for laying after the trench is excavated. Valves shall be drained and so stored as to protect them from freezing. 2. PIPE LAYING - GENERAL: The interior of the pipe shall be clean and joint surfaces wiped clean and dry when the pipe is lowered into trench. Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade. The depth of cover below finished grade shall be not less than 3 feet, or as shown on the drawings. Give all pipes a uniform bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is not in progress. 3. BORING AND JACKING: Where required by the drawings, the water line will be installed by boring andjacking in accordance with GA DOT Standard Specifications for Construction of Roads and Bridges. A. Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. B. Casing Spacers: Casing spacers shall be installed on the carrier pipe throughout the length of the casing. The spacers shall be constructed of all stainless steel. The spacers shall be designed to provide restraint of the carrier pipe through thebore and jack section. The casing spacers shall be arranged so as to set the pipe in the centered and restrained position as specified. The casing spacers shall be as produced by Cascade Waterworks Manufacturing Company, Yorkville, Illinois, or equal. C. All restrained joints shall be fully extended throughout the bore and jack sections, or as otherwise recommended by the pipe manufacturer. D. Casing spacers shall be installed according to the manufacturer's recommendations throughout the length of casing. E. The ends of the casing shall be sealed with Cascade CCES Casing End seals, or approved equal. F:\AA-CORRESPONDENCE:\I~\9Q23'UO us HWV I 20\spccs\TS~~).l.JO."'pd TS-13-8 I I I I I I I I I I I I I I I I I I I 4. PRESSURE AND LEAKAGE TEST: Before ail)' work will be accepted for fmal payment, the Contractor will fill the piping with water, open outlets as necessary to expel the entrapped air. Thereafter, furnish the necessary equipment and test the piping in accordance with A WW A Standard C600-93, under the supervision of the Engineer for a period of at least 2 hours. Inspect all exposed pipe, fittings, and joints, and remedy to the satisfaction of the Engineer any defects discovered. Continue the test until all visible leaks have been eliminated from the part of the system under test, and the pressure remains constant. A. Conductleakage test in accordance with A WW A Standard C-600-93, Section 4.1. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L = [SDlp]/133,200 L = Allowable leakage in gallons per hour. S = Length of pipe tested in feet D = The nominal diameter of the pipe in inches. P == The average test pressure during the leakage test in pounds per square inch gauge. -04. STERILIZATION: All piping complete with fittings and appurtenances shall be flushed until clean and sterilized as specified in the applicable sections of A WW A Specification C651. "Disinfecting Water Mains." Piping and appurtenances shall be thoroughly flushed then chlorinated with not less than fifty parts per million (50 ppm). Calcium hypochlorite can be used. Water from the existing distribution system or other source of supply should be controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The solution should be retained in the pipeline for not less than 24 hours and a chlorine residual of 10 ppm should be available at this time. The system shall then be flushed with potable water and the sampling program started. The provisions of this paragraph apply equally to new pipe and fittings and to existing pipelines into which connections have been made or which may have been otherwise disturbed to the extent that contamination may have occurred. All requirements of the health authorities shall be observed in executing this work. 1. Two or more successive sets of sam pies, taken at 24 hour intervals and tested by a State approved private lab, shall indicate bacteriologically satisfactory water and the results submitted to the Engineer. F:\AAoCORRESPONDENCE\I999\99234.JO us HWY I 20\spca\TS99234-JO.wpd TS-13-9 I I I I I I I I I I I I I I I I I I I -05. AS-BUILT DRAWINGS: As the work progresses, record on one set of utility drawings all changes and deviations from the contract drawings in sizes, lines or grade. Record also the exact final location of water lines by offset distances to surface improvements such as edge of existing pavement or to property lines, etc. at a maximum interval of 200 feet. Make sufficient measurements to locate definitely all water lines etc., to permanent points. The drawings will show references to all valves, fittings, pipe brand changes, etc. Transfer accurately all such records in red pencil to white prints of the utility drawings and deliver them to the Engineer with monthly payment estimate. Contractor shall provide to the Engineer three" (3) sets of the final as-built drawings at the completion of the project. -06. MEASUREMENT AND PAYMENT: Payment will be made as follows: 1. Pipelines will be paid for at the unit price amount as shown on the bid schedule for each size, type, and class installed. Fittings will be paid for at the unit price per pound of standard published body weight, without accessories. Valves will be paid for at the lump sUm amount as shown in the bid schedule for each size, type and class installed, complete with box or vault as shown on the plans. Pipe testing and pipe sterilization will be paid for at the unit price per linear foot as shown in the bid schedule. No deductions will be made for the laying length of valves and fittings installed within a pipeline. 2. Fire hydrants will be paid for at the unit price shown in the bid schedule. Payment will include lead pipe, valve, and main tee, in place, as shown on the plans. 3. Bore and Jack to be paid for at the lump sum amount at each location as shown in the bid schedule. F:\AA.cORRESPONDENCEWNQ\992H.JO us HWY I 20\speCS\TS992J.1-JO,\lo-pd TS-13-10 I I I I I I I I I I I I I I I I o I 1- SECTION TS-14 WATER DISTRIBUTION SYSTEM -01. SCOPE: This section covers the installation of all piping, fittings, valves and appurtenances for water distribution, complete. F or installation of pipe sizes 18 inch through 24 inch, See Section TS-13 , "Water Transmission Main." -02. MATERIALS: Except as otherwise indicated on the drawings, all underground water lines shall be constructed of ductile iron, galvanized steel or polyvinyl chloride (PVC) pipe suitable for the working pressures shown on the drawings. I. PIPE AND JOINTS: A. Ductile Iron Pipe: Ductile iron pipe shall be designed in accordance with ANSI Specification A21.50, using 60,000 psi tensile strength, 42,000 psi yield strength and 10 percent elongation. All pipe sizes 6 inch through 16 inch shall be designed for a minimum 350 psi water pressure, 2~ foot to 8 foot cover, laying condition Type 2 and at least 100 psi surge allowance, and a 2 to 1 factor of safety. Ductile iron pipe is to be manufactured in accordance with ANSI A21.51 with 60,000 psi minimum tensile strength, 42,000 psi minimum yield strength and 10 percent minimum elongation. Each pipe shall be pressure tested at 500 psi minimum at point of manufacture. Pipe shall have bituminous coating outside and be cement lined and seal coated inside in accordance with ANSI Specification A21.4. The class or nominal thickness, net weight without lining and name of manufacturer shall be clearly marked on each length of pipe. The letters "D.!." or "Ductile" shall be cast or stamped on the pipe. Joints in ductile iron pipe shall be mechanical joint or push-on type, such as U.S. Pipe's "Tyton Joint," American's Fastite or Clow's Bell Tite. Joints to be furnished according to ANSI Specifications A21.11, complete with all necessary accessories. F:IAA.CORllESPONDENCb,'999\99234JO us HWY I 20\spc<sITS99234-30.wpd TS-14-1 I I I I I I I I I I I I o I I I I I I B. Galvanized Steel Pipe: Galvanized steel pipe shall conform to ASTM Specification A120. Fittings shall be galvanized, malleable iron, screwed, Class B, meeting Federal Specification WW-P-52 Ie. C. Polyvinvl Chloride (PVC) Pipe: PVC pipe shall conform to A WW A C900, and shall be unplasticized polyvinyl chloride pipe approved by the National . Sanitation Foundation, Factory Mutual and the Society of the Plastics Industry for potable water use. Joints shall be of the o-ring, push-on type with standard laying lengths of 20 feet ::H inch, suitable for working pressures shown on the drawings. 2. FITTINGS: Fittings for all underground piping, except steel shall be Ductile Iron .Class 350 (4 inch through 24 inch) and Class 250 (30 inch and larger) in accordance with ANSI Specification A21.1 O. Fittings will be cement lined in accordance with A21.4 as shown above. 4 inch through 12 inch fittings may be made from Ductile Iron Grade 70-50-05 in accordance with ANSI!AWWA A21.53/CI53. Fittings and accessories shall be mechanical joint or push-on joint in accordance with ANSI! A WW A A2l.l O/C 11 0 and ANSI! A WW A A21.11/C 111. The wall thickness of fittings shall be the equivalent of Ductile Iron Class 54. The working pressure rating shall be 350 psi. Fittings shall have a bituminous outside coating in accordance with ANSI! A WW A A21.1O/Cl04. Fittings shall be equal to U. S. Pipe's "Trim-Tyte" or "Trim-Tyton" or Engineer's approved equal. A. RESTRAINED JOINT PIPE AND FITTINGS: Restrainedjoints in pipe and fittings shall be of the single gasket push-on type, and shall conform to all applicable provisions of ANSI! A WW A Standard A2l.ll/C Ill. Thickness of the pipe barrel remaining at grooves cut, if required in the design of the restrained end joints, shall not be less than the nominal thickness of equal sized non-restrained pipe as specified hereinabove for the centrifugally cast ductile iron pipe. Restrained joints using set screws, or bolts, or expanding metal inserts will not be acceptable. The restraining components, when not cast integrally with the pipe and fittings, shall be ductile iron or a high strength non-corrosive alloy steel. Tee head bolts and hexagonal nuts for all restrained joints in pipe and fittings shall be of high strength cast iron with composition, dimensions and threading as specified in ANSI! A WW A Standard A21.ll/C 111, except that the length of the bolts shall meet the requirements for the restrained joint design; The proper number of gaskets, bolts, nuts and all necessary joint material shall be furnished. Each thrust- resistant joint and the pipe and fitting of which it is a part, shall be designed to withstand the axial thrust from an integral pipeline pressure of at least 350 psi, 4 inch through 24 inch, and 250 psi, 30 inch and above, at bulkhead conditions without reduction because of its position in the pipeline nor for support from external thrust blocks. Restrained push-on joint pipe and F:\AA-CORRESPONDENCE\l999\992J4.JQ us HWVI 20\spCCS\TS99234-l0.wpd TS-14-2 I I I I I I I I I I I I I I I I I I I fittings shall be capable of being deflected after assembly. Fittings for restrained joints shall be manufacturer's standard to accommodate job conditions and shall be ductile iron. (1) Lining shall be as specified for balance of pipe and fittings as specified elsewhere. (2) Manufacturer shall furnish to the Owner, certification that two pipes joined by the restrainedjoint have been successfully tested to 700 psi, for sizes 4 inch through 24 inch and/or 500 psi, for sizes 30 inch through 54 inch, without any external support or blocking. Such testing and certification shall be witnessed and attested by an outside testing laboratory such as PTL, Outlaw or approved testing laboratory . (3) Restrained joint pipe and fittings shall be U. S. Pipe "TR Flex" or "Flex Ring" of American Cast Iron Pipe Company. 3. VAL YES: Valves shall be set at the locations indicated on the drawings. Valves shall be of the gate type or of the butterfly type, as indicated. Before setting each valve the interior shall be wiped clean and the opening and closing mechanism shall be treated. Valves shall be set with the stems plumb and at the exact locations shown. The required concrete footpiece shall be provided UJ,lder each valve. Valve boxes shall be installed as shown on the drawing standard details, being plumb, with tops at finished grade and the trench backfill thoroughly tamped for a distance of three feet on each side of boxes. A. Gate Valves: At the Contractor's option, either of the following types of gate valves can be used. (1) Resilient Seated Type Gate Valves: Gate valves, 4 inch to 12 inch, shall be of the iron body, non-rising bronze stem, resilient seated wedge type conforming to A WW A C509, latest revision. They shall have a working pressure rating of 200 psi with the valve body, bonnet, stuffing box and disc castings manufactured of ASTM A-126 . Class B grey iron. Valves shall be provided with operating nut unless otherwise shown on the drawings and shall open by counterclockwise rotation of the valve stem. They shall have a full opening flow way of equal diameter of the normal size of connecting pipe. End connections shall be furnished with all necessary joint materials. Stuffing boxes shall have o-ring stem seals and shall be bolted and constructed so as to permit easy removal of parts for repair. F:\AA...cORRESPONDENCE\I999\99234.JO us HWY I 20\spcCS\l'S992)4-JO.~"pd TS-14-3 I I I I I I I I I I I I B I I I I I I All internal ferrous metal surfaces shall be fully coated, holiday free, to a minimum thickness of 4 mils with a two part thermosetting epoxy coating. Said coating shall be non-toxic, impart no taste to water and protect all seating and adjacent surfaces from corrosion and prevent buildup of scale or tuberculation. The coating must be formulated from materials deemed acceptable per the FOOD AND DRUG ADMINISTRA TIONDOCUMENT TITLE 21 of the FEDERAL REGULATIONS ON FOOD ADDITIVES, SECTION 121.2514 entitled, RESINS AND POLYMERIC COATINGS. Gate valves inside structures shall be supplied with handwheels, and shall have flanged ends. Valves to be installed underground shall have mechanical joints and be of one make. The manufacturer shall subject each valve to two hydrostatic pressure tests: a. Seat Test: There shall be no leakage past the seat from either side of the disc or at the bonnet flange or steam packing at 300 psi. b. Shall (bulkhead) Test: There shall be no leakage through the metal, bonnet flange or stem packing at 400 psi. (2) Double-Disc Type Gate Valves: Gate valves shall be of the double- disc type designed for working pressure of 200 psi. All gate valves shall have a clear waterway equal to the full nominal diameter of the pipe and shall be opened by turning valve counterclockwise. Each valve shall have the initial of the maker, pressure rating and year of manufacture, cast on the body. Prior to shipment from the factory, each valve shall be tested by hydraulic pressure equal to twice the specified working pressure. Valves to be operated by handwheel or operating nut shall have an arrow cast in the metal indicating the direction of opening, which shall be counterclockwise. a. Unless otherwise shown on the drawings, valves 3 inches and larger shall be iron body brass mounted and shall conform to the Specifications for Gate Valves, 3 through 48 inch NPS, For Water and Sewage Systems, A WW A, C500. Valves to be installed underground shall be non-rising stem type with 2 inch square operating nut with mechanical joint ends. Gate valves located inside structures shall be supplied with handwheels, and shall have flanged ends. b. Valves smaller than 3 inches shall be all brass and shall conform to the requirements ofF ederal Specification WW - V- 54. F:\AA-CORRESPONDENCE\I999\992l4.JO us HWY I 20\specs\TS99234~JO.wpd TS-14-4 I I I I I I I I a I u I I I I I I I I B. Butterfly Valves: All butterfly valves shall be of the rubber seated, tight closing type designed for a working pressure of 150 psi. The valve disc shall rotate 90 degrees from the full open tot he full shut positions and shall be suitable for direct burial. Valves shall meet or exceed the requirements of A WW A Standard C504 for Class 1508. The manufacturer of the valves shall have been manufacturing direct burial butterfly valves for at least five years. Prior to shipment from the factory, each valve shall be bubble tight with flow in either direction according to the testing requirements of A WW A Standard 504. (1) Valve bodies shall be of cast iron according to ASTM Specification A-126 Class B and shall have integrally cast mechanical joint ends. The trunnions for the shaft bearing shall be integral with the body. Bearings shall be of the sleeve corrosion-resistant, and self lubricating type. Shafts shall be polished stainless steel, extending the full "diameter through the valve disc. Valve discs shall be an alloy cast iron according to ASTM Specifications A-436, Type 1. Valve seats shall be of rubber and shall be molded, vulcanized and bonded to the body of the valve or mechanically retained to the disc by a stainless steel retaining ring with set screws. The bond shall have a minimum tensile strength of 75 pounds when tested under AS TM D- 429, Method 8. Valve operators shall develop the minimum torques of Table 1 of A WW A Standard operating nut and shall be gasketted and grease packed. A mechanicaUimit device to prevent overtravel of the disc in the open and shut positions shall be provided. The valve shall open turning the operating nut counterclockwise. C. Check Valves: Check valves shall be designed for a working pressure of not less than 150 psi, or as indicated or directed, with a clear waterway equal to the full nominal diameter of the valve. (1) Valves shall be designed to permit flow in one direction, when the inlet pressure is greater than the discharge pressure, and to close tightly to prevent return flow when discharge pressure exceeds inlet. pressure. (2) Cast on the body of each valve shall be the manufacturer's name, initials, or trademark by which he can be identified readily, valve size, working pressure, and direction of flow. (3) Valves 2 inches and smaller shall be all bronze, designed for screwed fittings. Valves larger than 2 inches shall be iron body, bronze mounted, with flanged ends of the non-slam type, with Class 125 flanges complying with ANSI B-156.1. F:\AA-CORRESPONDENCE\J999\992J4.JO us HWY I 20\spclCJ\TS992H-JO.wpd TS-14-5 I I I I I I I I I I I I o I I I I I I . ...,..03.. 4. FIRE HYDRANTS: Fire hydrants connected to 6 inch or larger mains shall comply with the requirements of A WW A C-502 and shall be of the Traffic Model Type, incorporating a break-away feature. Hydrant shall be of the dry-barrel type suitable for 150 psi working pressure with 5Y2 inch valve opening and they shall be equal to Mueller Catalog No. A-423. Each hydrant shall have two 2Y2 inch hose nozzles and 1 steamer nozzle. Bury to bottom of ditch shall be 3'-6". Fire hydrants connected to 4 inch or smaller mains shall be of the dry-barrel type with 2 Va inch valve opening, suitable for 150 psi working pressure, similar to Mueller No. A-411 with single 2Y2 inch hose nozzle. . Threads and other requirements shall be as for 4Y:z inch hydrants. 5. SERVICE STOPS: Service stops shall be of the ball type having o-ring seals and seats. Replacement of plugs and seals shall be made from the top without disconnecting the valve from the line pipe or, where end-entry stops are used, shall be immediately followed by a union. Stops shall be constructed of standard waterworks brass or bronze. All stops shall be suitable for a working pressure of200 pSI. 6. VAL YE BOXES: A cast iron valve box similar and equal to Russco B-122 or B-127 shall be installed over each underground valve. The word "Water" shall be cast on the valve box cover. WATER DISTRIBUTION SYSTEM INSTALLATION: 1. HANDLING AND STORING MATERIALS: Unload pipe so as to avoid deformation or other injury thereto. Place no pipe within pipe of a larger size. Store pipe and fittings on sills above storm drainage level and deliver for laying after the trench is excavated. Valves shall be drained and so stored as to protect them from freezing. 2. PIPE LAYING - GENERAL: The interior of the pipe shall be clean and joint surfaces wiped clean and dry when the pipe is lowered into trench. Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade. The depth of cover below finished grade shall be not less than 3 feet, or as shown on the drawings. Give all pipes a uniform bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is not in progress. 3. BORING AND JACKING: where required by the drawings, the water line will be installed in a steel casing, placed by boring and jacking. F:\AA-CORRESPONDENCE\I999\992J".JO us HWY 120\specs\TS9923-l..]O.v."pd TS-14-6 I I I I I I I I I I I I I D I I I I I Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the State Highway Department or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved. A. Casing Pipe: The casing pipe shall conform to the materials standard of ASTM Designation A252, with minimum wall thickness of 0.21 9 inch. Steel pipe will have a minimum yield strength of35,000 psi. Casing pipe shall be joined together with welded joints. B. Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. C. Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of the pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. When installing water line through casing, Contractor shall use mechanical joint pipe with retained glands through length of casing. The water main shall be strapped to 8 foot long treated wooden skids with metal straps throughout length of casing. The ends of the casing shall be sealed with rock and mortar. 4. REACTION BLOCKING: All plugs, caps, tees, bends and other fittings shall be provided with adequate reaction blocking as shown on the drawings. Reaction blocking shall be made to bear directly against the undisturbed trench wall. Where trench conditions are, in the opinion of the Engineer, unsuitable for reaction blocking, the Contractor shall provide tied joints to adequately anchor the piping as shown on the drawings. All the rods and clamps shall be given a bituminous protective coating. 5. DETECTABLE TAPE: Detectable tape as manufactured by Reef Industries, of Houston, Texas, or approved equal, shall be installed during the backfill operation at a point 1 foot below the final fmished grade. A. The detectable tap shall be a 5.5 mil composition film containing one layer of metalized foil laminated between two layers of inert plastic film specifically formulated for prolonged use underground. The tape shall be highly resistant to alkalis, acids and other destructive agents found in the soil. B. The detectable tape shall bear a continuous printed message "Caution Water Distribution Line Buried Below." The message shallbe printed in permanent ink formulated for-prolonged use underground. Letters shall be clearly legible and have minimum height of 1.2 inches. F,IAA-CORRESPONDENCElI999\992J4.JO us HWY I 20Up<C>\TS992J4-JO.wpd TS-14-7 I I I I I I I I I I I I I I I I I I I 6. PRESSURE AND LEAKAGE TEST: Before any work will be accepted for payment, the Contractor will fill the piping with water, open outlet as necessary for expelling the entrapped air. No fire hydrant shall be opened full force during charging operations. Thereafter, furnish the necessary equipment and test the piping under the supervision of the Engineer for a period of at least 2 hours at not less than 1.25 times the design pressure in pounds per square inch, based upon the highest elevation of the section under test. Pressure testing shall be in accordance with A WW A Standard C600, Section 4.1. at 1.5 times the working pressure at the point of testing. Inspect all joints, and remedy to the satisfaction of the Engineer any defects discovered. Continue the test until all visible leaks have been eliminated from the part of the system under test, and the pressure remains constant with a maximum pressure drop of 5 psi for the duration of the test. Immediately following the pressure test, and before any work will be accepted for payment, the Contractor. shall perform a leakage test. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof necessary to maintain the specified leakage test filled with water to within 5 psi of the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula L - SDfP 133200 L = Allowable leakage in gallons per hour. S = The length of pipe in the section tested. D = The nominal diameter of the pipe in inches. P = The average test pressure during the leakage test in pounds per square inch gauge. The leakage test shall be conducted in accordance with A WW A Standard C-600, Section 4.1. -04. STERILIZATION: All piping complete with fittings and appurtenances shall be flushed until clean and sterilized as specified in the applicable sections of A WW A Specification C65l. "Disinfecting Water Mains." Piping and appurtenances shall be thoroughly flushed then chlorinated with not less than fifty parts per million (50 ppm). Calcium hypochlorite can be used. Water from the existing distribution system or other source of supply should be controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The solution should be retained in the pipeline for not less than 24 hours and a chlorine residual of 10 ppm should be available at this time. The system shall then be flushed with potable water and the sampling program started. The provisions of this paragraph apply equally to new pipe and fittings and to existing pipelines into F:\AA.coRllESPONDENCE\I999\992.l4.30 us HWV I 20\SPCCS\TS99234-JO.\\-pd TS-14-8 I I I I I I I I I I I I I I I I I I I which connections have been made or which may have been otherwise disturbed to the extentthat contamination may have occurred. All requirements of the health authorities shall be observed in executing this work. 1. Two or more successive sets of samples, taken at 24 hour intervals and tested by a State approved private lab, shall indicate bacteriologically satisfactory water and the results submitted to the Engineer. -05. WATER/SEWER SEPARATION: A 10 foot horizontal separation shall be maintained between water and sewer lines. Where the horizontal separation cannot be met or where water and sewer lines must cross, an 18 inch vertical separation, water over sewer must be maintained. Where the above conditions cannot be met, water and sewer lines shall be cast iron or ductile iron pipe with joints staggered such that maximum separation between joints exists. The water line shall be installed over the sewer line. -06. AS-BUILT DRAWINGS: As the work progresses, record on one set of utility drawings all changes and deviations from the contract drawings in sizes, lines or grade. Record also the exact final location of water lines by offset distances to surface improvements such as edge of existing pavement or to property lines, etc. at a maximum interval of 200 feet. Make sufficient measurements to locate defmitely all water lines etc., to permanent points. The drawings will show references to all valves, fittings, pipe brand changes, etc. Transfer accurately all such records in red pencil to white prints of the utility drawings and deliver them to the Engineer with monthly payment estimate. -07. MEASUREMENT ANDP A YMENT: Payment will be made only for elements in place and tested as follows: 1. Pipelines will be paid for at the unit contract price, per linear foot, for each size, type and class installed, complete, including fittings. No deduction will be made for the laying length of valves. and fittings installed within pipelines. 2. Valves will be paid for at the unit contract price for each size and type installed. Payment therefore will include box or vault as shown on the plans. 3. Fire hydrants will be paid for at the unit contract price for each size installed, complete with the lt~:ad piping, valve, and main tee, in place as shown on the plans. 4. Service lines will be paid for at the unit contract price for each size and type installed, complete as shown on the plans. F:\AA.CORAESPONDENCI-..,IQ99\9Q:!H.JO us HWY 1 20\sp<<S\TS992J4--JO.wpd TS-14-9 I I I I I I I I I I I I I I I I I I I SECTION TS-15 GRASSING -01. GENERAL: This section covers the furnishing of all labor and materials and the performance of all work required to assure the establishment of a dense permanent cover of grass on all areas of the site disturbed by construction operations. -02. MATERIALS: The following material shall be as specified by the "Standard Specifications," published by the State Department of Transportation of Georgia, latest edition. 1. Agriculture Lime ..................................... Article 882.02 2. Fertilizer. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. Article 891.01 3. Sod. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. Article 890.03 4. Seed. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. Article 890.01 -03. CONSTRUCTION: 1. GROUND PREPARATION: Final grades shall be as existed prior to construction. Washes, low spots and hillocks or windrows will be evened and the bed will be smoothed to facilitate uniform drainage after establishment of the turf. Graded surfaces will be maintained in a smooth and even condition until the required cover is established. A. After the areas to be grassed have been brought to an even and smooth grade, they shall be thoroughly loosened to a depth of at least 6 inches by plowing, discing, harrowing, or other approved methods until the tillage is acceptable as suitable for planting. During tillage operation, the surface shall be cleared of all roots, cable, wire, or other waste material which might hinder final grading, planting, or subsequent maintenance operations. Any operations of the Contractor, shall be smoothed our before grassing operations are begun. 2. APPLICATION OF FERTILIZER AND LIME: Fertilizer shall be distributed uniformly at a rate of 1500 pounds per acre of commercial 10.10.10 analysis fertilizer, and shall be incorporated into the soil to a depth of approximately 3 inches by discing, harrowing; or other approved methods. The incorporation of fertilizer may be a part of the tillage operation specified above, or a part of the hydroseeding procedure as described below. A. Immediately following, or simultaneously with, the incorporation of fertilizer, lime shall be distributed at the rate of 1500 pounds per acre, and shall be incorporated into the soil to a depth of at least three inches by F:\AA.cORRESPONDENCE\I999\992l4JO us HWY I 201spca\TS992)"')O.~ TS-15-1 I I I I I I I I I I I I I I I I I I I discing, harrowing, or other acceptable methods. The incorporation oflime along with the fertilizer may form a part of the tillage operation specified above. B. Not less than 30 days after completion of seeding, the Contractor shall furnish and apply Nitrate of Soda or Ammonium Sulphate to the planted areas. Nitrate of Soda shall be a commercial product, containing not less than 16 percent Nitrogen and Ammonium Sulphate not less than 20 percent Nitrogen. The Nitrogen fertilizer shall be uniformly spread and distributed with approved equipment at a rate that will give not less than 60 pounds of available Nitrogen per acre. Other commercial types of nitrogenous material may be substituted at the option of the Contractor. The time of application shall be limited to the season of June through August. 3. SODDING: Sod shall be planted where grassing is required within or adjacent to any residential lawn. Sod shall be state certified of a like variety as the existing lawn, strongly rooted, and free of pernicious weeds. It shall be mowed to a height not to exceed 3 inches before lifting and shall be of uniform thickness with not over 1 Y2. inches nor less than 1 inch of soil. Sodding will not be permitted between October 15 and February 15. Temporary seeding shall be performed during this period as described below. A. Before the delivery of sod, areas to be sodded shall be brought to the lines and grades as required and then plowed, disced, harrowed or otherwise loosened to the depth of not less than 2, inches. Cleanup shall include removal of stones larger than 2 inches in any diameter, sticks, stumps and other debris which might interfere with the proper laying or subsequent growth of sod. B. Sod shall be laid on the prepared sod bed within 24 hours after cutting, except that sod may be stored in stacks or piles, grass to grass and roots to roots for not more than 5 days. Sod shall be protected against drying from sun or wind and from freezing as necessary. As far as possible, the moving and laying of sod shall be done when weather conditions and soil moisture are favorable. C. Dry sod bed areas shall be well moistened before sod is laid. Sections of solid sod shall be laid edge,to edge with staggered joints. Openings shall be plugged with sod or filled with acceptable loamy topsoil. After laying and joint filling, sod shall be rolled or tamped with approved equipment. to . eliminate air pockets and provide an even surface. c D. Sod shall be watered when laid and kept moist until final acceptance of the contract. Watering shall be done so as to avoid erosion. F:\AA-CORRESPONDENCE\I999\99234.JO us HWY I 20\SPCCS\TS992J~JO.wpd TS-15-2 I I I I I I I I I I I I I I I D I I I 4. PERMANENT SEEDING: A. Permanent grass cover will consist of hulled common Bermuda seeded at a rate of 40 to 45 points of seed per acre. Permanent seeding shall only take place between the dates of April 15 and September 15. Otherwise, temporary grassing as described below shall be undertaken. B. Seed may be applied by means of a hydro-seeder or other means approved by the Engineer. C. Immediately after seeding operations have been completed, the areas shall be compacted by means of a cultipacker, roller wood float, or other approved equipment sufficiently weighted, or compacted by hand methods, to reduce air pockets to a minimum. The complete planted area shall be left with a firm, even surface, free from abrupt humps and hollows, and to the established grade. D. All areas seeded for temporary or permanent grass shall be uniformly mulched with hay or straw at the rate of 1 ~ tons per acre, except where hydroseeding is employed using a cellulose mulch mixed with the seed and fertilizer. 5. TEMPORARY GRASS: Temporary grass shall be used when directed by the Engineer to control erosion where permanent grassing cannot be planted. A. Temporary grass shall be a quick growing species such as rye grass suitable to the area and season. Seeding shall be done in accordance with the permanent grassing requirements above, except that ground preparation shall be the minimum required to provide a seed bed where further grading will be required. Areas that require no further grading shall be prepared as descried in "GROUND PREPARATION" above. Lime shall be omitted unless the area will later be planted in permanent grass without further grading, in which case lime shall be applied as described above. Fertilizer shall be applied at the rate of 400 pounds per acre. Nitrogen shall be omitted. B. In March or April of the following year, as soon as weather is suitable, all areas planted in temporary grass shall be thoroughly plowed up and grassed in accordance with the applicable permanent grassing method described above. 4. MAINTENANCE: The Contractor shall erect necessary warning signs and barriers, mow grassed areas, and repair or replace grassed areas failing to show a uniform growth of grass or damaged by his operations, and shall otherwise maintain the grass F:\AA..coRRESPONDENCE\I999\992J4JO us HWY l 20\SPCCS\TS99234.JO.wpd TS-15-3 I I I I I I I I I I I I a I I I I I I until fmal acceptance of the contract. Replacement of dried out or damaged grass shall be at the Contractor's expense. -04. ACCEPTANCE: 1. Grassed areas will be accepted when a 95% cover by permanent grasses is obtained and weeds are not dominant. 2. The work may be accepted in whole or in part as determined by the Engineer and the Owner. -05. PAYMENT: Payment will be made in accordance with the unit prices given in the Bid Schedule for Grassing and Sodding. No separate payment will be made for temporary grassing. f:IAA-CORllESPONDENCEII 999'992J4JO us HWY 1 2_'TS992J"'JO.wpd TS-15-4 I I I I I I I I I I I I I I I I n I I -01. SECTION TS-16 EROSION CONTROL MEASURES GENERAL: This section covers erosion control measures required on the job as shown on the plans. These measures are minimum requirements and may be augmented by the Engineer if positive control is not established. -02. CONSTRUCTION SCHEDULE: The initial construction on the site is tentatively scheduled to begin on or about December, 1999. Final stabilization of the soils should be obtained by May, 2000. -03. EROSION AND SEDIMENT CONTROL PLAN: The following steps for reducing erosion and containing sediment are recommended for use during construction, and until the earth areas can be stabilized with vegetation. -04. GENERAL PROCEDURES: 1. Earth areas which are not to be paved shall be grassed at the earliest possible time during the construction phase, so as to minimize exposure to rainfall and run-off. 2. Temporary berms, wherever possible, should be constructed at the end of each day of grading, in order to contain sediment and slow down erosion in the cut and fill areas, should rainfall occur during the night. . Berms shall also be constructed, where needed, to prevent sediment from being transported onto areas outside the actual construction limits. 3. Silt and erosion barriers of the type which tend to filter suspended solids from the water flowing through them shall be employed to the extent necessary to contain most of the water-borne silt. Examples of this type of barrier include "silt" fence, windrows of limbs and laps, and stone or rubble riprap. 4. Erosion due to wind is not likely to be of concern on this project, considering the types of soils expected and the strip-like geometry of construction areas. However, wherever possible, trees or groups of trees and bushes should be left standing to serve as windbreaks. 5. Sediment basins shall be constructed if shown on plans and removed when final stabilization is attained. F;\AA-CORRESPONDENCh,I999\99234.JO us HWY I 20\specs\TS992J.l.JO.lolI-pd TS-16-1 I I I I I I I I I I I I I I I D I I I -05. ELEMENTS OF THE PLAN: The plans for the prevention of erosion and sedimentation for this site are depicted on the Soil Erosion and Sediment Control Plan sheet of the plans. The elements of the plan are discussed as follows, and are listed in chronological order, as far as is practical. The construction activities should proceed in the order listed. 1. Install construction entrances as required. 2. Remove all marketable timber from the rights-of-way, the utility easements, the designated fill areas, and other areas to be cleared. 3. Begindearing and grubbing operations in the vicinity of the hay dams shown on the drawings. Immediately after the area has been cleared for their placement, install dams and berms consisting of hay or straw bales or limbs and laps as directed, to be silt barriers as shown on the drawings. Care should be taken not to clear and grub beyond the construction limit. 4. As grading operations comnience, the topsoil shall be stripped and stockpiled in mounds surrounded by berms. As mentioned above, berms or windrows should be constructed each afternoon at approximately 100 foot intervals across the graded areas, except in the low-lying areas of the project. This action will tend to check erosion should rainfall be experienced during the night. 5. Construction on the sanitary and storm sewer lines should be commenced as soon as grading operations have been substantially completed. The disturbed strip along each line which is located outside of a street right-of-way should be grassed immediately upon the completion of trench backfilling, as described below. 6. A graded depression around each catch basin on the site should be used to contain sediment during construction. A ring of hay or straw bales, or silt fencing, secured to the ground by mean of two No.3 reinforcement bars or other suitable anchoring method, should be installed around each catch basin site as soon as the drainage pipes have been laid. These should be spaced leaving a gap of approximately three inches between each bale where hay is used. 7. As soon as the graded areas which are not to be paved, to be built upon, or receive underground utilities have been brought to final grade, three or four inches oftopsoil shall be spread over these areas. Grassing operations should be begun immediately, as described in the grassing specifications. Roadway shoulders and slopes should receive a similar treatment as soon as the installation of the utilities has ended. 8. All grassing will be performed in accordance with the section of the specifications entitled "Grassing". Should seasonal limitations prevent the establishment of the permanent grass cover, the area to be grassed shall be covered with temporary grass F:\AA-CORRESPONDENCE\I999\99234JO us HWY 120\spcCS\TS992J4.)O...-..lXi TS-16-2 I I I I I I I I I I I I I I I I I I I cover; then the permanent grass will be established as soon as its growing season is reached. 9. The hay bale dams and silt fencing described above should not be removed until the surrounding pavement base material has been placed and is ready for priming. 10. All silt retention basins, traps, barriers, etc., should be inspected daily and cleaned at least weekly. 11. All work shall be in accordance with good grading practice and shall conform to accepted practices in Erosion Control. -06. MEASUREMENT AND PAYMENT: Payment shall be made according to the lump sum price as shown in the Bid Schedule for Soil Erosion and Sedimentation Control Measures. F:IAA-CORRESPONDENCE\I999199234JO us HWY I 20Up0:sITS99234-30.wpd TS-16-3 I I I I I I I I I I I I I I I I I I I -01. SECTION TS-17 SHORING AND SHEETING GENERAL: The work covered in this section includes the necessary design and installation of shoring, bracing, sheeting, sheet piling, or combinations thereof to protect existing structures adjacent to the excavations for the pipe line and drainage structures; and to protect workmen and the public. The Contractor is solely responsible for the shoring materials, means and methods and the sequences and procedures for employing them. Such measures shall meet or exceed O.S.H.A. requirements. -02. -03. SYSTEM DESIGN AND INST ALLA TION: 1. The Contractor will employ a qualified professional engineer, registered to practice in the State of Georgia, to provide the necessary engineering services to design and inspect the installation of necessary shoring systems. The design, materials, and installation of the system must adequately prevent the subsidence or collapse of, or damage to, adjacent materials and structures, and permit the installation of the proposed improvements in conformity with other sections of the specifications. 2. The support systems shall be the sole responsibility of the Contractor and his engineer. The plans of systems, stamped and signed by the Contractor's engineer, shall be submitted to the Owner for his records, but not for his approval. 3. The Contractor and his engineer shall satisfY themselves of the existing conditions and shall procure any testing or information needed to design and install an adequate shoring system. 4. Any installation adjacent to or within a state right-of-way or easement will be subject to review and inspection of the Georgia Department of Transportation. The Contractor shall notify and coordinate his activities with their representative. MATERIALS AND WORKMANSHIP: 1. The Contractor shall execute the shoring plan in conformity with the submitted plans and to the satisfaction of his engineer and other approving authorities. 2. The Contractor shall employ only skilled craftsman experienced with the system or systems to be utilized. F:\AA_CORRESPONDENCE\IW9\W2J.&.JO us HWY I 20\spccs\TS992H4JO.wpd TS-17-1 I I I I I I I I I I I I I I I I I I I 3. . The Contractor will utilize materials of substantial substance and quality to insure a sound system. -04. MEASUREMENT AND PAYMENT: Work under this section will be paid for at the unit price shown in the Additional Items section of the Bid Schedule. F:\AA.CORRESPONDENCE\l999\9'9234.30 us HWY 1 20\spCCS\TS99234-JO.wpd TS-17-2