HomeMy WebLinkAboutAugusta Water System Improvements
Augusta Richmond GA
DOCUMENT NAME:AugrdLwaIJLSfItfft 7JJJfm ~tds
DOCUMENT TYPE: urt-lr ~
YEAR: BODO
BOX NUMBER: / iJ
ELENUMBER: /~~~
NUMBER OF PAGES: 15(0
~ "
- ,
"I
"'I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1,/7a()
;
CONTRACT DOCUMENTS
FOR
AUGUSTA WATER SYSTEM IMPROVEMENTS
RAW WATER TRANSMISSION MAIN - SURGE TANK
Augusta, Georgia
"..
Prcpared for
'l~;-~. ..'
Cransto~~ Robertson & Whitehurst, P.C.
ENGIN~"ERS - PLANNERS - SURVEYORS
4"52 Ellis Strcet - P.O. Box 2546
Augusta, Georgia 30903
April 27, 2000 97-280.20
.J
~'- ~ -
.; ~"'" '.' . ..............,..',..... '." .....
....~ ..~.~.~;f!~":.;.;.';::!;~;!~'~I.~.!~I. ~;Jt. ..~~!!~:~I.!EI...I.ISIS.~llrfJ._~:;.::.::;:;.::-.:::.::::.. :::
PRODUCER
912-234-6621
.. .. DATE (MM/DDIYYI
... 7/24/00
....... ..........
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Palmer & Cay of Georgia, Inc.
25 Bull Street P.O. Box 847
Savannah, GA 31402-0847
COMPANY
A
Travelers Insurance
INSURED
AquaSouth Construction, Inc.
PO Box 747
Pooler GA 31322
COMPANY
B
COMPANY
C
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE paLlCY EXPIRATION LIMITS
LTR DATE IMM/DDIYYI DATE IMM/DDIYYI
A GENERAL LIABILITY C0150D5878 7/30/99 7/30/00 GENERAL AGGREGATE 2000000
X COMMERCIAL GENERAL LIABILITY PRODUCTS. COMP/OP AGG 2000000
CLAIMS MAD~ [8] OCCUR PERSONAL & ADV INJURY 1000000
OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE 1000000
FIRE DAMAGE IAny'one firel 300000
MED EXP (Anyone personl 5000
A AUTOMOBILE LIABILITY 810150D588A 7/30/99 7/30/00
COMBINED SINGLE LIMiT
ANY AUTO 1000000
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS IPer person)
X HIRED AUTaS BODILY INJURY
X NON.OWNED AUTOS (Per accident!
PROPERTY DAMAGE
GARAGE LIABILITY AUTa ONLY. EA ACCIDENT
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE $
A EXCESS LIABILITY CUP150D5891 7/30/99 7/30/00 EACH OCCURRENCE 2000000
X UMBRELLA FaRM AGGREGATE 2000000
OTHER THAN UMBRELLA FORM
A WORKERS COMPENSATION AND UB150D5866 7/30/99 7/30/00
EMPLOYERS' LIABILITY
EL EACH ACCIDENT 100000
THE PROPRIETaR/ INCL EL DISEASE. POLICY LIMIT 500000
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL EL DISEASE. EA EMPLOYEE 100000
A OTHER C0150D5878 7/30/99 7/30/00
Leased/Rented $150,000 limit
Equipment $ 500 Deductible
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
Re: Augusta Water System Improvements, Raw Water Transmission Main-
Surge Tank
~p.~mmi:!M;mgHQ@.R~W::ftf:: . ..
.!!bA~q~~4~m~pN ....
.................
.............,..,
........... ......
.....................
..... ............,..
Augusta Commission of
Augusta, Georgia
Municipal Bldg, Room 605
Augusta GA 30901
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE Na .oBLIGATION OR LIABILITY
AGENTS .oR REPRESENTATIVES.
:APQR&::;zi;,$:U:t~$tt::::::::::::f::f:::::::?::: ..
0... . hoclst-
..................... ........
...... ...... }~~~~~~~~~~~~~m~~~1~~1}~f9~frfj{ ::;::;:;::;;;:;:::;:;:;:;;::;:;:;;:::..... :::::::::::::.:.:.:.:.;.:.;...:.:.::::::::::::.' ':::::::::.:.:.::::;.;.;.;.:.:.:.:.;.:.:.:.: r~~~~~m~~~~~r~rmmm/~~~AijQRij~~~~qijeQR1it~QNm~~;1$iij;\\
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"
CONTRACT DOCUMENTS
FOR
AUGUSTA WATER SYSTEM IMPROVEMENTS
RAW WATER' TRANSMISSION MAIN - SURGE TANK
Augusta, Georgia
AUGUSTA COMMISSION
The Honorable Bob Young.
Mayor .
Lee Beard
Ulmer Bridges
Henry H. Brigham
Jerry Brigham
Marion Williams
William B. Kuhlke
William H. Mays, m
Andy Cheek
Stephen E. 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
April 27, 2000
97-280.20
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 4
CA Certificate of Owner's Attorney I
NA Notice of Award I
A Agreement 4
PB Performance and Payment Bonds 5
GC General Conditions 25
SC Special Conditions 12
TS Technical Specifications 81
APPENDIX A Subsurface Investigation Report 9
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 June 21. 2000 . and at
that time and place publicly opened for furnishing all materials, labor, machinery, etc. necessary to
install approximately a 1,600 ft3hydropneumatic surge tank complete with appurtenances, a surge
tank control house, and approximately 250 LF of24" DIP referred to herein as:
BID ITEM #00:.077 AUGUSTA WATER SYSTEM IMPROVEMENTS
RAW WATER TRANSMISSION MAIN - SURGE TANK
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 Dollars ($100.00) (non-refundable) for each set of
documents issued.
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 WATER SYSTEM IMPROVEMENTS
RAW WATER TRANSMISSION MAIN - SURGE TANK
The Augusta Commission reserves the right to reject any and all bids.
Advertised in:
The Augusta Chronicle - June 5, June 9 and June 14,2000
Metro Courier - June 7, 2000
1-1
I
I
I
I
I
I
I
I
I
I
1-'
I
I
I
I
I
I
I
I
SECTION m
INSTRUCTION TO BIDDERS
IB-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 of thirty (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
b~ 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 (10) 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 ill-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 c,?nditions, 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
m-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. Box2546, 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 spec.ifications 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 addendwn 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 Docwnents.
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 in the 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 proper, and completing of all the work called for under the
IB-2
I
I
I
I
I
I
I
I
I
I
-I
I
I
I
I
I
I
I
I
accompanymg contract, and m the manner set forth and described m the
specifications.
B. The proposed quantities as shown in certain items of the proposal are for the purpose
of comparing bids and awarding payment of monthly estimates for items of
construction complete in place. It is the responsibility of the Contractor to check all
, items of construction since final payment will be rendered according to the lump
sum amount as bid in the proposal. In case of error m quantities as shown, the lump
sum amount as stated in the proposal will prevail at the end of the job when fmal
payment is rendered except as set forth in the specifications. Should an error in the
quantities be noted, the prospective bidder should notify immediately the Engineer
who will check the quantity and issue addendum to all prospective bidders correcting
the faulty quantity. The bid will indicate that the bidder agrees comoletelv with the
quantities as shown and is willing to accept the total lump sum as payment in full for
all work shown on the plans or covered in the specifications.
C. In case of error in the extension of prices in a proposal, unit bid prices shall govern.
ffi-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. 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.
ffi-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
IB-3
I
I
I
I
I
I
I
I
I
I
1---
I
I
I
I
I
I
I
I
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-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
II
'I
I.
I.
II
'.
I
1
I
SECTION P
PROPOSAL
DATE:
Jt.:.ne 21, 2000
Gentlemen:
In compliance with your invitation for bids, the undersigned hereby prop:>ses to furnish all
labor, equipment and materials, and ~o perform all \....ork for the project referred to herein as:
AUGUSTA WATER SYSTEM IIVIPROVEMENTS
RA\V 'VATER TRANSMISSION l\-fAIN -SURGE TAt'lK
in strict accordance with the Contract Documents and in consideration of the amounts shO\\TI on the
bid schedule attached hereto and totaling:
7h1'(!~ ~ ~l-t
d()&rS $-
/-;0 VI Yld Se tic r' t.../'. d f( d ,
11 00 Dollars ( $3(c '3! -:to;;-. ~
)
-7-t~c
. and SO
6~ tic'"
The undersigned hereby agrees that, upon written acceptar:-ce of this bid. he ,viii \..ithin 10
days of receipt of such notice execute a fortnal contract agreement with the Owne-r, 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 (lQ) calendar days after the date of the written noti.ce to proceed. a.Gtd th3I he will
complete the work within One Hundred Twenty (120) calendar days 3fter the date of su.:h nQtice.
.
The undersigned acknowledges receipt of the following addenda:
of
Enclosed is a bid guarantee,- consisting of
Ten (10) Percent of Bid
in the amount
Bid Bond
Re::>-peclfully submitt.ed,
p./:;;uaSCn"1 Cor;stn:cti0n, :nc.
P. o. f.Box 747 ri~-I N"AME
PCCl 1 "',... .! ("'..p('J r....' a 1 -;.-? 2
.. $,
. _ - - , ~lNESS .~!)DR.ESS
BY :Z/ \" l J:.'v\..--
EaroLe . He:.lI'U
TITLE: presicer;...-t, ..
P-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.-.......
BID SCHEDULE AUGUSTA \V A TER SYSTEM ThlPROVEMENTS
RA\V WATER TRANSMISSION 1\-1AIN
TO ACCOMPANY THE PROPOSAL OF - SURGE TANK
97-280.20
BIDDER
AquaSouth Construction, Inc.
P. O. Box 747
Pooler, Georgia 31322
Item No. Description. Quantity. Unit & Unit Price
1. Hydropneumatic Surge Tank System & Appurtenances
Installed, Complete
Lump Sum
2. Surge Tank Control House, Complete
. Lump Sum
3. 24" Pressure Class 300 Ductile Iron "Restrained Joint"
Pipe Installed, Complete
Lump Sum
4. Ductile Iron "Restrained Joint" Fittings
Lump Sum
5. 24" Butterfly Valve & Box '
2 . EA@ $ tf/?/5 rEA
.
6. 42" X 24" Mechanical Joint )'ee, Complete
1 - EA@ . $ 16/3'13 rEA
7. 42" Mechanical Joint Solid Sleeve, Complete
I EA@ $ S,53S lEA
8. 4" <p Schedule 40 PVCDrain Line Installed, Complete
Lump Sum
9. 4" <p DIP Drain Line Installed, Complete
Lump Sum
10.
6' Chain Link Fence, Complete .
1150 - LF@ $J~.5q
/LF
11. Relocate 4" DIP Water Line
Lump Sum
12.
1 A' Double Chain Link Gate
1 EA @ $ I, 148'
rEA
P-2
Amount
$98/ qL{5
$ Cob I -=Ko'-1
$ 23 I 33 S
.
$ 2?3', S~3
'v <71 U 30
$
'\I $ 10/393
.
''v $ 5( 535
$ 3/0<13
.
$2,166?
\, $ 22/ 'S1g-. s..s-
$ ;2/00Co
/
" $ III'I~
II
,I
II
I
I
I
'I
il
I
I
I
I
I
I
I
I
I
I
I
I
I
Item No.
13.
14.
15.
16.
17.
18.
'19.
20.
21.
22.
'-
Description. Quantity. Unit & Unit Price
12' Chain Link Gate
2 EA @ $ q ~ Cf. SQ rEA
4' Chain Link Gate
1 EA@
$, 52(P
Remove Existing Concrete Slab
Lump Sum
V alve Vault Handrails and Ladders _
Lump Sum
Drainage Ditch Restoration
Lump Sum
Property Restoration
Lump Sum
Electrical
Lump Sum
Clearing and Grubbing
Lump Sum
Soil Erosion Control and Sedimentation Measures
Lump Sum
Mobilization
Lump Sum
P-3
lEA
Total
Amount
'v $ Il79
'y
$ 52&
$ 1,2L13
$.g} (PJ:t--
$ l2 I 00 t..{
$ 20,28"2
$ 13,Q33
$ '2/5<62
$1.-\\\
$ '3/, I 5 L/
I
\ $ 3w3, '"10::;-. ~
I
I
-, ". .,.....- -.-- '--'--.
Additional Items of Construction If So Required by the Engineer:
lTATE UNIT PRICES: .
11.
2.
13.
I
Sheeting Left in Place, per Board Foot
Imported Select Backfill
Tv-'
$)4 ~30
$ I u, jd '3
$ 2Lf ;)d3
Overcllt Excavation & Removal of Unsuitable Material &
Select Backfill, Per Cu. Yd.
tOTE:
F AlLURE TO QUOTE REASONABLE PRICES FOR ADDITIONAL ITEMS
MAY CAUSE THE BID TO BE REJECTED.
I
I
I
I
I
I
I
I
I
I
I
I
i
-I
j
.
.
"
"
P-4
,
tn-1'3~00 09:43AAquaSt .:.h Construct;on. I 912
I
L
I
I
jS 1044
P.02
Sf.CTION BB
BID BO~""D-
KNOW ALL MEN BY THESE PRESENTS, that we, the AquaSouth Constrxtion, lr_c.
- SElECTIVE INSURANCE COMPAN'(
_ . as Principal, and __ Of .AMER~, as Surety, arc: hereby
C and linnly bound unto the Augusta Commission of Augusta, Georgia as Owner in the penal
lurn olen (~O) Percen l of Bid _ for the payment of whidt, wel1 and truly to be made, we
torebY jointly and severally bind oUTsdves, OUT heirs, execolOrs, administrdtors, successors.ar.d
assIgns.
ISigned this _ 21st ._ day of _"..
I
June 2000.
..-.-'
The condition of the above obligation is such that whereas the Princi~l has subr.1ined to the
Augusta Commission of Augu.sta, Geurgia a ~crtajn Bid, attached hereto and herc:by made a
I part hereof to cnter into a conlract in writing for AUGUSTA \VATER SYSTEM
I Il'vIPROVEMENTS RAW WATER TRANSMISSION MAIN - SURGE TANK, for AugUSta.
Georgia in accordance with plans and specifications of Augustll Utiliti~s Department.
I NOW, THEREFORE, " .
I
I
I
I
I
I
(a)
If said Bid shall be rt:jected, orin the alt~mate,
(b)
If said Bid sballbc accepted and the Principal shall ~xccute and ddiver a contrtct in
Lhc Form of Contract attached hereto (properly completed in accord:!.f.ce with said
Did) and shall furnish a bond for his faithful performance of said contract, and for
the payment of all persons perfonning labor or furnishing materials in c.onn~tion
therewith. and shall in all otht:r respects perform the agn:emenl Cleated b)' the:
ac~cptancc of said Bid, then this obligation shall he void, othc.:r'Wisc L,e same shan
remain in for~t: and t:ffcct; il being expressly understood and agreed that the Iiabilir)'
of the Surety for any and all claims hereunder shall, in no event, excc:et! the ~na.l
amo~ult of this obligation as herein stated.
BB-1
In- 1~-00 09: 44A AquaS,
th Construct; on, I 91,2 -
is
--
1044
P.03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TIle Surery. for value receive, hereby stipulates and agrees that the obligations of said Surety
and it:) bond shall be in no way impaired or afft:ctcd by any extension of the time ~ithin which th~
Owner may accept such Bid; and said Surdy does hereby waive notice of any such eAtensiun,
IN WITNESS WHEREOf, the Principal and the SurelY have h~reunlo set th~ir har.ds and
seals, and such of them as are corporations have caused their corporate:: seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
Signed and scaled this 21st
day of
A.D. 2000.
Witness
. G\~0LLH'_ \)~loW'
'-,;
Attest
.: ?
· ~,k(/ .
.~
Witness OaM,JZ~~
'77.~ .
s. Wa 1 ker, Secretar!
Saf.CTIVE INSURANCE a:M?,;,NY
Of AMERICA (Seal)
(Surety)
Attes' /)=---~
~ \--
lly ~CL (Seal)
:::HAKLES 'If. SC'oI.Df (Titl.:)
ATTOKME"f . ,~ - ..;.C1,
Q..._ ~ ,~.~.. ~ 1f ,
PALMEi< c1 C4'\' '=" ~~ ~
2S ~LlL. :iT. ! P. O. 8Vf.: ?4-7
SAVAN>;Arl. GA !l.u-~
91':-231 ~
013-2
I
I
I
I
I
I
I
I
I
I ><
t:...
0
I u
0
~
ri:
-'
I g
~
u
I
I
I
I
I
I
I
............
....;.....
'..
SeleaNe
Selective Insurance Company of America
40 Wantage Avenue
Branchville, New Jersey 07890
973-948-3000
.~~~?~
".:-.
/'.
-y
POWER OF ATTORNEY
KNOW AIL MEN BY THESE PRESENTS: That the Selective Insurance Company of AmeriCl, a New J~rsey COr-
poration having its principal office in Branchville, State of New Jersey, pursuant to Article VII, S.:ceion 13 of the By-
Laws of said Company, to wit:
"The Chairman of the Board, President, any Vice Presidents or the Secretary may, from time to time, appoint attor-
neys in fact, and agents to act for and on behalf of the Company and they may give such appoinr~ such authority, as
his/her certificate of authority may prescribe, co sign with the Company's name and seal with me Comp.my's seal, --
bonds, recognizances, contracts of indeninity and ocher writings obligatory in the nature of a bond, recognizance or
conditional undertaking, and any of said Officers may, at any time, remove any such appointee and revoke the power
and authority given him/her.
does hereby make, constitute and appoint
CHARLES W. SEILER
its true and lawful Attorney-in-fact, to make, exeCute, seal and deliver for and on its behalf. and as its ace and deed,
bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in t.,e n.lture of a bone sub-
ject to the following limitations: NO ONE BOND TO EXCEED nvo rrllLLION DOLL.\RS (51,00<1.000.00)
and to bind the Selective Insurance Company of America thereby as fully and co the same extent as if such inseruoenr.s ._
were signed by the duly authorized officers of the Selective Insurance Company of America, and all the a.:rs of saic<
Attorney are hereby ratified and confirmed.
IN WITNESS WHEREOF, the Selective'Insurance Company of America has caused these presents co be s~gned
by its Executive Vice President and its' corporate seal to the hereto affixed this 25TH by or
. . ~
2000 ,~E~
Selective Insurance Co_m~1?-
BY: ~/~Ji{!Jl~~
Stare of New Jcrscy Jami chiltree;~ ~~ Executive Ice 1fmqenr: ~/
Counr)-ofSusscx . ~~(fl\'1-; 1926 ~J~/J <_'
On this 25TH day of APRll. 2000 . bcforc mc s\:~r.Oc~'O~1?li~<<.s:,.2re o~"'e"'" Jc=cy i=. "
and for rhc County of Sussex duly commissioned and qualified. camcJamic Ochiltrcc, III of rhc Selcctivc Insur:L:>ee pon~::le t=r..ll:r:}.n"""" :-
to bc the offiecr described hcrein. and who executcd rhc preceding insrrumcnt. and he ~cknowledged rhe ex=aon 0 ...~~~y me duly ~r:~
deposed and said mar he is an officer of said Company afore-said; rhar thc seal affixed to rhc prcceding insuume"lr is rhe corp; Com,..:IY. =d th:
said corporarc seal and his signarurc as officer wcrc duly affixed and subscribed ro rhe said inmurncllt by rhe au::-..oriry ar.d dir=ion d thc Cornp4.'~~ rhac Articl:
VII. Scction 13 of thc By-L-tw~ of said Company is now in force." ~CH~~"'~ 2gJ-j -:.
IN WITNESS WHEREOF. I havc hcrcunto ser my hand andaffixcd my official seal ar Branchville. New Jers<=,! this.;; ~'t;.~/ u~~ -r'
dayof APRil. 2000.. I.._n# ~j, h~ ~J ~j
JUDITH E. CHAMB~RLAIN ~ ,'"
NOTARY PUBLIC OF. NEW JERSEY . ?ub~OTARY It
::C:'..-~MISStO~ EXPIRE.S OC.T. 17 2003 . PU.BUC.i! .
The power of anorney IS SIgned and sealed by facslmtle under ana by the authomy 0 e ollowlO~ R.e:v. ue adopte.:.
by the Board of Directors of Selective Insurance Company of America at a meetir~g ., ~ ...:d and ,d ~ the C..-..h or
February 1987, co wit: 'Elf JE\\<;)
"RESOLVED, the Board of Directors of Selective Insurance Company of America authoriu:s an app~oves ehe ~se cl "J
a facsimile corporate seal, facsimile signatures of corporate officers and notarial acknowledg~ents the-reof on pr,)Wcr~ ;,.:
of attorney for the execution of banas, recognizances, contracts of indemnity :md other 'Nriting.s obligatory i::l lb.:
nature of a bond, recognizance or conditional undertaking......." -
I. Pa[fici~ A. Fulkrod. Assisranr Sccrctary of the Selectivc Insurance Company of AmcriC3. do hereby ccrtify rhat t.ic aoo'", u:d Jorcgci:'lg i. a -.rue 4..J cotre.-.f "'~ -,..
of a Power of Attorney cxccurcd by :;aid Company which u sriU ill full force and effccr.
APRil.
'oj
'".:'-
IN WITNESS WHEREOF, I havc hcreunto set my hand and affixcd thc seal of said Compmy at BrC'~C\N Jer>c"f rhi~ 21 s t
day of June 2000. ~ ,Q.cl..~
.....i<rtaIl t Sc-:1~q
::./
i..
',?. .
..~~:
B-91 (l/00)
e RED botde< on I". lace 01 Ihls docu",."l has a eecurity VOID background pallem. II Itla not ReD and the word VOID is vi.ible. this is not . ~t'-<l _, T~ lit II ~.- c:- tr1-+'~>>L
J~'/.,
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 attached 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 dilly 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
~CEr\1 '
JU En
. . L 1 8 2000
Cranston, Robertson & Whitehurst, P.C.13y: '-'-~----_,_
ENGINEERS PLANNERS SURVEYORS ~
OLD ENGINE COMPANY NO.1 POST OFFICE BOX 2546
452 ELLIS STREET AUGUSTA, GEORGIA 30903.2546
J. CRAIG CRANSTON, P.E., R.L.S.
THOMAS H. ROBERTSON, P.E., R.L.S.
ELDRIDGE A. WHITEHURST, 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. ATTAWAY. R.L.S.
WAYNE SWANN, R.L.S.
wnCHAELS.BERGLUND
STEVEN M.- BRYANT
DWIGHT E. FUNDERBURK, n
BOBBY M. USRY
KEITH A. LAWRENCE
KELVIN G. OGLESBY
Aqua South Construction, Inc.
P.O. Box 747
Pooler, Georgia 31322
SUBJ: NOTICE OF AWARD
PROJ: AUGUSTA UTILITIES WATER SYSTEM
IMPROVEMENTS WATER TRANSMISSION MAIN -
SURGE TANK
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 notifiedthat your BID has been accepted for items in the amount of $363,707.50.
. 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 (lQ) 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 A WARD to the OWNER.
Dated this 17th day of Julv. 2000.
CRANSTON, ROBERTSON & WHITEHURST, P.C.
~~;o~
ACCEPTANCE OF NOTICE
R r:"=' ,5'''': If'n3 ~ ,",: E'D
;;1 "..;. ~'. ,. ~~,.,;
.' ..' ','"..:. :>..... ::"'1:~} ,I.: u'
ICE OF A WARD is hereby
18.J.;&yof July, 2000.
JUL (; '-.: LOaD
BY:
QensL ' .
'. --"'n -.. .; (. \'! ilitehurst, P.o.
1
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 .f tAt of -h-, 2000.
by and between AUGUSTA COMMISSION
party of the first part, hereinafter called the OWNER, and
AquaSouth Construction. 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 plans described in the
specifications for the project entitled:
AUGUSTA WATER SYSTEM IMPROVEMENTS
RAW WATER TRANSMISSION MAIN - SURGE TANK
and in accordance with the requirements and provisions of the Contract Documents as defmed in .
the General and Special Conditions hereto attached which are hereby made a part of this agreement.
ARTICLE II - TIME OF COMPLETION -- LIOUIDATED 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
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
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 tinder 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 lump sum
amount as stated in the bid schedule. No variations shall be made in the lump sum amount
except as set forth in the' specifications attached hereto.
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 mspection, 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 fmal 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 ~at in case of di~puted 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 fmal 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 final payment, except
that it shall not constitute a waiver of claims.
A-3
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
1
I
IN WITNESS WHEREOF the parties hereto have executed this Agreement, the day and year first
written above.
I
"
..
-,.".~~~'Q..~'1l:\""
-,::;--~", ,;' Mn ,\,<t'll
.,4- /"" " ' ,() ~
~f' .",?' ,.",,"'''''''Q,-o 00 ~~
_'" . '''' VA
P ~"? "," .0 r~ V.~
pi ,=",,- 0<, '", '~
!J ~ ,-,- '".t. ~
H~ 0 ~
~ . ~
, 0 _ '"
~ . ~ ~
· ":-, i ~ It BY:
" rJe"'7JJf"..:):J~/Y~~ ~'
OO~
\\~~""'''''..,... -'~ ~
AOUASOUTH CONSTRUCTION. INC.
CONTRACTOR
WITNESS:
~9~
WITNESS:
BY:
\--\a.Mllci r Wo..\ke.t' \
b~~
A-4
TITLE
i
I
I
I
I
I
I
" !
--':'
I
" - I
,
';:P.1
-~:-I-"
--
- ','I
'..-,
I
i
I
\
I
- I
,
Ii
!
I
_I,:
I
I-
I
I-
I
I
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 ~ABOR AND MATERIAL.)
KNOW ALL MEN BY THESE PRESENTS:
That~~u~ &t\S+nd;~Ii::~
as Principal, hereinafter called
Contractor, and
Selective Insurance Company of America
a corporation organized and existing under the laws of the State of
New Jersey
with its principal office in the City o-f Branchville
. State of New Jersey
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 ,
Three Hundred Sixty ,Three Thousand Seven Hundred Seven & 50/100s**
Dollars
($ 363, 707.50 **) for 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 WATER SYSTEM
IMPROVEMENTS RAW WATER TRANSMISSION MAIN - SURGE TANK, 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 tirlle 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-l
I
,-
-,
- - I -
-I
,I
I
>"~ . !
".
i
,
:~
,_,-_I
Ii
I
I
-I
I
I
I
1\
\
1\
!
I:
'I;
; .J
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 resporisible 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 damages for 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 amount 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 final payment under the C01'ffRACT 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
day of
A.D. 2000.
Witness -4\"\~
. (S_eal) ',. -'>''''''
, . _ OJ'l!'''- ,
(Contractor)~' >.,,~>~--. ";; ~
.- .;. -"' ~~ .... ~:. ~
~"~"'_ r,. ~ ~.... .~~
., ~. I~ ~,.-:;~
.~ f' ~ :. ~--':::
... -e,~ I VJf :::..:::
.~ -,.,.r"". '"t.";: =:
- -":. (Seal) ....'-5' :.:: =
~ .-:; :"'f...~ ::-; =::
('I'tl-) ..... /v~ .-:-- ,-
SflECTlVE INSURANCE COMPN<< '\ :J~:: ~ ---:;:::;:~~~>~:::-
Of AMERICA
Witness J0~~) L ')1/\ LWa{'
(Seal)
(SUrety)
Attest
~~
(}~" sV \. (Seal)
CHARLES w. SEILER (:fitle)_
ATTORNE'I . IN . FAClj
GA I. 414695.
By
PALMER & CAY OF GEORGIA, 1m:.
25 BUll ST. I P. O. BOX 847.
SAVANNAH. GA 31402
912.23!'6~
PB-2
I
- I
I
_ i-
.' .\
-I
- .
,
I
!
I
;'1
I
i
*
,.
':-;-1
'I
I
I
I
I
i,
I
I
'I,
I;
-II
I
I;
I
I
1-;
, ,
1-'
SECTION PB
LABOR AND MATERIAL PAYMENT BOND
(NOTE:
THIS BOND IS ISSUED SThillL T ANEOUSL Y WITH PERFORMANCE BOND
ON PAGE PB-l, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PERFORMANCE OF THE WORK.)
KNOW ALL MEN BY THESE PRESENTS:
That
AquaSouth Construction, Inc.
as Principal,
hereinafter called Contractor, and
Selective Insurance Company of America
a corporation organized and existing under the laws of the State of
New Jersey
, with its
pnncipal office in the City of Branchville
New Jersey
, as Surety,
, State of
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 defmed in the
Three Hund:r:ed Sixty Three Thousand Seven Hundred Seven & 50/100s**
amount of
, Dollars
($ 363,707 .50*j~for 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 WATER SYSTEM
IMPROVEMENTS RAW WATER TRANSMISSION MAIN - SURGE TANK, ip accordance
with drawings and specifications issued by Augusta COnimission, 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 the Contractor
shall promptly make payment to all claimants as hereinafter defined, for all labor ~d 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:
PB-3
i
I
" i
'I
,I
I
I
'I
'I
-I
I
I
':1
'.
~:j
I
i
I
I
j
I
I
_11
.. .-o".j
'I
I
I
I
1-
1'-
(1)
(2)
(3)
-(4)
A claimant is defmed 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.
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.
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 folJowing: 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, iri 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
construction hereof, such limitation shall be deemed to be ameIJ.ded 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.
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.
PB-4
I
I
I
I
I
I
,I
,I
"I
-,
--
i
\
I
I
I
,
I
J
I
,
I
i
I
I
I
I
i
I
I
I:
I'
Witness
Attest
Signed and sealed this
day of
'Witness -J~ {\(v\~
Attest
~~_/
PB-5
A.D. 2000.
By
~..
(Seal)
(Surety)
~ ~eal)
(Title)
CHARLES w. SEIlER
ATTORNEY. IN . FACli
QA#, 414695
PALMER & CAY OF GEORGIA, INC.
25 BULL ST. I P. O. BOX 847.
SAVANNAH, GA 31402
__ 9J.2. 231 .693j, .
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Selerove
I
I'''',
"-::}.'{:;:1,
Selective Insurance Company of America
, 40 Wantage Avenue .
Branchville: New JerseY 07890
973-948-3000
POWER OF ATTORNEY
KNOW All M,EN BY THESE PRESENTS: 'That the Selective Insurance Company of America, a New Jersey cor-~:?Z~
poration having its principal office in Branchville, State of New Jersey, pursuant to Article VII, Section 13 of the By-
Laws of said Company, to wit: -
-"The Chairman of the Board, President, any Vice Preside~ts or the Secretary may, from time to time, appoint attor-
n~ys in fact~ arid agents toa~t for and on ~ehalf of.the C?mpany and they, may give such apP?intec such autho~ity, asm~f~
his/her certificate of authonty may prescnbe, to sign With the Companys name and seal with the Companys seal,;.- :i" ,
bond.s,. recognizances~ contracts of ind~mnity and other writin~s obligatory in the nature ?f a bond, recognizance 0
condmonal undertaking, and any_ofsaJd Officers may, at any time, remove any such appoIntee and revoke the power
and authority gi~en him/her.
does hereby'make, constitute and appoint
, CHARLES W. SEILER
its tnieand lawful Attorney~in-fact, to make; execure: seal and deliver for and ~n its behalf, and as its act and deed,l~
~onds, undertaki~gs, .re~og~izances, contracts of indemnity, or other writings obligatory in the nature of a bond sub-~~
Ject to the follOWIng lImitatIOns: NO ONE BOND TO EXCEED TWO MILLION DOLLARS ($2,000,000.00) . ~~
' ,and to. bind the Selective Insur:u:ce COfupany bf America .thereby as fUlly andto the same e~tent as if such instrumen.ts;:;:~~
were Signed by the duly authonzed officers of the SelectIve Insurance Company of Amenca, and all ,the acts of said ".i.
Attorney are hereby ratified and confirmed._ ,
IN WITNESS WHEREOF, the Selective Insurance Company of America has caused these presents to be signed
, by its Executiv~ Vice President and its corporate seal to the hereto affixed this - 25TH day of-14i.
. .... -t,.::-....O,>;
~- ~',,:\i'<-l
-,~ ~OAlP.(~""
~
>-
r:..
o
U
Q
~
--
l.L. '
~
:.Ll
U
APRIL_ "
.'
2000
BY:
-State of NeW Jersey
County OfSl!S5eX
, ,
IN wITNESS WHEREOF'-I-have hereunto set ,my hand and affu:~d my-official ~eal at Branchvilie. New Jersey thi~
, day of .' APRIL 2000 ' I . ' _ _ ' . _ ' .
,JUDITH E.CHAMB~RLAIN . ~
NOTARY ~Oeuc OF.NEw JERSEY
I ~y ~'-'S WHEREOF,I "~h."om '" my""' ~d..... '" "" of..d Com...y" B~ ':Q.~~ I
I ". B-91 (1100) .... ". " fus;sranr SecretaI)' ~~
, RED bor~ on the 1_ oIlhla doeument hu a seeurlty VOID'backg~nd pattern, "-R Is nol RED and the word YOlO Is visible, thl.1s not a eertJIled copy. T~ us at Araa Coda 973-94&-3000. ~,;.fJ5
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-O 1.
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.
Defmitions . . . . . . . ... . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 LiquidatedDamages ........................ 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-1
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
1
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 . . . 7 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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. CONTRACr 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 Contractor 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 m the Contract
Documents.
18. RESIDENT PROJECT REPRESENTATIVE: -The authorized representative of the
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 Distributor, 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 projector a specified part. can be utilized for the purposes for
which it is intended.
23. SUPPLEMENTAL 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
1
I
I
I
I
I
I
I
I
I
I
I
I
'1
I
I
I
I
25.
26.
GC-02.
2.
GC-03.
2.
3.
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 DETAIL 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.
Prior to the first partial pa~entestimate, the Contractor shall submit schedules
showing the order in which lie 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.
The Contractor shall also submit a sche-dule 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 such work and furnish any such material as fuliy 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 bythe'Contraet Documents. The Engineer shall promptly
review all shop drawings. The Engineer's approval of any shop drawings shall not
release the Contractor fr~m 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's review, 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.
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 del~ver the work within the specified time.
2.
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.
3.
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
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-08.
Agency shall be- permitted to mspect 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
I
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 no.tify 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 off the 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 coveriilg 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 performance of any
changes in the work so ord~red by the Engineer unless the Contractor believes that
GC-IO
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 ord~r 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
of time 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 allocatiqn 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.
SUBSURFACE 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 Unknowilphysicalconditions 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 fmds 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-I2
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 fmal
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 shalf 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 al~ 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 for additional
professional services, such excess shall be paid to the Con~actor. 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 of the 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.
Between the first (lst) and the fifth (5th) of each month, the Contractor will submit
to the Engineer a partial payment estimate filled out and signed by the ~ontractor 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
requiJ;e. 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 necessafy 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 appro~mately 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 propertyofthe
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 payments 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 t<? 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 havfug 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
1
I
I
I
I
I
GC-20.
GG..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.
ACCEPTANCE OF FINAL PAYMENT AS RELEASE:
1.
The acceptance by the Contractor of fmal payment shall be and shall oper~te as a
release to th~ 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 directly or indirectly
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
1
I
I
I
I
I
I
-I
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 C~mtractor'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 of liability 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, ifapplicable, 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 of the 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, the. 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. Ifat 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 <?r is I:emoved 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-25.
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.
2.
. 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.
3.
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:
1.
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.
2.
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.
3.
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
1
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
1
I
I
GC-26.
GC-27.
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 shaUbe 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 Con~actor 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 contractual relation between any
Subcontractor and the Owner.
ENGINEER'S AUTHORITY:
1.
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 D()cuments.
If all land and rights-of-way are not obtained prior to the issuing of the Notice to
GC-20
1
I
I
I
I
I
I
I
I
I
I
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 RAILWAY OR OTHER PROPERTY:
1.
Whenever the work embraced in this Contract i~ near the tracks, structures -or
buildings of the Owner or of other railways, persons, or property, the work shall be
so conducted as riot 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-21
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 DEVICES AND SIGNS:
1.
The Contractor shall furnish, 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-hourphone 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
DRAWINGS:.
GC-22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 extended to compensate for the time 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:
III 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 night, 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 to maintaip 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 arid 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.
BVP ASSING 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 (pL91-54).
GC-SO.
PRECONSTRUCTION CONFERENCE:
A preconstruction conference shall be held at an 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-Sl.
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-S2.
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 of the Augusta-RichinondCounty 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
.AI
.
I
I
SECTION
I SC-O 1.
SC-02.
I SC-03.
SC-04.
I SC-05.
SC-06.
SC-07.
I SC-08.
SC-09.
SC-lO.
I SC-ll.
SC-12.
SC-13.
I SC-14.
SC-15.
SC-16.
1 SC-17 .
SC-18.
I SC-19.
SC-20.
SC-21.
I SC-22.
SC-23.
SC-24.
I SC-25
I
I
I
I
I
I
SECTION SC-O
INDEX TO SPECIAL CONDITIONS
TITLE
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
After Hours Inspection
Masters Golf Tournament
SC-O
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 offumishing all materials,
labor, machinery, etc. necessary to install approXimately a 1,600 ft3 hydropneumatic surge tank
complete with appurtenances, a surge tank control house, and approximately 250 LF of 24" DIP.
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
C-1 Cover Sheet 4/20/2000
C-2 Construction Notes 4/20/2000
C-3 Overall Plan 4/20/2000
C-4 Valving and Piping Key 4/20/20000
C-5 Site Plan 4/20/2000
C-6 Connection at Vault No.1 - Detail 4/20/2000
C-7 Surge Tank Detail & Control House Layout 4/20/2000
C-8 Soil Erosion & Sedimentation Control Details .4/20/2000
S-l Structural Notes. 4/20/2000
S-2 Foundation & Roof Plan 4/20/2000
S-3 Building Elevations 4/20/2000
S-4 Structural Details 4/20/2000
E-1 Surge Tank House Lighting and Power Plans 4/20/2000
SC-1
I
I
I
I
1
I
I'
1
I
I
I
I
I
I
I
I
I
1
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 one (1) ,project sign provided by..the Owner on the
construction site. The sign 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 mE 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 shallbe 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. Workmen 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-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
SC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
deviations from the construction lines shown thereon and all changes ordered by the Engineer will
be shown accurately in red pencil. Ifnecessary, 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-IO.
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-l1.
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 specificati~ns, they are made as much a part of these specifications as if the
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
SC-3
I
I
1
I
I
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of
. any street closures.
SC-14.
SURVEYS:
_ The Engineer has established a benchmark for locating the principal component parts
of the work. Prom the information thus provided, the Contractor shall develop and make all detail
surveys needed for construction lines and elevations. The Contractor shall emoloy onlv Registered
, Land Surveyors or Registered Professional Engineer to ~erform all detail survevs.
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 protection 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.
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
eac~ 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,
SC-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 define 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. TIW schedule requirement herein is the mtnlmum required.
Contractor may prepare a more sophisticated schedule if such will aid
Conti-actor in execution and timely completion of work.
3. Base s~hedule on standard 5-day work week.
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
adjustmentsin the progress schedule that will not change the contract
times (or milestones). Such adjustments will conform generally to
the progress schedule then if effect and additionally will 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.
SC-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Use of float suppression techniques such as preferential sequencing
or logic, speciallead/lag logic restraints, and extended activity times
are prohibited, and use of float time disclosed or implied by use 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,
defmed herein as the Engineer, by preparing plans and specifications for the work and by providing
certain services dtning 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 Hill, 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 onsite 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
Contractor 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
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 ~e Contractor( s) or other entity or any other persons
at the site.except Program Manager's own personnel.
The presence of Program !y1anager'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 constructiqn 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.
SC-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
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, of the 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, if so 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
SC-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision
of this Agreement shall control.
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
interest 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.
EOUIV ALENT 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-8
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-24.
AFTER HOURS INSPECTION:
If the 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,"
of the 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-9
I
I
I
I
I
I
1
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 3
TS-3 Excavating, Trenching and Backfilling for Pipe Lines 5
TS-4 Crusher Run Stone Base Course 1
TS-5 HydropneumaticSurge Tank System 6
TS-6 Water Tran~.mission Main 7
TS-7 Water Distribution System 8
TS-8 Excavating and Backfilling for Structures 3
TS-9 Concrete Reinforcing Steel and Appurtenances 8
TS-IO Painting and Caulking 4
TS-ll Chain Link Fencing 5
TS-12 Grassing (Bermuda) 2
TS-13 Shoring and Sheeting 2
TS-14 Gabions 6
TS-15 Erosion Control Measures 3
TS-16 Masonry 3
TS-17 Removal of Water I
TS-18 Steel Doors and Frames 5
TS-19 Door Hardware 3
TS-20 Miscellaneous Metals 4
. TS-O-l
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
-01.
SECTION TS-1
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.
-02.
-03.
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 arid 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 Qranches
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 an4 roots, shall be refilled with suitable material and
compacted to make the surface conform to the surrounding ground surface.
DISPOSAL OF CLEARED AND GRUBBED MATERIAL:
Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to
clearing and grubbitig 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
TS-I-l
I
I
I
I
1
1
I
I
I
I
I
I
I
I
I
B
I
I
I
necessary to prevent the spreading of fire. Such equipment shali 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 lump sum price as shown in the bid schedule for
Clearing and Grubbing.
TS-I-2
I
I
I
I
1
I
I
I
I
I
I
I
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 subgrade for pavements and
fmishing and dressing of graded earth are_as, 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" CR, 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 withill 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 the required
densities and shall be free of roots, trash and any other deleterious material. Any
necessary clearing, ~bbing, 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
TS-2-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
-os.
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 fmish 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, stwnps,
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 of leaves, 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 of less 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
Joappr~>val to ~eep erosion of th.:~_ <ljt9Jlbott;01!l and ~19pesJQa ~mum during the life of the contract.,
No additional compensation will be given to the Contractor for the required m_aintenance.
-06. PROTECTION OF EXISTING SERVICE LINES AND UTILITIES
STRUCTURES:
Existing utility lines that are shown on the drawings or the location of which are made
known to the Contractor prior to excavation that are to be retained, as well as utility lines constructed
during excavation operations, shall be prot~cted 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 that are not shown, or the locations of which are not known to the Contractor,
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.
-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.
TS-2-2
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
-08. PREPARATION OF GROUND SURFACE FOR FILL:
All vegetation, such as roots, brush, heavy sods, heavy growth of grass, and all decayed
vegetable matter, rubbish and oth~r 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 existi~g 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, other organic material and trash,
and from stones have maximum dimension greater than 6 inches. No frozen material will be permitted
in the fill. Stones having a maximum dimension 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
. ar:e~.,~~catt?d. ~ not requiring compaction, sh.al)..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 :I: 1 ~ percent of maximum density at 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 wilJ be in accordance with AASHTO Standard T-147.
-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 fmished surface shall be reasonably smooth,
compacted, and free from irregular surface changes. The degree of finish shall be that ordinarily
obtainable from either blade grader or scraper operations, supplemented with hand raking and finishing,
except as otherwise specified. The fmished surface 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
TS-2-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
a result of grassing operations will tend to retard surface drainage along the edge of pavements, the
fmished 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 dwnped,
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:
r
Topsoil shall be placed on all shoulders, slopes, 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 ~ 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 ~ 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 and grades re-
established to the required elevations and slopes, at no additional expense to the Owner.
-015. MEASUREMENT AND PAYMENT:
Payment for grading will not be made separately and shall be included in the line item
for Property Restoration as shown in the bid schedUle.
TS-2-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-3
EXCAVATING, TRENCHING AND BACKFILLING FOR PIPE LINES
-01.
SCOPE:
This section cover~ all excavation, trenching and backfilling for pipe Jines, 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 Admini~tratio~ (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 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
TS-3-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 approval 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, fme 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.
1. 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
a~_~l:l!n.!J:lat~_<l5!l_!~~__tr~~~hes shall be remoye4,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-half times 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.
2. SHORING AND SHEETING: All shoring, sheeting, and bracing required to perfonn
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
TS-3-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-04.
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 unbackfilledexcavations after pipe or structures have been
placed.
4.
BLASTING: 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.
BACKFILLING:
_ . , ,_ ~re.!1Ch~~_lu14 oth~r_excay~ti9n~ ,s.4all not be b.ackfilled until all requjre.d 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.c1ay, 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 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.
F or backfill up to a level 1 foot over the top of pressure pipelmes and 2 feet above the
top of gravity pipelines, only selected materials shall be used. Select materials shall be fmely 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 thorougbnessso 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 90% 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
TS-3-3
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 ~ 0/0:1:
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.
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 the Engineer, overcut and backfill to compensate for
inadequate foundation will be paid for at the unit price for overcut and clean stone bedding, per ton of
stone listed under "State Unit Prices" portion of the proposal bid schedule.
Sheeting ordered to be left in place will be paid for at the unit contract price for sheeting
left in place, per board foot listed under "State Unit Prices" portion of the proposal bid schedule.
TS-3-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 sub grade to receive- the crusher run stone base course shall be constructed in
accordance with requirements of Section 209 of the Standard Specifications for Roads and Structures
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 815
of the Standard Specifications for Roads and Structures 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.
-05. MEASUREMENT AND PAYMENT:
Payment for crusher run stone drives will not be made separately and shall be included
in the line item for Property Restoration as shown in the bid schedule. .
TS-4-1
1
1
I
I
I
1
I
I
1
I
I
I
I
I
I
I
I
I
I
SECTION TS-S
HYDROPNEUMATIC SURGE TANK SYSTEM
-01.
SCOPE:
This section covers the design, materials, testing, and installation of one level
hydropneumatic tank for surge control, including pressure tank, air volume controller, piping, level
controls, level gages, accessory_valves, and control house installed complete, as shown on the plans and
as specified herein.
-02.
MANUFACTURERS:
The manufacturer shall be experienced in the design and operation of surge control
systems and. shall provide a list of similar installations for review by the engineer. The surge control
system shall be as supplied by ZZ Technology, 727 Center lane, Saint Paula, CA 93060. or approved
equal.
1. Manufacturer's Services: Provide equipment manufacturer's services at the jobsite for
a minimum of two man-days to perform the following list, travel time excluded.
A. Installation assistance and inspection of surge control system.
B. Field testing and adjustment of the surge control system operations.
C. Instruct the Owner's personnel in the operation and maintenance of the surge
control system including air compressor assembly, electrical controls and level
control system.
-03.
SUBMITTALS:
1.
Submit layout drawings showing dimensions of equipment and accessories. Show
equipment weights and anchor bolt designs. Show weight of pressure vessel, both empty
and filled with water. Provide dimensional drawings and layouts for sight gages,
solenoid valves, and level probes.
2.
Submit manufacturer's catalog da_ta on air compressor assembly, gages, valves and level
control system.
3.
S uqmit electrical schematic and wiring diagrams showing wiring, controls and terminals.
Label each terminal showing which control or electrical power wire connects to which
terminal.
4.
Submit mathematical computer analysis of hydraulic conditions which determine the
design.
-04.
PERFORMANCE GUARANTEE:
Provide a written guarantee of performance, materials, and workmanship guaranteeing
that the surge control system will conform to the design criteria specified. Such performance shall be
TS-5-l
I
I
I
I
I
I
1
I
I
I
I
I
I
I
'I
I
I
I
I
verified by field testing. Should the field test results show the surge control system fails to comply with
the design criteria, upgrade or reconstruct the surge control system so that it meets the design criteria.
-os. STRUCTURE:
Construct substantially as shown on the plans at the locations indicated, a reinforced
concrete block, brick veneer building with concrete slab floor and shingle roof. Workmanship and
fmish will conform to the best standards of the trade.
1. CONCRETE:
Concrete work shall conform to the requirements of the American Concrete Institute
(ACI) Manual of Concrete Practice, Section ACI 301, latest revision, "Specifications for
Structural Concrete for Buildings. All concrete shall have a 28-day compressive strength
of 3,000 psi and all reinforcing steel shall have a yield point of 40,000-psi.
2. MASONRY BLOCK:
Masonry: Concrete masonry work shall conform to the requirements of the American
Concrete Institute (ACl) Manual of Concrete Practice, Section ACI 531-79, latest
revision, "Building Code Requirements fo~ Concrete Masonry Structures." Concrete
masonry shall be hollow load bearing concrete block grade - Type J conforming to
ASTM C-90.
3. ROOF:
A. Structural- Wood: Lumber. shall be treated yellow pine, number 2, with a
maximum moisture content of 19 percent and a minimum flexural stress (Fb) of
1050 psi.
B. Roof: 20-year asphalt shingle charcoal gray in color.
C. Connectors: All machine bolts, carriage bolts, lag bolts and washers, unless
otherwise specified, shall conform to the requirements of ASTM A-307 and shall
be electrogalvanized plated with a supplementary di-chromate finish.
D. Nails: All nails shall be hot-dipped galvanized, or varnish coated.
E. Painting:
(1) Masonry Block:
a. _ Apply 10.0-18.0 mils of Heavy Duty Block Filler B42W46 as
manufactur_ed by the Sherwin-Williams Co. Surface must be
clean, dry, sound, and offer sufficient profile to achieve adequate
adhesion. Remove all chemicals and/or all foreign matter prior
to coating. Refer to ASTM D4260.
TS-5-2
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
-06.
b. Topcoat with Metalex semi-glossB42 series at a rate of 1.5-4.0
mils per coat. Apply two coats. Heavy Duty Block Filler must
be thoroughly dry prior to top' coating per manufacturer's
recommendations. For surface preparation, refer to SSPC-
SP13INACE 6. Color samples shall be submitted for approval.
4.
WORKMANSHIP AND INSTALLATION:
A. The sizes and spacing of timbers shall be as shown on the drawings. All work
shall be well braced, closely fitted, accurately set and rigidly secured in place.
B. Holes for bolted connections shall be drilled straight and true 1/16 inch larger
than bolt size.
C. All work shall be executed in a workmanlike manner and shall present a neat and
mechanical appearance when completed.
HYDRO PNEUMATIC SURGE TANK & DESIGN:
1.
HYDRAULIC DESIGN CRITERIA
A. The system for ~hich the surge control system is to be provided consists of a raw
water pumping station and piping system. Assume the following values or
factors in performing the surge analysis and designing the surge vessel.
Friction factor C130
Flow rate through pump station 15,000 gpm (through 30" main)
Maximum allowable pressure due to 190 psig (at surge vessel)
surge
Minimum allowable pressure due to -9.0 psig
surge, at anypoint in pipeline
B. The surge -vessel: is to be connected to the pipelines as shown on the plans.
Dampened or non-slam check valves are utilized on the discharge of each
pumping unit. The discharge pipeline ground profile and header pipe connection
to the tank is shown in the plans.
C. Include the following surge/flow conditions in the design of the surge vessel:
(1) Pump failure at the design flow rate indicated.
(2) Size surge vessel with allowances for:
a. ten percent volume seal at the lowest surge pressure anticipated
at the tank after power failure at design flow conditions.
TS-5-3
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
b. Water level control band of 3 inches.
c. The minimum net tank volume required is 1,600 ftJ.
2.
Furnish and install, complete, where shown on the plans, one hydropneumatic tank,
1,600 cubic feet capacity, with 96 inch outside diameter, and 30'-4" shell length. The
tank shall be fabricated of plate steel from Table UCS-23 of the ASME Boiler and
Pressure Vessel Code for Unfired Pressure Vessels, which shall be designed to 10%
above the maximum operating pressure, no less than 250 psi, and tested at 112 times the
working pressure. The tank shall be provided with internal orifice and vortex breaker
as required to insure performance levels. The tank shall comply with Section VIII of
the ASME Boiler and Pressure Vessel Code for Unfired Pressure Vessels and is to be so
stamped, and registered with the National Board. Provide the following:
A. 1 - 12"xI6" elliptical manway
B. 1 - 24" 150#flanged outlet for tank connection to manifold header
C. 1 - I" pipe nipple for air volume control
D. 1 - I" pipe nipple on top of tank for safety relief valve
E. 1 - 3" flanged drain outlet
F. 2 - 2" flange pipe nipples - for probe well connection to tank
G. 2 - lifting lugs
H. 2-3/8" steel cradles
3.
After fabrication, tank shall be sand blasted to SSPC-IO Near White Blast and painted
as follows: .
A. Interior: Coat with 12 mils of Tnemec 20 epoxy coating, WH02 tank white in
color. Apply coating prior to shipment at shop and test for pinholes or
"holidays."
B. Exterior: Coat with 5 mils of Tnemec 66-1211 red primer. Apply primer at
shop.
C. Apply a top coat to the exterior with 2.0 -5.0 mils of Tnemec 75 Endura-shield
WHOI white in color and manufacturer will supply sufficient exterior finish for
touch-up and painting after erection.
4.
LIQUID LEVEL GAUGES: Provide liquid level gauges using %" O.D. glass and a
minimum viewing length of 48 inches. Provide sufficient gauges to view entire
operating range of water level in the tank. Provide isolation valves with %" vessel
connections and ball checks to prevent loss ofliquid upon glass breakage. Valves shall
be straight pattern desigI!with integral bonnet. Valve bodies shall be cast bronze.
Provide drain cock on lower valve. Valves shall have a minimum pressure rating of 400
psig WOG. 'Gauges shall be Penberthy Model N7B or approved equal.
5.
SAFETY RELIEF VALVE: Safety relief valve shall comply with ASME Boiler and
Pressure Vessel Code. Valve shall be bronze and shall have a pressure rating of400 psig
WOG. Valve shall have a bottom NPT inlet and shall have incorporated a calibrated
spring set to allow the valve to open at the vessel design pressure. Valve shall be a
Kingston Model 119C or approved equal.
TS-5-4
I
I
I
I
I
I
I
I
I
1
1
I
I
I
I
I
I
I
I
6. AIR PIPING:
A. Piping for the airline shall be 1" per paragraph -0 I O. below.
B. Provide bronze baIl valves, 1" 600 psig WOG as block valve at the surge vessel
and at the air compressor.
C. Provide a bronze check valve, 1" 400 psig WOG in the airline.
-07.
AIR COMPRESSOR ASSEMBLY:
The compressor shall be a self-contained, simplex type unit consisting of a single acting,
two stage, air-cooled, splash lubricated reciprocating compressor, motor with V-belt drive mounted on
a common 80 gallon receiver. The compressor shall deliver not less than 30.0 ACFM at inlet conditions
compressed to 175 psig. Valves shall be stairuess steel, easily removed and inspected without the need
for special tools.
The compressor shall be driven by a 240 volt, 3 phase electric motor of 10.0 horsepower
at no greater than 1800 full-load rpm. Motor enclosure shall be ODP design.
The air filter-silencer shall be dry type. Regulation shall be automatic start-stop by
adjustable pressure switch. Motor starter shall be provided as part of the compressor assembly.
Provide compressor with finned tube, air-cooled intercooler to remove heat of
compression. The compressor shall have an automatic starting unloader system to vent compressor
cylinders to atmosphere upon compressor stopping, thereby allowing the compressor to start against
minimum load.
Compressor shall be Ingersoll-Rand Model 7100DI0, or approved equal.
-08.
AUTOMATIC AIR-VOLUME CONTROL SYSTEM:
The automatic air-volume control system in conjunction with tank-mounted sensor
probes and air compressor unit shall control the air/water ratio in the surge vessel within a range
compatible with the surge control system design, and established system static and maximum operating
pressures. Provide contact closure for remote indication of excessive high or low water level in the
surge vessel.
Provide a probe-type controller installed on the side of the surge vessel.. Provide a
NEMA 12 control panel with all necessary switches, relays, and time delay circuits to actuate the air
compressor, solenoid valves, and signal high and low water tank levels.
-09.
SOLENOID VAL YES:
Solenoid valves for air service shall have forged brass or bronze bodies with Teflon seats.
Internal plunger, core tube, plunger spring and cage assembly shall be stainless steel (Type 302,304 or
305). Solenoid enclosures shall be NEMA 4. Valve actuators shall be 120 volt AC. Seals shall be
TS-5-5
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Teflon. Valves shall be rated for operating pressures and differential pressures of at least 250 psig.
Solenoid valves shall be normally closed, energize to open. Solenoid valves shall be ASCO 8210 or
approved equal.
-010. PIPING AND VAL YES:
Piping two inches in diameter and under will be rigid copper soldered joints. Piping
three inches and over will be flanged ductile cast iron, conforming to ASA 21-50 or A21.51 as
applicable for a working pressure of 250 psi.
Ball valves shall be similar to Apollo 70-100 series. Check valves shall be similar to
Conhraco B 1-1 04. Solenoid relief valves to be similar to ASCO WP821 0826. Safety relief valves shall
be similar to a Kingston Model 119C. Vacuum breaker will be similar to a Watts No. N36 vacuum
relief valve.
-011. PAYMENT:
Payment under this section shall be at the lump sum bid price shown on the Bid Schedule
under Item No.1, Hydropneumatic Surge TankSystem & Appurtenances, Complete and shall include
all necessary labor and materials to design, install, and test a hydropneumatic _surge tank in place,
complet~. The work includes but is not limited to controls, starters, 1,600 ft3 presSll!e tank, foundation,
electric switchgear, valves, air piping, and appurtenances, except the building, as shown on the plans
and as specified herein and any other applicable sections of the specifications. Payment for the building
and concrete slab under the tank will be paid for wider Item No.2, Surge Tank Control House,
Complete. The limits of these payment items shall extend five feet outside of the hydropneumatic surge
tank and surge tank control house.
TS-5-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-6
WATER TRANSMISSION MAIN
-01. GENERAL:
This section covers the installation of all piping" fittings, valves and appurtenances
involving the 24 inch header pipe that connects the raw water mains to the surge tank.
For installation of pipe sizes 16 inch and smaller, see Section TS-7, "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/AWWA CI50 for Pressure Class 300.
B. Ductile iron pipe is to be manufactured in accordance with ANSI
A21.511 A WW A C151-96 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 bitumino~ coating outside approximately I mil
thick. The coating shall be applied in accordance with ANSI A-2I.51/A WWA
CI51-96. The pip~ shall be cement mortar lined in accordance with the latest
version of ANSI A21.4/AWWA CI04.
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
A2I.Il1AWWA Cl1I. Push-on joints shall b~ 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: 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 C III. 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 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
TS-6-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
A21.11/A WWAClll 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 j oint 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" Pipe or ACIPCQ's Fastite Pipe with a "Fast-
Grip" gasket, or approved equal.
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. H,!wever, all mechanical joints must be fully restrained, fully
"homed" and meet the same requirements of "Restrained Joint Pipe and Fittings"
above.
(1) Fittings and accessories shall be compact ductile iron mechanical joint in
accordancewithANSIA21.53/AWWACI53 andANSIA21.11/A WWA
Cll1. Fittings shall be ductile iron Class 350 (4 inch through 24 inch),
Class 250 (30 inch through 48 inch) and Class 150 (54 inch through 64
inch). Fittings will be cement lined in accordance with ANSI
A21.4/A WWA CI04. Fittings shall have a bituminous outside coating in
accordance with ANSI A21.1 O/AWWA CI04.
(2) The niechanicaljoint 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 of full mechanical
. joint deflection during assembly and the flexibility of the joint shall be
TS-6-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 of370 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 A21.11/ A WW A C 111 and
ANSI A21.53/AWWA C153. 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 as produced by EBARA Iron, Inc.
or approved equal.
H. Flanged Pipe and Fittings: Flanged pipe shall be in accordance with ANSI
A2l.15/ A WW A C 115. Pipe barrels and flanges shall have a taper pipe thread
(NPT) in accordance with B 1.20.1, 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/AWWACI51.
(2) Flanges and flanged fittings shall conform to the requirements specified
in ANSI A21.IO/AWWA ClIO and ANSI A21.53/AWWA C153.
2.
SHOP DRA WINGS: 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 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
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 B16.1 standard for cast iron flanges. Body
TS-6-3
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
thickness shall be in strict accordance with A WW A C504.
(3) All valve discs shall be constructed of cast iron ASTM A-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
pms.
(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 ofa synthetic rubber compound. 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 A WW A C504 and shall be of the
trav~ling llut, selflocking 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 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, valve position indicators, and any other accessories or
hardware required. All valves north of the Gordon Highway shall open
to the rit=bt and all valves south of the Gordon Highway shall open left.
Valves shall open riebt for this particular project.
(8) The valve interior and exterior shall have the manufacturer's standard
fmish.
(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
TS-6-4
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
-03.
requirements of A WW A C504.
B. Check Valves. ~heck 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 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 larger than 2 inches shall be iron body, bronze mounted, with
mechanical joint by mechanical joint ends. Mechanical joint bell
dimensions shall conform to ANSV A WW A C 111/ 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.
4.
PAINTING: Valves and accessories shall be black. All surfaces of the valve shall be
clean, dry ~d 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.
5.
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 5~ inch valve opening and they shall be equal to Mueller
Catalog No. A-423. Each hydrant shall have two 2~ 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 2~ inch hose nozzle. Threads and other requirements shall be as for
4~ inch hydrants.
6.
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
TS-6-5
I
I
I
I
I
1
I
I
1
I
1
I
I
1
I
I
1
1
I
4.
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 andjoint 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 the
bore 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, Y orkville,
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.
PRESSURE AND LEAKAGE TEST: Before any work will be accepted for final
payment, the Contractor will fillthe 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 Erigineerany 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. Conduct leakage 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:
TS-6-6
I
1
I
I
1
I
1
I
I
I
I
I
I
I
I
I
I
I
I
L = [SD.JPj
. 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.
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 tinallocation 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. Contractor shall provide to the Engineer three
(3) sets of the final as-built drawings at the completion of the project.
-05.
MEASUREMENT AND PAYMENT:
Payment will be made as follows:
1. Pipelines will be paid for at the lump sum price amount as shown on the bid schedule
for the size, type, and class installed. Fittings will be paid for at the lump sum price as
shown in the bid schedule, installed complete. 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 will be included in the lump sum
price for the pipe as shown in the bid schedule. No deductions will be made for the
laying length of valves and fittings installed within a pipeline.
2. Payment for valve boxes arid position indicators to be furnished for existing valves shall
be included in the lump sum price for Property Restoration.
\
TS-6- 7
1
1
I
I
I
I
1
I
I
I
I
1
I
I
I
I
I
I
I
SECTION TS-7
WATER DISTRIBUTION SYSTEM
-01. SCOPE:
This section covers the installation of all piping, fittings, valves and appurtenances for
water distribution, complete.
For installation of pipe sizes 18 inch through 24 inch, See Section TS-6, "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.
1. 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.
B. Galvanized Steel Pipe: Galvanized steel pipe shall conform to ASTM
Specification A120. Fittings shall be galvanized, malleable iron, screwed, Class
TS- 7-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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::l:1 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 A21A 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/C153. Fittings and accessories shall be
mechanical joint or push-on joint in accordance with ANSI! A WW A A21.53/C 153 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 WWA A21.10/C104. 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: Restrained joints in pipe and
fittings shall be of the single gasket push-on type, and shall conform to an
applicable provisions of ANSI! A WW A Standard A21.111C 111. Thickness of the
pipe barrel remaining at grooves cut, if r~quired 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 A21.11/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 thJ:ough 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
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.
TS-7-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(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 under 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, late.~_~ !-:evision. Th~y shall have a working
pressure rating of200 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
reparr .
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
ADMINISTRATION DOCUMENT 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
TS-7-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 desi'gned for working pressure of 200 psi. All gate valves shall have
a clear waterway equal to the fullnominal 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 of Federal Specification WW-V-54.
B.
Butterflv 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 to the 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 150B. 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
TS- 7-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4. .
5.
6.
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 ASTM D-429, Method B. 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 mechanical
limit 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)
(2)
(3)
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.
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.
Valves 2 inches and smaller shall be all bronze, designed for screwed
'fittings. Valves larger than 2 inches shall be iron body, bronze mounted,
wjt4. fl~ge4__~n4s of the non-~J~ type, with Class 125 flanges
complying with ANSI B-156.1.
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 with5Y:z inch valve opening and they shall be equal to Mueller
Catalog No. A-423.Each hydrant shall have two 2Y:z 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. '
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 of 200 psi.
VALVE BOXES: A cast iron valve box similar and equal to Russco B-122 or 8-127
shall be_installed over each underground valve. The word "Water" shall be cast on the
TS-7-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-03.
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.
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.~as~g pipe shall conform to the materials_standard of ASTM
Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will
have a minimum yield strength of 35,000 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 tile 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 Erigineer, 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.
TS- 7-6
I
I
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
I
I
I
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 finished grade. -
5.
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. II The message shall be printed in permanent ink
formulated for prolonged use underground. Letters shall be clearly legible and
. have minimum height of 1.2 inches.
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 a:ll
visible leaks have been eliminated from the part of the system under test, and the
pressure remains constant with a maximum pressure drop of5 psi for the duration of the
test.
6.
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 = SD{p
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.
TS-7-7
I
I
I
I
1
I
I
I
I
I
I
I
I
1
1
I
I
I
I
-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 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 separatio~, 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 maximtim
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 fmallocation 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.
-07.
MEASUREMENT AND PAYMENT:
Payment will be made only fot elements in place and tested as follows:
1. Pipelines will be paid for at the lump sum contract price, for each size, type and class
installed, complete. No deduction will be made for the laying length of valves and
fittings installed within pipelines. _
2; Fittings will be inclusive in the lump sum price for the pipeline.
3. Valves wilrbe paid for at the lump sum contract price for each size and type installed.
Payment therefofwill include box or vault as shown on the plans.
TS-7-8
1
I
1
I
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
4.
Fire hydrants will be paid for at the unit contract price for each size installed, complete
with the lead piping, valve, and main tee, in place as shown on the plans.
5.
Service lines will be paid for at the unit contract price for each size and type installed,
complete as shown on the plans.
TS-7-9
I
I
I
I
I
I
I
I-
I
1
1
I
I
I
I
I
I
I
I
SECTION TS-8
EXCAVATING AND BACKFILLING FOR STRUCTURES
-01.
SCOPE:
This section covers excavating, filling and backfilling for building construction work and
incident thereto.
-02.
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 in 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 fme 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.
-03.
SITE PREPARATION:
The work area shall be stripped of all topsoil, vegetation, timber, debris and other rubble.
Loose soil from stump removal shall b~ 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 ~or 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. -
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
- TS-8-l
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
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 offootings, or other actions detrimental to proper construction procedures.
3. SHORING: Shoring, including sheet piling, shall be furnished and installed as necessary
to protect wQrkmen, banks, adjacent paving, structures, and utilities. Shoring, bracing,
and sheeting shall be .removed as excavations are backfilled, in a manner to prevent
cavmg.
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 r~adily 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 prQper. drainage.
6. FINAL GRADE: Care shali 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.
;;;
-05.
COMPACTION OF FILLS:
All fills shall be compacted in layers not thicker than eight inches by rolling, tamping,
vibrating, or combination thereof. When m-aterial 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.
2. When dry, moisture shall be added by sprinkling, and thoroughly mixing to incorporate
into the uncompacted soil..
TS-8'-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 fmish 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 beirtg
compacted. Backfill shall be placed carefully around pipes to avoid damage to coatings. .Backfill shall
. !1.qt b~_pl_~2.e..(t~g$~! fo~4!1tioll_ walls prior to ~ qays after ~ompletion 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.
-08. PROTECTION:
Settlement or washing that qcc_urs 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 arid backfill is incidental.
TS-8-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-9
CONCRETE, REINFORCING STEEL AND APPURTENANCES
-01. SCOPE:
The work of this section shall :consist of furnishing all concrete and reinforcing steel,
joint materials, and all temporary or permanent work required for the complete installation as shown
on the drawings. Preparation of soil shall be in accordance with Section "Structural Excavation and
Backfill. "
-02.
GENERAL REOUIREMENTS:
1.
Testing of concrete delivered to the site under this Section will be done by a laboratory
selected by and responsible to the City Engineer; the cost of such testing will be paid by
the Owner. A representative of the laboratory shall check conformance with concrete
design mixes and shall make the specified test cylinders. Copies of all test reports shall
be sent promptly to the Contractor, the concrete supplier, the Consulting Engineer and
any others designated by the City Engineer. Test reports shall indicate the location in
the structure in which the concrete has been placed.
2.
The Contractor is required to schedule the order of construction to provide drainage of
water in an area under construction.
3.
Detail shop drawings shall be subrn_itted for revi~w;. one sepia and two prints of each
shop drawing shall be submitted for review by the Engineer; no shop drawings will be
reviewed by the Engineer until checked and approved by the Contractor.
-03.
MATERIALS:
1.
APPLICABLE SPECIFICATIONS: Materials shall conform with the following:
American Society for Testing and Materials Specifications, Federal specifications,
Commercial Standards, applicable parts oflisted American Concrete Institute Standards
and other indicated specific requirements, each of the latest current date.
A. Aggregates: Aggregates for concrete shall conform with ASTM Specification
C33, Specification for Concrete Aggregates.
B. Portland Cement: Portland cement shall conform with ASTM Specification
C150, Portland cement Type 1.
C. Air-Entrained Portland Cement: Air-entraining PortlB?d cement shall conform
with ASTM Designation C150, Portland cement, Type I or Type IA air-
entraining cement.
D. One brand and color of cement shall be used for all exposed concrete.
TS-9-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-04.
E. Water shall be of quality approved for drinking purposes.
F. Steel reinforcing bars shall conform with ASTM Specification A615,
Specifications for Deformed Billet-Steel Bars for Concrete Reinforcement,
Grade 60.
G. Air~entrainirig admixture shall conform with ASTM Specification C260,
Specification for Air-Entraining Admixtures for Concrete, when used with Type
I Portland cement.
H. Metal accessories, spacers, chairs, ties and inserts shall suit the job conditions
and be standard commercial quality. All items within % inch from exposed
concrete surfaces shall be zinc coated, plastic coated, or otherwise treated to
prevent rust.
1. Liquid-membrane-forming compound shall be Clear Bond as manufactured by
Guardian Chemical Company, Masterseal as manufactured by Master Builders
Company, or Sealtight CS309 as manufactured by W. R. Meadows, Inc., or
equal.
J. Where "Dumbbell waterstop" is shown or called for on the drawings, the
waterstops shall be manufactured from virgin polyvinyl chloride or rubber, and
shall have adequate inside strength, elongation, resistance to chemicals and
aging, and other properties as needed to insure good performance. Waterstops
in expansion joints shall be of the center bulb type.
K. Back of Wall Drainage where shown on the drawings shall consist ofEnkadrain
Matting No. 9120 manufactured by American Enka Company and distributed by
American Excelsior Company, Woodbury, Georgia; adhesive shall be 3M
Fastbond Contact Cement; filter blanket shall extend beyond the edges of the
matting assembly for attaching as shown on the drawing with filter blanket to
cover stone over weep holes.
L. Flap-covered weep holes where shown on the drawings shall be 4 inch NEENAH
No. 5-5002, Type B gray cast iron pressure relief valve. Other 'weep holes shall
consist of non- ferrous pipe accordirig to the sizes shown on the drawings.
M. Finishing produ,cts, if approved by field test, shall be white, bonding coatings
equal to "Thoroseal" as manufactured by Thoro System Products, Centerville,
Indiana.
CONCRETE OUALITY:
1.
The Contractor shall be- responsible for concrete mix designs,- batching, mIxmg,
delivering and placing concrete in accordance with the specifications. Concrete mixes
shall meet the following requirements:
TS-9-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-05.
Coarse Aggregate Size
Minimum Cement
Maximum Water
No. 67
6.35 CWT per C.Y.
35 gallons per C.Y.
From 3 in. to 4 in.
3.5 to 7.0 percent
- 3000 psi - sidewalks, roadways & drainage structures
- 4000 psi - all other structures
Slump
Entrained Air
Minimum Compressive
Strength
2. Concrete Design Mix shall be submitted to the Engineer for review.. This Design Mix
shall show source of materials, weights of saturated surface dry aggregates, cement and
water for one cubic yard of concrete, and sh~ll show the results of 28-day tests of
standard cylinders having compressive strengths 20 percent in excess of the minimum
compressive strength specified. A Design Mix having met all of the requirements of
these specifications on previous jobs may be submitted for review. No admixture shall
be used except for air entrainment and/or the fluidifier Melment for slump control. The
proportions for the concrete mix are minimum proportions for the 3,000 psi design mix.
All design mixes must be submitted and have compressive strengths 20 percent in excess
of minimum strength specified.
3. The Concrete Design Mix submitted for review with any necessary corrections shall be
the Control Design Mix for all concrete, unless an alternate concrete mix design shall
have been. approved. . A copy . of the Control Design Mix shall be furnished to the
Laboratory for comparison of concrete used in the structure.
4. High early strength may be obtained by the use of Type III or Type IlIA Portland
Cement, if available. Otherwise high early strength may be obtained by the use of a
higher strength Design Mix, with lower water/cement ratio; such mix shall be submitted
for review by the Engine-er prior to its use and shall have proof tests indicating at least
3000 psi or 4000 psi .c depending on the application) at the time early loading is planned.
When early loading is desired, the cylinders used for justifying- early loading shall be
field cured under conditions existing in the structure. Additional cylinders shall be made as
required to satisfy the standard test requirements in addition to the special tests. Curing
conditions and location in structure shall be clearly designated with the data for each test.
PLANT CONTROL:
1. Concrete shall conform with ASTM C94, Ready Mixed Concrete except as specified
otherwise herein.
2. Approval of the Contractor's selection ofa Concrete Supplier shall be contingent on the
ability of its concrete plant to meet the measurements of ASTM C94. The Laboratory
shall check the equipment and procedures for measurement of materials prior to
manufacture of concrete. (Article 7 of C94 specified measurement tolerances.)
TS-9-3
I
I 3. The Laboratory will check the concrete plant controls during manufacture of concrete
to assure that specified tolerances from the Control Design mix are not exceeded.
Variations will be reported to the concrete plant and the Engineer. Excess variations
I from specified tolerances will be reason for termination of the lise of concrete from this
source.
I -06. FIELD CONTROL:
I 1. Workmanship shall conform to the applicable parts of the American Concrete Institute
"Building Code Requirements for Reinforced Concrete," ACI 318; "Specifications for
Structural Concrete for Buildings," ACI 301; and "Specifications for Ready Mixed
I Concrete," ASTM C94, unless specified otherwise herein.
2. Control of quantities shall be in accordance with Articles 7 and 8 of ASTM C94,
I providing concrete in accordance with the concrete Control Design Mix.
3. The Contractor shall keep a slump cone on the job and shall designate one person,
I instructed by the Laboratory, to check slump of each and every load of concrete. Results
of slump tests shall be noted on the load ticket and reported to the Laboratory and
I Engineer weekly. When concrete has a slump less than the Control Design Mix or if
placing conditions required greater slump Melment fluidifier may be added after the
slump of the load has been tested. No water shall be added. When concrete is received
I with slump more than 6 inches, the concrete may be dried by the addition of Portland
Cement and sand in the ratio of the Control Design Mix; otherwise the concrete shall be
returned to the supplier.
I 4. For structural concrete, samples shall be made to provide a compressive strength test for
each 100 cubic yards of concrete placed and for each day during which concrete is
I placed. For all other concrete, samples shall be made on a random basis as directed by
the Engineer. A test shall consist of three cylinders; one cylinder shall be tested at age
7 days and two at age 28 days. Samples shall be identified by location in the structure.
I Samples shall be representative of the concrete placed in the day and should be taken
from one truck after any adjustments have been made. Additional samples may be made
I by the Contractor at his expense for determination of early strength.
5. Concrete having compressive strength at 28-days less than 3000 psi or 4000 psi
I (depending on application) will be Unsatisfactory and will be automaticallv reiected.
6. Copies of Supplier's delivery slips for each truck with weights of each ingredient, total
I mixing water including any added on the job shall be given to the Engineer. These slips
shall show the location in the structure where the concrete is placed, whether samples
were taken and any change in mix made on the job. Computer printouts of weight
I controls or other forms containing all information may be used.
-07. FORM WORK:
I 1. The form work shall conform with Chapter 2 - "Construction" of ACI 347,
I "Recommended Practice for Concrete Form," except as modified or required by these
TS-9-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-08.
-09.
-010.
specifications.
2.
Exposed corners shall be chamfered, except as otherwise specified or shown.
REINFORCEMENT:
1.
Reinforcement required by the drawings, detailed in accordance with ACI 315, shall be
accurately placed and supported. Additional chairs, supports or tie rods shall be placed
if the construction procedure results in displacement or bending of reinforcement.
2.
The Engineer shall be notified at least 8 hours before reinforcing steel will be placed and
ready for inspection and allow time for required correction before placing any concrete.
CONCRETE PLACEMENT:
1.
All embedded items such as weepholes, masonry anchors and all reinforcement shall be
in place and checked out before the concreting for any section is commenced.
2.
The requirements of Chapter 5 of ACI 318, Mixing and Placing Concrete, and the
requirements of these specifications shall apply.
3.
All concrete shall be vibrated while being placed to assure against honeycomb and shall
not be overvibrated, causing segregation and collection of water or air pockets on the
surface of forms.
4.
Concrete shall not be dropped more than 6 feet iI! p~acing; for walls more than 6 feet in
height, concrete shall be placed through. intermediate chutes or with the use of fabric
tubes to prevent segregation.
5.
Concrete shall not be deposited on dry soil. Prior to placing a concrete slab the soil shall
be thoroughly wet but standing water shall be drained.
6.
The junction of vertical walls and base slab shall be clean and free of standing water
when concrete is placed in the walls.
7.
Waterstops shall be located as shown on the drawings and all splices shall be vulcanized
CONCRETE FINISH:
Within 24 hours after forms are removed from vertical walls, surface defects shall be
remedied as specified herein. For permanently exposed surfaces, fins shall be removed and holes left
by removal of tie rods shall be reamed arid filled by dry-packing. For all surfaces, honeycomb and other
defective areas shall be cut back to sound concrete and to a depth of not less than 1. inch. The edges of
the cut shall be perpendicular to the surface of the concrete. The prepared area shall be dampened and
brush-coated with neat cement grout. The repair shall then be made using a stiff mortar, preshrunk, by
allowing the mixed mortar to stand for 45 minutes and then remixed, thoroughly tamped into place; in
lieu of hand patching, a small shotcrete gun may be used. Patches shall be fInished flush with adjacent
surfaces. For surfaces permanently exposed to view, the cement used shall be a blend of job cement
TS-9-5
I
I
I
I
I
I
I
I
'I
I
I
I
I
I
I
a
I
I
I
with white cement proportioned so that the final color after curing will be the same as the adjacent
concrete. The temperature of concrete, mortar patching material and ambient air shall be above 50
degrees F. while making the repair and during the ensuing 72 hour moist curing period. Concrete with
excessive honeycomb or other defects which affect the strength of the member, will be rejected or the
defects shall be corrected as directed by the Engineer.
All surfaces of concrete permanently exposed will be thoroughly rubbed with
carborundum brick to a uniformly smooth and colored surface to the satisfaction of the Engineer.
Plastering or steel troweling of the surfaces shall not be allowed. Coating of smooth surfaces with a
fmishing product such as Thoroseal may be used subject to field testing and approval by the Engineer.
-011.
-012.
HOT AND COLD WEATHER CONCRETING:
L
During hot weather, special precaution shall be taken to keep the concrete damp and to
prevent extreme high temperature in the concrete. Temperatures may be controlled by
the substitution of ice for a portion of the mixing water, at no additional cost to the
Owner. Work shall be in accordance with ACI 305, "Hot Weather Concreting."
2.
Provision shall be made for heating the concrete materials and protecting the concrete
during freezing or near f'reezing weather. Whenever the temperature of the surrounding
air is below 40 degrees F. all concrete placed shall have a temperature between 50
degrees F. and 80 degrees F. and means shall be provided that will maintain a
temperature of not less than 50 -degrees F. for at least 3 days. Work shall be in
accordance with ACI 306, "Cold Weather Concreting."
CURING:
1.
Curing shall be accomplished by preventing loss of moisture, rapid temperature change,
and mechanical injury or injury from rain or flowing water, for a period of seven days
when normal Portland cement -has been used, or three days when high early strength
cement has been used. Curing shall be started as soon as free water has disappeared
from the surface of the concrete, after placing and finishing. Where concrete is cured
in forms, the forms shall be kept continuously wet. Curing may be accomplished by one
or a combination of the following methods:
A. Moist Curing Unformed surfaces shall be covered with burlap, cotton, or other
approved fabric mats or with sand, and shall be kept continuously wet.
B. Membrane Curing Unformed surfaces (including surfaces from which forms
have been removed) shall be coated with liquid membrane-forming compound,
applied by po\\:,er spraying equipment, in a two-coat continuous operation at a
coverage of not more than 200 square feet per gallon for each coat. Curing
compound shall be applied within two hours after removing forms.
-013. REMOVAL OF FORMS:
Wood forms for supported concrete may have vertical faces removed 24 hours after
concrete has been placed. All slab ,forms and shoring shall remain in place for 21 days after concrete
TS-9-6
I
I
I.
I
I
I
I
I
I
I
I --
I
I
I
I
U
I
I
I
has been placed, or until the concrete has a compressive strength of at least 3000 psi as determined by
test of field cured cylinders.
-014. HANDRAIL:
-015.
-016.
For Handrail see the Section "Miscellaneous Metals."
WALL DRAINAGE:
1.
Enkadrain where shown on the drawings shall be installed as recommended by the
manufacturer. Any holes in the filter blanket shall be patched with similar material
before fill is placed.
2.
Weephole pipe and grating shall be placed in the forms with the grating on the fill side
of the wall.
3.
Broken stone shall be placed as shown on the drawings and shall be continuous along
t:4e wall to provide a conduit to the weepholes.
JOINTS:
1.
CONSTRUCTION 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
" w~t.!ed .~~a~~~~hall be sl.!1.Shed. with. a coating of neat cement grout against which the
new concrete shall be placed before the grout has attained"its set. Joints shall be sealed
with an approved joint sealant (i.e Sonneborn NP-I & NP-2, or .equal).
2.
CONTRACTION JOINTS: Contractionjoints shall be constructed by means of 1/8 inch
thick separators to a depth equal to one fourth the slab thickness. After separator plates
have been removed, all exposed edges of joints shall be rounded with the proper edging
tool to a radius of ~ inch." Contraction joints may also be constructed by saw cutting
the slab to a depth equal to one fourth the slab thickness.
3.
EXPANSION JOINTS: Expansion joints shall be formed by means of preformed
expansion joint filler material cut and shaped to the applicable cross section.
Expansion joint filler, unless otherwise specified, shall conform to ASTM Standard
Dl751 or D1752. Expansion joints at least ~ inch in width shall be provided as
indicated on the plans..
The sealing of expansion joints in pavement or curb sections will not be required. Any
expansion joint material protruding after the concrete is cured shall be trimmed flush
with the surface. All other expansion joints shall be sealed with approved materials.
TS-9-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-017. MEASUREMENT AND PAYMENT:
No separate payment will be made for the work covered by this section. Compensation
will be included in the lump sum payment for the section into which the work under this section falls.
Partial payments for work under this section will be awarded based upon the amount(s)
. which are assigned in the detailed breakdown furnished by the Contractor under the General Conditions,
as approved.
TS-9-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-I0
PAINTING AND CAULKING
-01.
GENERAL:
The work" of this section comprises all labor, materials, and equipment necessary to
complete all painting and caulking as scheduled on the drawings or specified herein.
-02.
MATERIALS:
1.
PACKAGING: . All materials shall be delivered to the project in unbroken packages.
They shall be used without adulteration and with only such thinning as provided for in
the manufacturer's directions. Seals shall not be broken until contents are to be used.
All mixing shall be done on the premises.
2.
QUALITY: All materialsJ;hall be of the highest grade products of nationally known,
reputable manufacturers, such as Benjamin Moore, Glidden, Sherwin-Williams,
Pittsburgh, du Pont, etc., and the Engineer's approval on make of paint shall be obtained.
3.
STORAGE: Materials shall be stored in one place, the same to be kept neat and clean.
Adequate care shall be taken to prevent the danger of fire. The Engineer shall have
access to the materials, as well as every reasonable facility for determining whether they
are in accordance with these specifications.
-03.
WORKMANSHIP:
All work shall be done in a workmanlike manner by skilled mechanics. All materials
shall be evenly spread and smoothly flowed on and free from runs and sags and no paint, varnish, or
enamel shall be applied until the preceding coat is thoroughly dried and hard. All finished surfaces shall
be left free from brush marks or other defects, and edges of paint adjoining other materials or colors
shall be cut sharp and clean without overlapping. No exterior painting shall be done in rainy, damp, or
frosty weather, or until the surface is thoroughly.dry, and no interior painting or finishing shall be done
until the building has been thoroughly dried out. All paints, stains, and varnishes shall be applied
strictly in accordance with the manufacturer's directions.
-04.
PREPARATION OF SURFACES:
The painting contractor shall be wholly responsible for finish of his work, and therefore
shall not commence any part of it. until surface is in proper condition in every respect. If painting
contractor considers any surface so unsuitable for proper finish for his work that it cannot be rectified
by normal sanding, he shall notify the Engineer of this fact before any material is applied and he shall
not apply any materiills until the condition of the surfaces is made satisfactory.
No exterior painting shalLbe done in rainy, damp or frosty weather or until surfaces are
thoroughly dry and no interior painting or finishing shall be done until building has been thoroughly
dried out.
All knots or sappy spots in wood to be painted shall be given one coat of shellac at least
TS-lO-I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ten hours before priming; in wood to be varnished, knots and sap stains shall be treated after filing and
staining. All pencil marks and other foreign matter shall be removed before applying any finish.
All greasy or oily metal surfaces shall be cleaned with turpentine or benzine before
applying any materials. All scale or rust shall be removed by scraping, wire brushing or sand blasting.
-05.
1.
WOOD: All wood surfaces shall be sanded to a smooth, even finish and dusted off.
After primer or stain has been applied all nail holes and cracks shall be filled with plastic
wood or putty, tinted to match stained wood, and all surfaces sanded smooth between
coats.
2.
STEEL AND IRON: All shop coats shall be touched up and no field or fmished
painting is to be done until surfaces are satisfactory.
3.
GAL V ANIZED METAL: Surfaces shall be thoroughly cleaned and coated with a
galvanized primer, Lithofoam metal etch or solution containirig four ounces of copper
sulphate per gallon of water. Coating shall remain at least twelve hours, after which it
shall be dusted off with stiff brushes.
4.
ALUMINUM: All aluminum surfaces to be painted shall be prepared according to the
recommended practice for preparing aluminum for paiI:lting given in ASTM Standard
D-1730.
5.
PROTECTION OF HARDWARE AND FIXTURES: Before painting is started in each
area, hardware, accessories, plates, lighting fixtures and s.imilar items in that area shall
be removed and shall not be replaced until the last coat of paint is dry. Where
exceptions are permitted, as on hardware necessary to keep all premises locked, such
items shall be carefully protected. Doors shall be temporarily removedto permit painting
of the bottom edges. The removal and replacing of the above items shall be done only
by skilled mechanics.
6.
DISSIMILAR METALS: Contact surfaces between dissimilar metals shall be painted
with a heavy coat of proper primer or asphalt paint.
CAULKING:
Furnish and install all caulking ipdicated on the drawings, specified herein, or as
necessary. to provide a watertight building.
I. MATERIALS: Materials for caulkingjoints shall be Tremco Lasto-Maric manufactured
by the Tremco Mfg. Co., HomflazLP-32 manufactured by A.C. Horn Co., or Sonolastic
Sealant Gun Grade manufactUred by Sonneborn Building Products, Inc. Thickol
Caulking compound shall be in strict accordance with the manufacturer's specifications.
2. DELIVERY AND STORAGE: The entire quantity of caulking materials shall be
delivered to the project site and stored in sealed and labeled containers.
3. PREPARATION OF SURFACES: All openings or joints to be caulked shall be
TS-1O-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
prepared by cleaning thoroughly and making sure that they are dry. Where necessary
to provide a suitable backup, the back of grooves shall be packed tightly with Tremco
white joint backing, and shall be 50 percent larger than joint.
4.
APPLICATION: Caulking compound shall be applied with gun, using nozzle of proper
size to fit the joint width, and shall be forced into grooves with sufficient pressure to
expel all air and fillthe groove solidly. Caulking shall be uniformly smooth and free of
wrinkles, and unless otherwise indicated on the drawings, shall be left sufficiently
convex to result in a flush joint when dry. Caulking around openings in masonry shall
include the entire perimeter of each opening.
5.
CLEANING: The surfaces adjoining caulked joints shall be cleaned of smears resulting
from the caulking application.
-06.
COLORS:
To establish a uniformity of exterior appearance throughout the project, and unless
otherwise specified in the schedule of colors or directed by the Engineer, the standard finish coat paint
color shall be Industrial Enamel 54 Line "Ebony Green" as manufactured by Pittsburgh Paint Company,
or equal. The Pittsburgh industrial enamel, 54-300 Ebony Green, shall be as supplied by The Tile
Center, Augusta, Georgia, in the following formulation: B-3y; C-Iy+20; D-Iy+20. Actual samples of
painted surfaces at least two feet square shall be submitted to the Engineer for review before ordering
of any paint.
-07. PAINTING SCHEDULE:
In order to follow the schedule of fmishes, the painting contractor shall be furnished a
set of required drawings and a copy of these specifications. All questions should be referred to the
Engineer for clarification before work proceeds. The types of paints and nllmbers of coats required
under various surfaces shall be as follows:
1. EXTERIOR: All exterior paint shall be oil based enamel suitable for the materials to be
painted, as recommended by" the paint manufacturer.
A. Steel and Cast Iron: One coat of rust inhibitive primer. Two coats of gloss
industrial enamel.
B. Galvanized Metal: One coat of galvanized metal primer, or special treatment.
Two coats of gloss industrial enamel.
C. Stainless Steel: Brush blast with fme formula polyclutch wash primer. Two
coats of gloss industrial enamel.
D. Aluminum: One coat of zinc chromate primer. Two coats of gloss industrial
enamel.
E. Woodwork: One coat of exterior oil primer. Three coats of gloss acrylic house
paint.
TS-1O-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
F. Metal Doors: One coat of metal primer. Two coats of gloss industrial enamel.
Top and edges of doors shall receive one coat.
G. Stucco and Masonry: Two coats vinyl masonry paint.
"2. INTERIOR: All interior trim shall be finished with oil base enamel paint.
A. Wood: One coat of quick drying oil undercoater. Two coats semi-gloss paint.
B. Metal: One coat of primer as specified under "Exterior" above. Two coats of
low luster enamel.
C. Piping. Ducts. and Supports: One coat of primer as specified above. Two coats
of semi-gloss enamel.
D. Sheetrock and Plaster: Two coats of latex wall paint.
E. Masonry Surfaces: One coat of quick drying oil undercoater. Two coats of
semi-gloss enamel.
F.
Ceiling:
Gypsum Board:
Plywood:
Two coats flat wall paint.
1 coat primer
2 coats flat wall paint
-08. CLEANUP AND PROTECTION:
Upon completion of the work, all paint spots and stains shall be removed. Finishes where
damaged shall be restored and left in good condition. Exposed edges of doors shall be touched up
where refitting has been necessary. All discarded paint materials, rubbish, cans, and rags shall be
removed. The work of other trades, whether to be painted or not, shall be protected against damage by
painting and finishing work. Any damages shall be corrected cleaning, repairing or replacing and
repainting as directed.
-09. TOUCH-UP PAINT:
The Contractor shall furillsh to the Owner one extra unopened gallon of each color and
type of paint used on the project for future touch-up.
"-10. MEASUREMENT AND PAYMENT:
No separate payment will be made for the work covered by this section. Compensation
will be included in the lump sum price for Surge Tank Control House.
TS-IO-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-II
CHAIN LINK FENCING
-01. " GENERAL:
The extent of chain link fencing is indicated on the drawings. Provide fences and gates
complete, including all erection accessories, fittings and fastenings coated in PVC.
Installer must be experienced in fence installations and must examine conditions under
which fence and gates are to be installed. Notify the Engineer in writing of improper conditions of
work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner
acceptable to the Engineer. Do not proceed until final grading is completed.
-02."
MA TERIALS:
1.
POSTS, RAILS AND BRACES
All structural and roll-formed shapes shall conform to provisions of ASTM A123 for
galvanized coating. All tubular members shall comply with p~ovisions of ASTM A120,
Schedule 40, for weight and coating. ""
A. End. Comer and Pull Post: Fence upto and including 12'-0" in height: 3W' x
3W'roll-formed comer section shall have a minimum bending strength of 452
pounds. (2.875" O.D., Schedule 40 Pipe .with a minimum bending strength of
3 81 pounds.)
B. Line Posts: Fabric up to 8'-0" in height: "C"-Section, Standard roll-formed,
1.875" x 1.625" with minimum bending strength of 245 pounds. (1.90" O.D.,
Schedule 40 Pipe with minimum bending of 117 pounds.)
C. Gate Posts:
(I) Gate leaves up to and including 6'-0" wide: 3W' x 3W' roll-formed
section (2.875" 0.0., Schedule 40 pipe).
(2) Gate leaves over 6'-0" and up to and including 13'-0" wide: 4" 0.0.
ScheduleAO pipe.
(3) Gate leaves over 13'-0" and up to and including 18'-0" wide: 6%" 0.0.
Schedule 40 pipe.
(4) Gate leaves over 18'..;0" wide: 8%" 0.0. Schedule 40 pipe.
O. Top Rail: 1.625" x 1.25" roll-formed section, with minimum bending strength
of 192 pounds. (1.660" 0.0., Schedule 40 pipe, with minimum bending strength
of 202 pounds.
TS-Il-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Furnish in manufacturer's standard lengths, of approximately 21'-0" with
couplings approximately 6" long for each joint, one coupling in each 5 shall have
expansion spring. Provide means for attaching top rajl securely to each gate,
comer, pull and end posts. Top rail shall form continuous brace from end-to-end
to each run of fence.
. E. Tension Wire: (In lieu oftop rail and/or bottom of fabric) 7 gage galvanized or
aluminum coated coil spring wire.
F. Post Bracing Assembly: Shall match top rail. Brace rail assembly shall be
complete with 3fa diameter rod and adjustable take-up.
2.
CHAIN LINK FABRIC
A. One piece of fabric widths for fences up to 12'-2" mesh, 6 fa., or 11 ga., as
indicated on contract drawings.
B. Selvage edges: Fabric 72 inches and over shall be knuckled at bottom selvage
and twisted and barbed at top.
C. Finishes: Heavy galvanized - 2.0 ounces zing per square foot, complying with
ASTM A392, Class II or *aluminum coated - 0.40 ounces aluminum per square
foot, complying with ASTM A491, Class II.
3.
ACCESSORIES
A. All accessories, except tie wires and barbed sires shall be galvanized to comply
with ASTM A153.
B. Barbed Wire Supporting Arms: Heavy pressed steel, complete with provisions
for anchorage to tubular end, corner, and pull posts attaching 3-rows of barbed
wire to each arm. Barbed wire arms are not required on roll-formed terminal
posts. Single arms shall be integral with a post top weather cap. Intermediate
arms shall have hole for passage of top rail. Arms shall be capable of
withstanding, without failure, 250 Ibs. downward pull at outermost end of arm.
C. Barbed Wire: 2-strand, 12~ ga. wire with 14 ga., 4 point round barbs spaced
approximately 5" O.C. finishes as follows:
Galvanized: ASTM A121, Class 3
Aluminized: ASTM A585, Class 2
D. Post Tops: Pressed steel, or malleable iron, (Designed as a weathertight closure
cap for tubular posts.) Where top rail is used, provide tops to permit passage of
top rail.
E. Stretcher Bars: (For tubUlar end, corner, pull or gate posts only) One piece
lengths equal to full height of fabric with a minimum cross-section of3/./ x %".
TS-11-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Provide one stretcher bar for each gate and end post, and 2 for each corner and
pull post.
F. Stretcher Bar Bands: Heavy pressed steel, spaced not over 15" O.C. to secure
stretcher bars to tubular end, corner pull and gate post.
4.
GATES
A. Fabricate gate perimeter frames of 1.90" O.D. tubular members galvanized,
ASTM A120. Provide additional horizontal and vertical members to insure
proper gate operation and for attachment of fabric, hardware and accessories.
Assemble gate frames by welding or fittings and rivets for rigid connections.
Use same fabric as for fence, unless otherwise indicate. Use same fabric as for
fence, unless otherwise indicated. Install fabric with stretcher bars at vertical
edges, and tie at top and bottom edges. Attach stretcher bars to gate frame at not
more than 15" O.C. Attach hardware with rivets or by other means which will
provide security against removal or breakage. "Provide diagonal cross-bracing
consisting of3fa" diameter adjustable length truss rods on gates where necessary
to provide frame rigidity without sag or twist.
(1) Gate Hardware: Provide the following hardware and accesso~es for each
gate; finish - heavy galvanized:
a. Hinges: Pressed steel or malleable iron to suit gate size, non-lift-
off-type, offset to pemlit 180 F. gate opening. Provide one pair
of hinges for each leaf.
b. Latch: Forked type or plunger-bar type to permit operation from
.either side of gate. Provide padlock eye as integral part of latch.
c. Keeper: Provide keeper for all vehicle gates, which
automatically engages the gate leaf and holds it in the open
position until manually released.
d. Double Gates: Provide gate stops for all double gates, consisting
of mushroom type of flush plat with anchors. Set in concrete to
engage the center drop rod or plunger bar. Provide locking
device and padlock eyes as an integral part of the latch, requiring
one padlock for locking both gate leaves.
e. Sliding Gates: Provide manufacturer's standard heavy-duty track,
ball bearing hanger sheaves, overhead framing, and supports,
guides, stays, br~cing, and accessories as required.
5.
MISCELLANEOUS MATERIAL AND ACCESSORIES
A. Wire Ties: For tying fabric to line posts, use II ga. steel wire clips for "C"-
section posts and a minimum 9 ga. aluminum wire ties for tubular posts, spaced
TS-1l-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D
B
I
I
-03.
14" O.C. For tying fabric to rails and braces, use 9 ga. aluminum wire ties
spaced 24" O.C. For tying fabric to t~nsion wire, use 11 FA. hog rings spaced
24" O.C.
B. Concrete: Provide concrete consisting of Portland cement complying with
ASTM C150, aggregates complying with ASTM C33 and clean water. Mix
materials to obtain concrete with a minimum 28-day compressive strength of
2500 psi, using at least 4 sacks of cement per cubic yard.
C. PVC Coating in Addition to Metallic Coatings: Provide a 10 mil minimum
polyvinyl chloride (PVC) plastic resin finish to all steel framework. Coating
shall be in accordance with ASTM Fl234 and applied to exterior surfaces and
to exposed interior surfaces. Color to be green and samples shall be submitted
for approval.
EXECUTION:
1.
INSTALLATION
A. Do not begin prior to completion of final grading. Drill holes for post footings
in firm, undisturbed or compacted soil. Holes shall have a diameter equal to
three times the diameter of the post. Excavate hole depths approximately 3"
deeper than post bottom, with bottom of posts set not less than 36" in concrete
base. Place concrete around posts in a continuous pour, tamp for consolidation.
Check each post for vertical arid top alignment.
(1) Accessories: Set keepers, stops, sleeves and other accessories into
concrete as required.
(2) Brace Assemblies: Install braces so posts are plumb when diagonal rod
is under proper tension.
(3) Tensi.on Wire: Install tension wires before stretching fabric and tie to
each post with ties or clips.
(4) Fabric: Pull' fabric taut and tie to posts, rails, and tension wires. Install
fabric on security side of fence, and anchor to framework so that fabric
remains in tension after pulling force is released.
(5) Stretcher Bars: Thread through fabric and secure to posts with metal
bands spaced not over 15" O.C.
(6) Barbed Wire: Install 3 parallel wires on each extension ann; on security
side of fence, unless otherwise shown. Pull wire taut.
(7) Gates: Install gates plumb, level, and secure for full opening without
interference. Install ground-set items in concrete for anchorage, as
TS-II-4
I
I
I -04.
1.
I 2.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
recommended by the fence manufacturer. Adjust hardware for smooth
operation.
MEASUREMENT AND PAYMENT:
Chain link fence will be paid for at the lump sum price listed in the proposal bid
schedule installed complete.
Gates will be paid for at the lump sum price listed in the proposal bid schedule installed
complete.
\.
TS~ 11-5
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-12
GRASSING (BERMUDA)
-01. SCOPE:
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 Bermuda grass on all areas of
the site disturbed by construction operations.
-02. SEED BED PREPARATION:
Final grades will be established as shown on the plans prior to any seed bed preparation.
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.
After the areas to be seeded 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 seeding. 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 out before
seeding operations are begun.
-03. FERTILIZATION:
At least two soil samples per acre shall be taken by the Contractor and analyzed to .
determine the suitability of the particular soil for planting. Fertilization and lime application rates shall
be set accordingly. The rates given in the following paragraphs shall be used for bidding purposes and
differing quantities will become the basis for an equitable adjustment in the contract price.
Fertilizer sh~l be distributed uniformly at a rate of15 00 pounds of commercial 1 0.1 0.10
analysis fertilizer per acre, 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.
Immediately following, orslmultaneously with, the incorporation offertilizer, 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 discing, harrowing, or other acceptable methods. The incorporation of lime
along with the fertilizer may form a part of the tillage operation specified above. .
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.
TS-12-1
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~04. SEEDING:
Permanent grass cover will consist of Common Bermuda seeded in accordance with one
of the following methods:
1. Between the dates of April 15 and September 15, Hulled Common Bermuda seed shall
be applied at a rate of40 to 45 pounds of seed per acre.
2. If seeding is undertaken between September 15, and April 15, unhulled Common
Bermuda seed shall be applied at a rate of 40 to 45 pounds of seed per acre
simultaneously with Abruzzi Rye seed at a rate of 200 pounds per acre.
Seed may be applied by means of a Hydro-seeder or other means approved by the
Engineer.
-05. COMPACTION:
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.
-06. MULCHING:
All areas planted 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.
-07. ACCEPTANCE:
Grassed areas will be acceptedwhen a 95% cover by permanent grasses is obtained and
weeds are not dominant.
-08. MEASUREMENT AND PAYMENT:
Work performed under this section will not be paid for separately and shall be included
in Property Restoration bid schedule. Payment therefor, will include full compensation for all materials,
labor and equipment required to establish the required permanent stand of grass.
TS-12-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-01.
SECTION TS-13
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 INSTALLATION:
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 storm sewer line and
appurtenances 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 additional testing or information needed to design and install an
adequate shoring system.
4.
Installation adjacent to or within a state right-of-way 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;
3.
The Contractor will utilize materials of substantial substance and quality to insure a
sound system.
.,
TS-13-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-04. MEASUREMENT AND PAYMENT:
Work under this section will be paid for at the lump sum price shown in the State Unit
Prices items section of the Bid Schedule.
TS-13-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-14
GAB IONS
-01.
SCOPE:
This work shall consist offurnishing, assembling and filling of open wire mesh baskets
with aggregate to form box, sack or mattress gabions as specified herein and as shoWn on the Plans.
-02.
MATERIALS:
All materials shall meet the requirements of the following Specifications.
1. Aggregate - Aggregates shall conform to the requirements of Section 800.01 of the
Georgia Department of Transportation Standard Specifications Construction of Road and
Bridges, Latest Edition.
Aggregate sizes shall also. conform to the following requirements:
Gabion Tyoe
Minimum
Aggregate Size
Maximum
Aggregate Size
Mattress
Box or Sack
3 inch
4 inch
5 inch
8 inch
2. Filter Fabric - Filter Fabric shall conform to the requirements of Section 881.06 of the
Georgia Department of Transportation Standard Specifications.
3. Gabion Baskets -: Box, Sack or Mattress
The box, sack or mattress gabion shall be a flexible zinc coated (galvanized) gabion of
the type and sizes specified herein and on the Plans and shall be made of Wire mesh of
the type and size and selvedges as specified in the following paragraphs.
Box gabions shall be divided by diaphragms into cells whose length shall not be greater
than one and one-half times the width of the gabion. Box or sack gabions shall be
fabricated so as to be of a single unit construction. Base, lids and sides shall be woven
into a single unit and the ends connected to the base section in such a manner that
strength and flexibility of the point of connection is at least equal to that of the mesh.
F or mattress gabions, the base, sides and two ends of the mattress shall be made of a
single sheet of wire mesh (main sheet). Partition panels, made of the same type of wire
mesh, shall be attached to the base of the main sheet to form pockets of approximately
3 feet in length into which the mattress is divided. The lid is formed by a single sheet.
Sack gabions shall be made up of a single sheet of mesh supplied with top and bottom
steel bars inserted during the production phase to facilitate closing during field
installation procedures.
TS-14-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A.
Dimensions - Gablons shall have the following dimensions:
(I) Box Gabion
Nominal Length = 6 feet, 9 feet or 12 feet
Nominal Width = 3 feet
Nominal height = 1 foot, 1 foot 6 inches or 3 feet
(2) Sack Gabion
Nominal Length = 6 feet or 9 feet
Nominal Diameter = 2 feet or 3 feet
(3) Mattress Gabion
Nominal Width = 6 feet
Nominal Length = 9 feet or 12 feet
Nominal Thickness = 6 inches or 9 inches
(4) Due to the nature of construction, a plus or minus 3% variation in these
dimensions will be allowed.
B.
Mesh. The mesh shall be hexagonal woven with the joints formed by twisting
each pair of wires through three half turns and shall conform to the followi.i1g
nominal sizes:
Gabion TyPe
Nominal Mesh Size
Box
Sack
Mattress
3-114 x 4-1/2 inches
2-1/2 x 3-114 inches
2-1/2 x 3-1/4 inches
C.
Wire
(1) Zinc Coatings and Nominal Diameter. The zinc coating and tensile
strength requirements for all wire used in the fabrication of the gabions
and in the wiring operations during construction shall be in accordance
with the requirements of ASTM A 641-89, Standard Specification for
Zinc-Coated (Galvanized) Carbon Steel Wire, for galvanized wire, class
3, fmish 5, soft temper, as measured before fabrication of the netting.
The nominal diameter of the wire used in the fabrication of the netting
shall- be 0.1180 inches for zinc coated gabions and 0.1063 inches for
PVC coated gabions. The nominal diameter of the wire used in the
fabrication of the netting, lacing wire and selvedges and the minimum
weight of zinc coating, (when tested in accordance with ASTM A90-81)
shall be as follows:
a. Box Gabions
TS-14-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Nominal Diameter of Wire MinimUm Weight of Coating
0.0866 inches ..... lacing wire . 0.70 ozs./sq. ft.
0.120 inches ...... mesh . . . . .. 0.85 ozs./sq. ft.
0.1535 inches ..... selvedge 0.90 ozs./sq. ft.
b. Sack or Mattress Gabions
Nominal Diameter of Wire Minimum Weight of Coating
0.0866 inches ..... lacing wire ....... 0.70 ozs./sq. ft.
0.1063 inches ..... selvedge ......... 0.80 ozs./sq. ft.
(2) The adhesion of the zinc coating to all wire shall be such that, when
wrapped around a mandrel in accordance with ASTM A 641-89, the zinc
coating will not crack or flake to such an extent that any zinc can be
removed by rubbing with the bare fingers.
(3) Elongation of Wire. Elongation tests shall be made on the wire before
fabrication of the gabions. The sample size shall be at least twelve
inches long. Elongation shall not be less than 12%, in accordance with
the requirements of ASTM A 370-92, Standard Test methods and
Defmitions for Mechanical Testing of Steel Products.
(4) Lacing Wire. Sufficient lacing and connecting wire shall be supplied
with the gabions for all wiring operations carried out in the construction
of the gabion work. The nominal diameter oflacing wire shall be 0.0866
inches. it shall bePVC coated when used with pyc coated gabions and
shall comply to the same specification as the wire used in the mesh.
D.
Fasteners. Rings may be used for initial assembly of gab ions. Rings shall be
supplied with the same zinc coating as the mesh and the wire diameter of the
rings shall be the same as the mesh. The wire used for the rings shall be coated
in accordance with ASTM A 641-89. The Coating weight shall be per ASTM
A 90-81, also ASTM A 764, Class II, Type III. Tensile strength to be
determined as per ASTM E 8IMTP 2004. Spacing of the fasteners shall not
exceed six (6) inches for box gabions and four (4) inches for sack or mattress
gabions. Rings utilized in. conjunction with PVC coated gabions shall be
stainless steel.
E.
Selvedges. All ~dges of the gabions including end-panels and diaphragms, shall
be mechanically selvedged in such a way as to prevent unraveling of the mesh
and to develop the full strength of the mesh. The wire used for the selvedge shall
have a diameter greater than that of the wire to form the mesh.
F.
P.V.C. Coating. WherePVC coated gabions are called for all wire used in the
fabrication and in" the wiring operations during construction shall, after zinc
TS-14-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'I
G.
coating have extruded onto it a coating of poly vinyl chloride, otherwise referred
to as "P.V.c.". The coating shall be grey in color of nominal thickness 0.02165
inches and shall nowhere be less than 0.015 inches in thickness. It shall be
capable of resisting deleterious effects of natural weather exposure, immersion
in salt water and shall not show any" material difference in its initial
characteristics which are:
Initial Properties ofPVC Used in Coating
(1) Specific Gravity. Shall be 1.30 to 1.35 kg/Dm3, in accordance with
ASTM D 2287-81, Table I when tested as specified in ASTM D 792-66
(79).
(2) Durometer Hardness. Shall be 50 to 60 Shore D, in accordance with
ASTMD2287-81, Table I when tested as specifiedinASTMD 2240-81
(ISO 868 1976).
(3) Volatile Loss. At 105 oC for 24 hours = shall not be higher than 2%. At
1050C for 240 hours = shall not be higher than 6% in accordance with
ASTM D 2287-81 when tested as specified in ASTM D 1203-67 (81)
(ISO 176-1~76).
(4) Tensile Strength. . Shall not be less than 210 Kg/cm2 in accordance with
ASTM D 412-83.
(5) Elongation. Shall not be less than 200% nor higher than 2800 in
accordance with ASTM D2287-81 when tested as specified in ASTM
D412-83.
(6) Modulus of Elasticity at 100% of Elongation. Shall not be less than 190
KG/cm2 when tested as specified in ASTM D 412-83
(7) Resistance to Abrasion. The loss of weight shall not be more than 0.19
g in accordance with ASTM D 1242-56 (81).
(8) Brittleness Temperature. Cold bend temperature = shall not be higher
than -300C ili accordance with BSS 2782-104A (1970). Cold flex
temperature = shall not be higher than +150C in accordance with BSS
2782-150B (1976).
(9) Creeping Corrosion. Maximum penetration of corrosion of the wire core
from a square cut end shall be 25 mm when the specimen has been
immersed for 2000 hours in a 50% SOLUTION HC1 (hydrochloric acid
12 Be).
H.
Variation of the initial properties will be allowed, as specified hereunder, when
the specimen is submitted to the following accelerated aging tests:
TS-14-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-03.
requirements:
1.
2.
(I) Salt Spray Test. According to AS'TM B 117-73 (79). Period of test -
1500 hours.
(2) Exposure to Ultraviolet Rays. According to ASTM D 1499-64 (77) and
ASTM G 23-81 using apparatus type E or as otherwise approved. Period
of test = 2000 hours at 63 oC or as otherwise agreed
(3) Exposure at High Temperature. According to ASTM D 1203-67 (81),
(ISO 176-1976), and ASTM D 2287-81." Period of test = 240 hours at
1050C.
1. After the above tests have been performed the P.V.C. compound shall show the
following properties:
(1) Appearance of Coated Mesh. The vinyl coating shall not crack, blister
or split and shall not show any remarkable change in color.
(2) Specific Gravity. Shall not show change higher than 6% of its initial
value.
(3) Durometer Hardness. Shall not show change higher than 10% of its
initial value.
(4) Tensile Strength. Shall not show change higher than 25% of its initial
value.
(5) Elongation. Shall not show change higher than 25% of its initial value.
(6) Modulus of Elasticity. Shall not show change higher than 25% of its
initial value;
(7) Resistance to Abrasion. Shall not show change of more than 10% of its
initial value.
(8) Brittleness Temperature. Cold Bend Temperature = Shall not be higher
than -20oC. Cold Flex Temperature = Shall not be higher than +180C.
CONSTRUCTION:
The work shall be constructed in accordance with the Plans and the following
Excavation. Excavate as required to place the baskets. Remove unsuitable material
below the bottom of baskets and replace with acceptable material. Thoroughly compact
the entire foundation and finish to a firm, even surface, free of vegetation, large stones,
and other debris, with depressions filled. Dispose of unsuitable or excess material.
Placement of Plastic Filter Fabric. The woven plastic filter fabric shall be placed in the
manner and at the locations indicated on the Plans. The surface to receive fabric shall
TS-14-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-04.
..05.
be prepared to a relatively smooth condition free from obstructions, depressions, and
debris. The fabric shall be placed with the long dimension running up the slope and
shall be placed to provide a minimum number of overlaps. The strips shall be placed to
provide a minimum width of 1 foot of overlap for each joint. The filter fabric shall be
anchored in place with securing pins of the type" recommended by the fabric
manufacturer. Pins shall be placed on or within 3 inches of the centerline of the overlap.
The fabric shall be placed so that the upstream strip will overlap the downstream strip.
The fabric shall be placed loosely so as to give and therefore avoid stretching and tearing
during placement of the. stones. The fabric shall be protected at all times during
construction from clogging due to clay, silts, chemicals, or other contaminants. Any
contaminated fabric shall be removed and replaced with uncontaminated fabric at no
expense to the Owner. Any fabric damaged during its installation or during placement
of gabions shall be replaced by the Contractor at no additional cost.
3.
Gabions. Assemble each gabion by binding the vertical edges together with lacing wire
or ring fasteners. The lacing wire procedure consists of cutting a length of lacing wire
approximately 1-1/2 times the distance to be laced, securing one end of the wire at the
corner by looping and twisting, alternately lacing with single and double loops every
other mesh opening at intervals of not more than six (6) inches for Box Gabions and four
(4) inches for Sack and Mattress Gabions, and securing the other end of the wire to
selvedges by looping and twisting.
Fill the gabion with the specified aggregate. When filling baskets, use a standard fence
stretcher, chain fall, tie wires, or iron rod to stretch the baskets and to maintain
alignment. Carefully place aggregates in the baskets, making sure the sheathing is not
broken or damaged. After a basket has been filled, bend the lid over until it meets the
sides and edges. Secure the lid to the sides, ends and diaphragms, using lacing wire or
fasteners in the manner specified for assembling.
MEASUREMENT:
1.
Box or Sack Gabions - Box or Sack Gabions will be measured by the cubic yard in place
and accepted.
2.
Mattress Gabions - Mattress Gabions will be measured by the square yard for the
thickness specified on the Plans, in place and accepted.
3.
Aggregate - Aggregate used in constructing the gabions will not be measured separately
for payment. .
PAYMENT:
1.
Mattress Gabions - Mattress Gabions, complete, in place and accepted, will be paid for
at the lump sum price bid for ditch restoration in the proposal bid schedule which
payment shall be full compensation for labor, stone riprap, and incidentals necessary to
complete the work. The Owner shall furnish the mattress gabion baskets necessary for
completing ditch restoration.
TS-14-6
I
.1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-01.
SECTION TS-15
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 June
2000. Final stabilization of the soils should be obtained by October 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.
. 5.
-05.
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 oflimbs
and laps, and stone or nibble 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.
Sedilnent basins shall be constructed if shown on plans and removed when fmal
stabilization is attained.
ELEMENTS OF THEPLAN:
The plans for the prevention of erosion and sedimentation for this site are .depicted on
sedimentation and erosion control sheet(s) of the plans. The elements of the plan are discussed as
TS-15-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
follows, and are listed in chronological order, as far as is practical. The construction activities should
proceed in the order listed.
1. Remove all marketable timber from the rights-of-way, the utility easements; the
designated fill areas, and other areas to be cleared.
2. Begin clearing 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.
3. As grading operations commence, 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.
4. 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.
5. 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.
6. 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 of topsoil
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.
. 7. 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
cover; then the permanent grass will be established as soon as its growing season is
reached.
8. 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.
9. All silt retention basis, traps, barriers, etc., should be inspected daily and cleaned at least
weekly.
TS-15-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
10.
All work shall be in accordance with good gradirig 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.
TS-15-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-16
MASONRY
-01. SCOPE:
The work of this section comprises all masonry work, as shown on the drawings or
specified herein, including the building-in of metal or wood items furnished or set in place by others.
-02.
MATERIALS:
1.
SAND: Best quality washed white sand, sharp, well screened and free from silt, loam
or clay.
2.
WATER: Clean and free from injurious amounts of acids, alkalies, organic materials
or other harmful substances.
3.
MORTAR MIX: Magnolia Mason Mix as manufactured by Southern Cement Co.,
Birmingham, Alabama or equal, meeting Federal Specification SS,-C-18-C.
4.
NON-SHRINK. GROUT: Embeco pre-mixed non-meta11ic grout, as manufactured by
the Master Building Company, or equal.
5.
BRICK:
A. Veneer: All brick veneer for concrete walls shall" be similar to Oxford Red,
Augusta Series as manufactured by Boral Brick Company, Augusta, Georgia.
Size shall be modular." Contractor to submit samples for review and acceptance
by the Owner.
6. CONCRETE BLOCK: All concrete masonry units shall meet ASTM Specification C90
requirements for Grade A block. All exposed block shall have a uniformly rough
texture. .
7. PARTITION TIES: ~ inch galvanized hardware cloth at cavity walls. Steel Strap at
structural steel bents shall be included.
8.. WALL REINFORCING: Standard Dur-O-Wal or equal turned reinforcement for 10"
or 12" cavity walls with drip cross rods, placed 16" o.c. For interior 8",6", or 4" walls
for the respective thickness. shall be used.
9. CLEANING SOLUTION: Sur-Klean No. 101 or equal, lime solvent mixed with water
in accordance with manufacturer's directions for cleaning all masonry materials.
TS-16-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-03. MORTAR:
All mortar shaiI be mixed by hand or preferably in a mechanical mixer and in
quantities sufficient for the proper progress of the work. No retempered or mortar that has started its
initial set shall be used.
The mortar shall consist of one part masonry cement and not more than three
parts damp loose sand. The mortar shall contain as much water as it can possibly carry and still provide
satisfactory consistency for the laying of masonry units.
-04. BRICK. CONCRETE BLOCK AND GLAZED TILE WORK:
All masonry shall be laid to a line, all work plumb and true and all contact joints,
both horizontal and vertical, shall be completely filled with mortar as the work progresses. Masonry
work shall be supervised at all times by the responsible foreman.
All lintels, wood blocking, frames, flashing, expansion joints, anchors, etc. as
required shall be built-in,. and chases shall be left in the walls for outlet boxes, conduit and piping as
required under electrical and mechanical work.
All concrete block, glazed tile, and brick shall be coursed together. Brick and
block shall" be coursed to an 8" height with one course of block and three courses of brick. Vertical
joints in block and brick shall be the same as with the resulting horizontal joint.
Joints in all brick shall be tooled raked ~ inch. Joints in concrete block shall be
"V" grooved unless otherwise noted.
All brick masonry shall be laid in a common running bond. When concrete block
or brick have to be cut, a motor driven carborundum diamond saw shall be used.
In warm weather, ~l brick shall be thoroughly wetted as necessary to reduce the
rate of absorption of water at the time of laying.
All holes and cracks in exposedjoints shall be filled with additional fresh mortar
and jointed. If mortar has hardened, the defect shall be chiseled out and refilled with fresh mortar and
retooled.
-05.
FACE BRICK ATTACHMENT:
1.
Face brick shall be attached to concrete walls where shown on the plans.
2.
Dovetail inserts shall be set vertically in the concrete forms at intervals not exceeding
16 inches. Inserts shall be Heckmann No. 100 or equal.
3.
Dovetail anchors shall be placed at intervals not exceeding 16 inches vertically; anchors
shall be Heckmann No. 105 or equal.
TS-16-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4.
"Ladur" type single wythe Dur-O- W al standard reinforcement shall be continuous in the
same joint at which anchors are placed.
-06.
CLEANING:
All exposed brickwork shall be thoroughly cleaned after completion. A cleaning
solution specified herein or a 10% solution of muriatic acid and water shall be used, brushing it with
a wire brush where necessary to remove mortar stains. Surfaces shall be thoroughly wet from top to
bottom before acid solution is applied and thoroughly rinsed after with clean water, carefully protecting
metals and other work from staining. Cleaning shall not be attempted before mortar has set for at least
seven days.
Concrete block shall be pointed up, rubbed free of rough spots and thoroughly
cleaned in preparation for painting.
-07. .
PROTECTION:
No masonry shall be laid when the temperature is below 3r F. on a rising
thermometer or below 400 F. on a falling.thermometer, unless adequate precaution against freezing is
provided. No frozen materials shall be used in the construction of masonry work. All unfinished work
shall be covered with waterproof paper or canvas. All masonry units stored in the open or stacked near
the mortar boards shall be protected against excessive wetting when freezing may occur.
All masonry materials shall be shipped and stored in such a manner as to prevent
damage or intrusion of foreign matter.
Cement, mortar mix and other packaged materials shall be stored in tight sheds
with elevated floors.
Concrete units shall be stored under a cover that permits circulation of air and
prevents excess moisture absorption.
-08.
GROUTING:
All steel door frames, metal windows, and metal handrail shall be grouted with
non-metallic, non-shrink grout specified, used in accordance with the manufacturer's directions.
-09. "MEASUREMENT ANDP A YMENT:
No separate" paYment will be made for the work covered by this section.
Compensation will be included in the lump sum payment for the section into which the work under this
section falls.
TS-16-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-17
REMOVAL OF WATER
-01.
SCOPE:
The work shall consist of the. removal of surface water and ground water as needed to
perform the required construction in accordance with the specifications. It shall include (I) building
. and ~aintaining all necessary temporary impounding works, channels, and diversions; (2) furnishing,
installing and operating all necessary pumps, piping and other facilities and equipment; and (3)
removing all such temporary works and equipment after they have served their purposes.
-02. DIVERTING SURF ACE WATER:
The contractor shall build, maintain, and operate all cofferdams, channels, flumes,
sumps, and other temporary diversion and protective works needed to divert streamflow and other
surface water through or around the construction site and away from the construction work while
construction is in progress.
Unless otherwise qualified, the contractor shall furnish to the Engineer, his plan for
diverting surface water before. beginning the construction work for which the diversion is required.
Acceptance of this plan will not relieve the contractor of responsibility for completing the work as
specified.
-03.
DEWATERING THE CONSTRUCTION SITE:
Foundations, and other parts of the construction site shall be dewatered and kept free of
standing water or excessively muddy conditions as needed for proper execution of the construction
work. The Contractor shall furnish, install, operate and maintain all drains, sumps, pumps, and other
equipment needed to perform the dewateririg as specified.
Unless otherwise specified, the contractor shall furnish to the Engineer, his plan for
dewatering before beginning the construction work for which the dewatering is required. Acceptance
of this plan will not relieve the contractor of responsibility for completing the work as specified.
-04. REMOVAL OF TEMPORARY WORKS:
After the temporary works have served their purposes, the contractor shall remove them
to the extent required to present a sightly appearance and to prevent any obstruction of the flow of water
or any other interference with the operation of or access to the permanent works.
-05. MEASUREMENT AND PAYMENT:
Work under this section will be subordinate to other items of the specifications and no
separate payment will be made therefor.
TS-l 7-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-01.
-02.
2.
SECTION TS-18
STEEL DOORS AND FRAMES
GENERAL:
1.
Submit Product Data for each type of door and frame specified, including details of
construction, materials, dimensions, hardware preparation, core, label compliance;
profiles, and finishes.
Submit Shop Drawings showing fabrication and installation of steel doors and frames.
Include details of each frame type, elevations of door design types, conditions at
openings, details of construction, location and installation requirements of door and
frame hardware and reinforcements, and details of joints and connections. Show
anchorage and accessory items.
3.
Provide doors and frames complying with ANSI/SDI 100 "Recommended Specifications
for Standard Steel Doors and Frames" and as specified.
4.
Fire-Rated Door Assemblies: Units that comply with NFP A 80 and are labeled and listed
by UL, Warnock Hersey, or another testing and inspecting agency acceptable to
authorities having jurisdiction.
5.
Deliver doors and frames cardboard-wrapped or crated to provide protection during
transit andjob storage."
6.
Inspect doors and frames on delivery for damage. Minor damages may be repaired
provided refinished items match new work and are acceptable to Architect; otherwise,
remove and replace damaged items as directed.
7.
Store doors and frames at building site under cover. Place units on wood blocking.
Avoid using nonvented plastic or canvas shelters that could create a humidity chamber.
If cardboard wrappers on doors become wet, remove cartons immediately. Provide
minimum 114 inch spaces between stacked doors to promote air circulation.
PRODUCTS:
1.
Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated in the work include, but are not limited to,
the following:
Steel Doors and Frarires:""" Amweld Build~g Products, Inc.
Benchmark Commercial Doors
Ceco Door Products
Copco Door Co.
Curries Co.
D & D Specialties, Inc.
Deansteel Manufacturing Co.
TS-18-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
I
I
I
Fenestra Corp.
Kewanee Corp;
Mesker Door, Inc.
Pioneer Industries
Republic Builders Products
Steelcraft
2.
Hot-Rolled Steel Sheets and Strip: Commercial quality carbon steel, pickled and oiled,
complying with ASTM A 569 (ASTM A 569M).
3.
Cold-Rolled Steel Sheets: Carbon steel complying with ASTM A 366 (ASTM A 366M),
commercial quality, or ASTM A 620 (ASTM A 620M), drawing quality, special killed.
4.
Galvanized Steel Sheets: Zinc-coated carbon steel complying with ASTM A 526 (ASTM
A 526M), commercial quality, or ASTM A 642 (ASTM A 642M), drawing quality, hot-
dip galvanized according to ASTM A 525, with A 60 or G 60 (ASTM A 525M, with Z
180 or ZF 180) coating designation, mill phosphatized.
5.
Supports and Anchors: Fabricated from not less than 0.0478 inch thick steel sheet;
0.0516 inch thick galvanized steel where used with galvanized steel frames.
6.
Inserts, Bolts, and Fasteners: Manufacturer's standard units. Where items are to be built
into exterior walls, hot-dip galvanize complying with ASTM A 153, Class C or D as
applicable.
7.
Steel Doors: Provide 1-3/4 inch thick doors of materials and ANSVSDI 100 grades and
. models specified below, or as indicated on Drawings or schedules:
A. Exterior Doors: Grade II, heavy-duty, Model I, full flush design, minimum
0.0516 inch (1.3 mm) thick galvanized steel sheet faces.
8.
Provide metal frames for doors, transoms, sidelights,. borrowed lights, windows,
gridwalls, and other openings, according to ANSVSDI 100, and of types and styles as
shown. on Drawings and schedules. Conceal fastenings, unless otherwise indicated.
Fabricate frames of ~um 0.0478 inch thick cold-rolled steel sheet. Provide double
egress frames where indicated. "
A. Fabricate frames with mitered or coped corners, continuously welded
construction for exterior applications and knocked down for field assembly at
interior applications.
B. Form exterior ~ames from 0.0635 inch thick galvanized steel sheet.
9.
Door Silencers: Except on weatherstripped frames, drill stops to receive 3 silencers on
strike jambs of single-door frames and 2 silencers on heads of double-door frames.
TS-18-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
m
.15.
10.
Plaster Guards: Provide steel plaster guards or mortar boxes at back of hardware cutouts
where mortar or other materials might obstruct hardware operation and to close off
interior of openings,
11.
Grout: When required m masonry construction, as specified ill Section TS-16
"Masonry. "
12.
Fabricate steel door and frame Units to be rigid, neat in appearance, and free from
defects, warp, or buckle.
A. Internal Construction: One of the following manufacturer's standard core
materials according to SDI standards:
Resin-impregnated paper honeycomb
Rigid polyurethane conforming to ASTMC 591
Rigid polystyrene conforming to ASTM C 578
Unitized steel grid
Vertical steel stiffeners
Rigid mineral fiber with internal sound deadener on inside of face sheets.
B. Clearances: Not more than 118 inch at jambs and heads, except not more than 1/4.
inch between non-tire-rated pairs of doors. Not more than 3/4 inch at bottom.
Fire Doors: Provide clearances according to NFP A 80.
13.
Tolerances: Comply with SDI 117 "Manufacturing Tolerances Standard Steel Doors and
Frames".
14. .
Fabricate concealed stiffeners, reinforcement, edge channels, louvers, and moldings from
either cold or hot-rolled steel sheet.
" Galvanized Steel Doors, Panels, and Frames: For the following locations fabricate doors,
panels, and frames from galvarpzed steel sheet according to SDI 112. Close top and
bottom edges of doors-flush as an Integral part of door construction or by addition of
minimum 0.0635 inch thick galvanized steel channels, with channel webs placed even
with top and bottom edges. Seal joints in top edges of doors against water penetration
at exterior locations.
16.
Exposed Fasteners: Unless otherwise indicated, provide countersunk flat or oval heads
for exposed screws and bolts.
17.
Hardware Preparation: Prepare doors and frames to receive mortised and concealed
hardware according to final door hardware schedule and templates provided by hardware
supplier. Comply with applicable requirements of SDI 107 and ANSI AIl5 Series
specifications for door and frame preparation for. hardware.
18.
Reinforce doors and frames to receive surface-applied hardware. Drilling and tapping
for surface-applied hardware may be done at Project site.
TS-18-3
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
19.
20.
21.
22.
23.
24.
Locate hardware according to the Door and Hardware Institute's (DID) "Recommended
Locations for Architectural Hardware for Standard Steel Doors and Frames".
Glazing Stops: Minimum 0.0359 inch thick steel or 0.040 inch thick aluminum.
A. Provide nonremovable stops on outside of exterior doors and on secure side of
interior doors for glass, louvers, and other panels in doors.
B. Provide screw-applied, removable, glazing beads on inside of glass, louvers, and
other panels in doors.
Comply with NAAMM's "Metal Finishes Manual" for recommendations relative to
applying and designating finishes.
Apply primers to doors and frames after fabrication.
Galvanized Finishes:
A. Surface Preparation: Clean surfaces with nonpetroleum solvent so that surfaces
are free of oil or other contaminants. After cleaning, apply a conversion coating
of the type suited to the organic coating applied over it. Clean welds, mechanical
connections, and abraded areas, and apply galvanizing repair paint specified
belowto comply with ASTM A 780.
B. Galy~$gJ~ep.a~. Paint: High-zinc-dust=-content paint for regalvanizing welds
in galvanized steel, wit dry film containing not less than 94 percent zinc dust by
weight, and complying wit DOD-P-21035 or SSPC-Paint 20.
C. Factory Priming for Field-Painted Finish: .Where field painting after installation
is indicated, apply air-dried primer specified below immediately after cleaning
pretreatment.
Steel Sheet Finishes:
A. Surface Preparation: Solvent-clean surfaces to comply with SS~C-SP I to
remove dirt, oil; grease, and other contaminants that could impair paint bond.
Remove mill scale and rust, if present, from uncoated steel to comply with
SSPC-SP 5 (White Metal Blast Cleaning) or SSPC-SP 8 -(Pickling).
B. Pretreatment: Irrimediately after surface preparation, apply a conversion coating
of type suited to organic coating applied over it.
C. Factory Priming for Field-Painted Finish: Apply shop primer that complies with
ANSI A224.1 acceptance criteria, is compatible with fmish paint systems
indicated, and has capability to provide a sound foundation for field-applied
topcoats. Apply primer immediately after surface preparation and pretreatment.
TS-18-4
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
-03.
EXECUTION:
1.
General: Install steel doors, frames, and accessories according to Shop Drawings,
~anufacturer's data, and as specified.
~
2.
Placing Frames: Comply with provisions ofSDI 105. Set frames accurately in position,
plumbed, aligned, and braced securely until permanent anchors are set. After wall
construction is completed, remove temporary braces and spreaders, leaving surfaces
smooth and undamaged.
A. In masonry construction, install at least 3 wall anchors per jamb adjacent to
hinge location on hinge jamb and at corresponding heights on strike jamb.
Acceptable anchors include masonry wire anchors and masonry T -shaped
anchors.
B. Install fire-rated frames according to NFP A 80.
3. Door Installation: Fit hollow-metal doors accurately in frames,. within clearances
specified in ANSVSDI 100.
A. Fire-Rated Doors: Install with clearances specified in NFPA 80.
4.
Prime Coat Touchup: Immediately after erection, sand smooth any rusted or damaged
areas of prime coat and apply touchup of compatible air-drying primer.
-04.
MEASUREMENT AND PAYMENT:
Work under this section will be included in the lump sum amount shown in the bid
schedule for Surge Tank Control House, Complete.
, .
TS-18-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-01.
-02.
-03.
SECTION TS-19
DOOR HARDWARE
GENERAL:
1.
Submit fmal hardware schedule organized by "hardware sets," to indicate specifically
the product to be furnished for each item required on each door.
A. Furnish templates to each fabricator of doors and frames as required for
hardware preparation.
2.
For fIre-rated openings provide hardware tested and listed by UL or FM (NFP A
Standard 80). On panic exit devices provide UL or FM label indicating "Fire Exit
Hardware. "
3.
Manufacturers: Subject to compliance with requirements, provide products by
manufacturers for various products listed below. Such products are listed in the schedule
by specific reference to manufacturer's catalog numbers. Except as otherwise indicated,
products of equivalent quality, design, and function by other listed manufacturers may
be used, subject to approval of Architect.
A. Schlage Lock Company, Sargent Co., Stanley - Locksets, Latchsets, Privacy sets
B. Sargent & Company, VonDuprin, Precision - Exit devices, mullions
C. Sargent & Company 350/351, LCN 4040/4041 -.Closers
D. Hager, Stanley, McKinney -. Hinges
E. Baldwin, Rockwood, Quality - Push plates, pull plates, kick plates, flush bolts,
door stops & silencers
F. Pemko, National Guard, Zero - Thresholds, weatherstrip, sweeps
G. Glynn-Johnson, Sargent, Rixson - Overhead stops
H. Ives, Rockwood, Baldwin - Automatic flush bolts, coordinators
4.
Finish and base material designations are indicated in accordance with ANSI BHMA
A156.18 or the nearest traditional U.S. commercial finish.
PRODUCTS:
1.
PACKING AND MARKING
A. All hardware shall have the screws, bolts, and fastenings for its installation,
packed in the same package with the hardware. All packages shall be legible and
adequately labeled, indicating the location for which they are needed.
EXECUTION:
1.
INSTALLATION
TS-19-1
I
I
o
D
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
2.
A. Install hardware in strict accordance with manufacturer's instructions and
templates. Set hardware accurately and securely anchor with attachment devices;
set screws level, flush and draw up tight.
B. Upon completion, hardware shall operate freely with proper tolerances to prevent
binding and/or malfunctioning.
C. Make necessary adjustments and leave clean.
D. Cut and fit thresholds to profile of door frames, with mitered comers and hairline
joints. Cut smooth openings for spindles, bolts and similar items, if any.
E. Screw thresholds to substrate with No. 10 or larger screws of the proper type for
permanent anchorage and/or bronze or stainless steel which will not corrode in
contact with the threshold metal.
F. Set thresholds in a seal of butyl rubber sealant or polyisobutylene mastic sealant.
Install sealant under mterior edge allowing any water entering through screw
holes to weep out exterior edge.
FINISH
A. Locksets and butts shall be US26D. Exit devices to be US32D; aluminum and/or
US26D NOT ACCEPTABLE.
3.
KEYING
A. The key side of all locks will be on the public side.
B. Four keys will be provided for each keyed lock.
4.
WEATHERSTRIPPING
A. All new exterior doors shall" receive extruded aluminum weatherstripping at
jambs and sills and thresholds.
5.
FINISH HARDWARE SCHEDULE
A. No local keying will be accepted, only factory registered keys shall be used.
B. Locksets to be Type 1000 Grade 1.
C. The hardware supplier OIi this job shall have in his employ a regular member of
the American Society of Architectural Hardware Consultants (AHC). This
consultant shall be available for consultation on the job site when requested by
the Architects and/or contractor.
TS-19-2
I
I
I
o
I
I
U
I
I
I
I
I
I
I
I
I
I
I
I
6. HARDWARE SCHEDULE
A.
EACH TO HA VB:
1-1/2 Pair Butts
1 Mortise Lockset
1 Closer
2 Kick Plate
1 Wall Stop
I Set Weatherstrip
1 Threshold
2 Sweep
6 Silencers
I Lock Guard
I O.H. Holder
1 Rain Drip Strip
(ST) FBB I 79-US26D 4-1/2 x 4-1/2 NRP
(SG) 8225 LNJ-US26D x MK
(SG) EN350-UH x TB
(RW) 8" x 2" LDW x US32D .050ga
(R W) 440- US26D
(PK) 303A V-72" x 86"
(PK) 170A-72"
(PK) 315CN-36"
(RW) 608
(RW) 320-32D
(SG) EN 1540-H
(PK) 17 A x Door width
-04. MEASUREMENT AND PAYMENT:
Work under this section will be included in the lump sum amount shown in the bid
schedule for Surge Tank Control House, Complete.
TS-19-3
n
I
o
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-20
MISCELLANEOUS METALS
-01. SCOPE:
This section includes the fabrication and installation of steel pipe railings, handrails, and
guardrails. This specification also includes fixed aluminum wall ladders to be installed in utility vaults.
-02. PROJECT CONDITIONS:
Check actual locations of walls and other construction to which metal fabrications must
fit, by accurate field measurements before fabrication; show recorded measurements on fmal shop
drawings. Coordinate fabrication schedule with construction progress to avoid delay of work.
-03.
PRODUCTS:
1.
STEEL PIPE RAILINGS AND HANDRAILS:
A. General: Fabricate pipe railings and handrails to comply with requirements
indicated for design, dimensions, details, finish, and member sizes, including
wall thickness of pipe, post spacing, and anchorage.
B. Materials: Posts and rails are to be hot formed tube sections conforming to
ASTM A 501 "Hot Formed Welded . and Seamless Carbon Steel Structural
Tubing," Standard Weight (Schedule 40}.
C. Fabrication:
(1) Interconnect railing and handrail members by butt-welding or welding
with internal connectors, at fabricator's option, unless otherwise
indicated.
(2) "Remove sharp or rough areas on exposed traffic surfaces.
(3) Weld comers and seams continuously to comply with A WS D1.1.
(4) At exposed-connections, finish exposed welds and surfaces smooth and
blended so that no roughness shows after finishing and contour of welded
surface matches those adjacent.
(5) Form changes in direction by radius bends of radius indicated. At tee
and cross intersections, notch ends of intersectirig members to fit contour
of pipe to which end is joined and weld all around.
(6) Form simple and compound curves by bending pipe in jigs to produce
uniform curvature for each repetitive configuration required; maintain
cylindrical cross-section of pipe throughout entire bend without buckling,
twisting, cracking, or otherwise deforming exposed surfaces of pipe.
TS-20-1
I
o
I
D
I
I
I
I
I
I
m
I
I
I
I
I
I
I
I
(7) Fabricate sleeves from steel pipe not less than 6 inches long and with an
inside diart1eter not less than ~ inch greater thari the outside diameter of
post, with steel plate closure welded to bottom of sleeve.
(8) Apply shop primer to uncoated surfaces of metal fabrications, except
those to be embedded in concrete, unless otherwise indicated. Remove
scale, rust and other deleterious materials before applying shop coat.
Clean off heavy rust and loose mill scale in accordance with SSPC SP-2
"Harid Tool Cleaning.
(9) Preassemble items in shop to greatest extent possible to minimize field
splicing and assembly. Disassemble units only as necessary for shipping
and handling limitations. Clearly mark units for reassembly and
coordinated installation.
2.
FIXED ALUMINUM WALL LADDER:
A. Ladders shall be fabricated to the lengths and widths, and installed at the
locations shown on the plans.
B. Ladders shall be detailed and submitted for approval prior to fabrication showing
full dimensions, wall and floor attachments.
C. Ladders shall be as manufactured by Precision Stair Corporation of Morristown,
TN or approved equal.
3.
BRACKETS, FLANGES AND ANCHORS: Cast or formed metal of the same type
material and fmish as supported rails, unless oth~rwise ~dicated..
4.
CONCRETE INSERTS: Threaded or wedge type; galvanized ferrous castings, either
malleable iron, ASTM A 47, or cast steel, ASTM A 27. .Provide bolts, washers, and
shims as required, hot-dip galvanized per ASTM A 153.
5.
WELDING RODS AND BARE ELECTRODES: Select in accordance with A WS
specifications for the metal alloy to be welded.
6.
NONSHRINK NONMETALLIC GROUT: Premixed, factory-packaged, nonstaining,
noncorrosive, nongaseous grout complying with CE CRD-C 621. Provide grout
specifically recommended by manufacturer for exterior applications of type specified ~
this section. Grout shall be "Bonsai Construction Grout" by W.R. Bonsai Co., or
approved equal.
7.
FASTENERS: Provide zinc-coated fasteners for exterior use or where built into exterior
walk Select fasteners" for the type, grade, and class required.
A. Bolts and Nuts: Regular hexagon head type, ASTM A 307, Grade A.
B. Lag Bolts: Square head type, FS FF-B-561.
C. Plain Washers: Round, carbon steel, FS FF-W-92.
TS-20-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
m
I
a
-04.
D. Drilled-In Expansion Anchors: Expansion anchors complying with FS FF-S-
325, Group VIIi, Type I; and machine bolts complying with FS FF-B-575, Grade
5.
E. Lock Washers: Helical spring type carbon steel, FS FF-W-84.
8.
PAINT:
A. Shop Primerifor Ferrous Metal: Manufacturer's or fabricator's standard, fast-
curing, lead-free, universal mpdified alkyd primer selected for good resistance
to normal atmospheric corrosion, for compatibility with fmish paint systems
indicated, and for capability to provide a sound foundation for field-applied
topcoats despite prolonged exposure complying with performance requirements
ofFSTT-P-615, Type II.
B. Top Coat: High-solids, low VOC, alkyd, gloss enamel such as Sherwin
Williams' "InduStrial Enamel HS" or approved equal.
INSTALLATION:
1.
PREPARATION:
A. Coordinate and furnish anchorages, setting drawings, diagrams, templates,
instructions, and directions for installation of anchorages, including concrete
inserts, anchor bolts, and miscellaneous items having integral anchors that are to
be embedded in concrete construction. Coordinate delivery of such items to
project site. "
B. Protect cored holes from water entry.
2.
GENERAL:
A. Provide anchorage. ,devices and fasteners where necessary for securing
miscellaneous nietal.fabrications to in-place construction; include threaded
fasteners for concrete and masonry inserts, lag bolts, and other connectors as
required.
. ,
B. Perform cutting, drilling, and fitting required for installation of miscellaneous
metal fabrications; Set metal fabrication accurately in location, alignment, and
elevation. Edges and surfaces shall be level, plumb, true, and free of rack; and
measured from established lines and levels.
C. Fit exposed connections accurately together to form hairline joints. Weld
connections that are not to be left as exposed joints, but cannot be shop welded
because of shipping size limitations.
TS-20-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. INSTALLATION OF STEEL PIPE RAILINGS AND HANDRAILS:
A. Adjust railings prior to anchoring to ensure matching alignment at abutting
joints. Space posts at spacing indicated. Plumb posts in each direction.
B. Secure posts and railing ends to building construction. by means of coring holes
into concrete. After posts have been inserted into cored holes, fill annular space
between post and cored hole solid with nonshrink, nonmetallic grout.
4. CLEANING AND PAINTING:
A. Touch-Up Painting: Immediately after erection, clean field welds, bolted
connections, and abraded areas of shop paint, and paint exposed areas with same
material as used for shop painting to comply with SSPC-PA I requirements for
touch-up of field painted surfaces. Primer shall be applied by brush or spray to
provide a minimum dry film thickness (dft) of2.0 mils.
B. Top Coat: Two coats of topcoat paint shall be applied in accordance with
manufacturers specification to provide a minimum of 2.0 mils dft per coat.
Handrail color shall be Sherwin-Williams' "Safety Yellow" or equal.
-05. MEASUREMENT AND PAYMENT:
Payment for the work covered in this section shall be made according to the lump sum
price as shown in the bid schedule. for Valve Vault Handrails & Ladders.
Payment for valve tags shall be included in the lump sum price for Property Restoration.
TS-20-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
APPENDIX A
SUB SURF ACE-INVESTIGATION REPORT
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
csra
TESTING AND ENGINEERING CO., INC.
1005 EMMETT STREET, SUITE A
AUGUST A, GEORGIA 30904
(706) 733-6960
FAX (706) 737-0629
March 25, 1998
Cranston, Robertson, and Whitehurst
P.O. Box 2546
Augusta, Georgia 30903-2546
Attn: Mr. Tom Zeaser
Re: Proposed 60" Raw Water
Transmission Main
Augusta, Georgia
P.O. Number 152888
(B-02298)
Dear Tom:
As requested, this firm has performed a subsurface exploration at the above
subject site. We are enclosing three (3) copies of the completed report. This report
describes the methods of exploration and presents the results of our tests.
If there are any changes in the plans or ifwe can be offurther service, please do
not hesitate to contact us.
Sincerely,
~'P9F-
James M. Pope) P.E.
President
JMP/dq
Member of American Society for Testing and Materials
I
I
I
I
I
I
I
I
I
I
I
I
m
I
g
I
n
I
o
INTRODUCTION .
This report presents the results of a subsurface exploration for a new 60" raw
water transmission main to be located in West Augusta.
The purpose of this work was to evaluate the. suitability of this site for the
proposed construction and determine whether any extraordinary conditions could be
expected. In order to explore the subsurface soil conditions, test borings were made
to determine the character and composition of underlying soil strata and to define the
soil profile within the areas of these borings. Samples of the soil were obtained from
the test borings for field and laboratory analyses to assess engineering characteristics
of the subsurface materials and to provide criteria for use by the design engineers in
preparing the construction plans for this project.
I
I
I
I
I
I
I
I
I
I
I
I
I
-
I
I
I
g
I
o
FIELD INVESTIGA TION
The field exploration to determine the engmeenng characteristics of the
foundation materials included a reconnaissance of the project site, the inaking of the
borings, the performance of standard penetnition tests and the recovery of disturbed
split spoon samples. The apparent ground water level was recorded in each boring
after completion.
Six (6) test borings have been made, and these were drilled to depths shown on
the individual test boring records. The boring locations are shown on an attached
Boring Location Plan.
Soil sampling was performed in accordance with ASTM D-1586 utilizing a truck
mounted drill rig. The borings were made with continuous steel auger flights. At
regular intervals, standard penetration tests were conducted with a two inch (2") split
tube sampler. The sampler was first seated six inches (6") to penetrate any loose
cuttings, then driven an additional foot with blows of a 140 pound hammer falling thirty
inches (30"). A record was made ~fthe number of hammer blows required to drive the
sampler the final foot. This number is designated the penetration resistance and is an
index of the soil strength and density..
,
2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SUBSURFACE CONDITIONS
Representative samples of the soils obtained by the standard penetration tests
were visually examined in the field and returned to our laboratory for further analysis.
In the laboratory, each sample was examined and classified by composition and texture
according to the Unified Soil Classification System, and further classified in accordance
with a soil parameter table supplied by the client.
The types of subsurface materials encountered in these test borings are described
on the accompanying test boring records. . The results of our standard penetration tests
and water level observation at the time of this exploration are listed in.numerical form
on the test boring records. The soil conditions described in the test boring records
represent OUT interpretation of the field boring logs, visual examination of the soil
samples, and comparison to typical samples from past explorations in this geophysical
regIOn.
Representative samples of the soil were placed in special sample jars and are
now stored in our laboratory if further analysis is desired. Unless we are notified
otherwise, all of the soil samples from this exploration will be disposed of after thirty
(30) days.
3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SITE (fONDITIONS
The proposed route of the new 60" raw water transmission main and the area of
our subsurface exploration extends from the canal located just north of Lake .olmstead
southeast along a conidor to Wrightsboro Road at Highland Avenue.
The subsurface conditions underlying this site were found to generally consist
of granular sands, clayey sands, and clayey silts. The depths at which the different
soils were encountered and the stratum thickness varied somewhat over the site,
probably due to past erosion processes and to the large difference in surface elevation.
The standard penetration test results varied somewhat between the different areas,
probably due to the same conditions described above. In general, low to moderate soil
bearing qualities are indicated by the results of these tests.
4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WATER LEVEL OBSERVATIONS
Water level observations were made during the boring operations and are noted
on the test boring records for each of the respective test boring locations. In relatively
pervious or sandy soils, the,indicated levels are considered reliable ground water
elevations. In relatively impervious soils, the accurate determination of the grOlmd
water elevation may not be possible even after several days of observation. Seasonal
variations may influence the levels of the ground water table and volumes of water will
depend on the permeability of the upper soils. If deep excavations or pits are planned,
additional long-term studies of the ground water table would be advisable. This can
be done with the installation of piezometers or perforated casings which extend below
the bottom of proposed excavations.
At the time of this exploration, ground water was encountered in only two of the
six borings. Boring number one (B-1) showed a ground water level at twelve feet (12')
below the surface and boring number three (B-3) had a ground water level of two feet
(2') helow the ground surface.
-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
I
DISCUSSION
Based upon the results of conditions encountered in these test borings, it is our
opinion that this area can be utilized for the planned raw water transmission main with
consideration given to the various soil and ground water conditions.
6
".~ \",UL' . I ~ ~ . , :~~ ,jz';, .v.2~ ''It\ ..,~o f\\ ~N~ ~I
. ~q PLA4~~~'" ~ tt-) ~ Tly",...rw~\~.' ~";). ~,,~ J}' ~
~ DSO ~~~ I ~ c-\~"L\ DnIC/(fIv" 0 1000& t:,' ~ 8 Q ,~~ ~~ '~ ~
I TR.ACE .~ i': ~lfrf"~, V.,cOj4f0 Of ~ff pt C\iio ~ ~..-t O"'l: . ~~ .
..... f' 1"1( '~ 't T", -t. 0 Q.' S ~ or ~", r
. -., ry~:t f ~ f SA..", o..t 0 ~ ..;: c' "'t~,... till.. .
''1 lWa&hl on ~ t-~ 0 _~j ~ I r ~ ' .. ,
_ ICrOS&lln~~ ~ ~ _ _ <- t- 8, ~ (, ott- 0, ~ ....r., '; .
'-.PS/~._}' Oft I; 'I Ilrwqy ~ ~ ~~ (f,. ....C';".3,.\; ;so)' f ~..~~. l l
I .:tt ,'8 unrc1 w ,;.( <t..~ ~ "......'O.;t I ;:; .,~ ~ ~~~~~ \
/ I -' "'I ~\~ 4t C'. QI,( & ~o C'I"~ '.~"'1 0",
./ ' /, ._ __ . <{ ~ ftV4fj ~ ...~lfL (j ~ q.~ '^ \ "x
. ~. r-GREE, '8 '~r'-"'::; r-'.. ~ ~J-_O';iJ IIl'\:'~f~~!"<~~ ,~'f:~~.~., /.~~;'g~i,~~ (b~"- ,,~'\
>. ~ ~ ex: /}Vush \i:loll 'It .' IlIJ~9"/~wll'".y I,' ('Or 0 ,,(. I/fl'v "0 ".., 1\ I'
: ; . ~ II: 0 ,$qllar ~ Ct:: . >- S/(~~lnM",'r. /~"'/~ .:' 1/'\'/01 ....,1-() "~ ....
C( ul ,_, . ~Q! Q ~ ('!"V 'r . ..1;'.. I"-\i' d' OJ,'11 OD~ ~
~: 0 -J ~ 1'(//0\1 tn O{\'I' .../,.'!~!i"'.~,,:1 ,~~t".r ~)N[trflV...~ .,,'J>(Cl.-OO-p 104~
(]Jo p\N~ \J1f..W \on Jf 1 tsT" I ....~ ~ f. ~;"'\;~.:~~l.~h;;" 'IA. fz"', ... c ~ "Cq ~ 0.., ~ AlN
I ......T ~",(T. ...".:li;.....'.. ~V~~,.I\I~ 11.- ... "1M q~, \<,0 y \~
()~\ \ M 1\ 'ill H ~'r: 'I (s" I: ':;('11.'; ::.... ( ~~O:Tfl.~\ Ito\.s/ Oil (0 )-;q'r: (lj 0 -p "t \'--. .
.. ~ ~! c~ '-It" : '. '\r'.'. t~";':) >~ ;..tSC'FO ''If:.'... . .;:)~ 11... '0 "',1
_ ...."l\. II . !!) I' ~... II~~'IO( 0 ';.. < ,(srI ,., ,.... In~' ~ .,,0 :Jl "1 ~..,
IlUFF <_.~.. ,..l; '?y -'l-f) ':!~. '.i;~;;.{, :f~::i". . . """ 11~ 'l! 0 ~... 1f" .,J
j 'it 8 ~ .8-i ~-\ en 1~ I ~ ~ ;~:,i j;; ~t,~ ':0. /i';,'j): 128 "' ~l\ g ~...~..<. (r:,.'
CI Q t f" ~ on 0 ......~,. n. 1- ~ . . :'i. 1.('I~.. II r.":.>, I 2 0 r."<\1~^'" A.:<7~ f.
'''I,... 0 ,...,- <" >" '" ]'0 ..' ..' '. ....... ^' I(.or A.
I~ ~ C" I .~I:V ';' ,:..{,<',;.; :".,' ,."., '<.c 0'/0/04:<7 C/r
f;.."'\'i~ ~TH :r:iO~~" cr~11: '.. .,,' ~:i..;.'J; I"\:~)~':;'.'. STf\YAlH:Jl '9j.
C'.....~.) /.<."-I.''\. ~ ~K\llj.lN'o 40" r--. 1/ ~:!1~'r:j.~;; ; \' j) .l...... .::.;f;~: . ".' ,;,,' [i"'q,.... ..,).L$I ^V ~ ~ y
I~~I~'Y~~~~~ V1 ;'7:'\-l-";R\.~ l ~ ~.~r~~:\'"'~.'.;f~.':~~.'lIll;'~\"'. ii .'''.)A;ti:io'N'~'.A'Ei.WI/~01;''... ~~~-nn" ~~ ~r.
I,c;..<-."i. ~Q "~~~ ""'/"" : ~fo,~ ,j~ It-~ '. Q . . ....,;\]i,'.J..,.!.');:.,..... ~ ~9- q..O, ~\.~DUIN€-' ,) ....
11 ~. ," .~t,C r k" \~ I:ft.~ ""<" .. .(- :. .. "-.; :~4~~ ..~~~:;;: ,~:.~'.:~\r..y:~...J: ~ (4" ./ /. ~ <. 'In
'. ~I"'\' () ;"'0 ~~~ /3it.i.~ .'Bif~.~ ~il &1. 6~~\tt0'FLiJ"..;.~t;tf/;'~;1r ~~~ ~~ ~u~~ ,'~J'~?
~~~ ~<"'l: (J~:~~~~J..~~P:l~~jlO '!Ii@'~~' Hl~~' , ;... . . .;,,~~~~:~c 3 .7 A,,~~\~~f\~ \~~,"" 4-v.\) \~? -:;:::.~:
. "tO~ /lAMP!:;I, 0 ~ g~.~ -". -'h'~l;'" ,.:' . .~.i,';T~~OVI! I~: "~"'CI - ~... \ "fI~.V~' , O~' z-',
'" ~I-I ~ /VOI( . h" .' ~('''1 ":Y.4\tc nKS r> "-It 'I '" ,I 0 <E" MiliLI
I '-" !I.. to.' "y\ '~-:-'2~ "0 10. Y~i!~~~'~~~~~ ~~N~ r . .,~s~~1 t....~~o ~o \ :rJ ~~ .... ...... ,',' IlI!S \
--'" l\ - -;J \ \FAl\l\~ I' . ~\Q'. , ~C/:i:';j \t:n;"'~n . ";;r';(q.o\'"P 0 \' <y ~' Allnul
~~~~':}r ,,/ ~\~~~~ ~ 'I>l'~~'.'~~>};;h;'~lt~'~j}.?;;; / . v~~: ~T ;~ 'fi,'t-~' *':A '70,1.7 ,
\ _. ~~ ~-' 0" 0 ~ 15 <:J\ ,.... ~,,~tl./>~'; :, veI:. Mn~ '1t: ~.~I;:: :\ 'v~ I.~ ~/()t
i()6'1 J.., (' JfOfGNfS )0\>0" ~ '" ~.II~. . .W!LLOi' l!IiK Ii ~.} U 01.11+0. ~1j,.I.N~- .Iulinn ()' ~.~ '
" ~~_r.~~Dir -.&{.i?;t,aJ>ST ~~ ~di.. O+. OTOI~ \ .,,'.1) lO ,.a.~~.1N..i,.;~\ '1t""NG~iO'\X..ffO_, FSm'W: () Gc, ...~v
\.'>Noo..!U~! '..3'i'~ <( ~o 0 OR ~ , . .u.'i.'r.'.;"",\ ...~, ~, ~ ' c-
q fr~IR ~ Ii' .. '.~. +.<?1 ~ OI1-NINb ^'.: .,,~)?,.&, :::: \ "0 o( f~ ~ ~~ ~ ~ ~ f:..": 0 ~
LA 2L(.~44. ' ~I 4' au I 'I ~:~~ 5T 4 .,~~, \~~',';': : .. >-_ i 0 o~( 4 bl/ .,';: l....::... st!... !..!..,Io
.5i I.,. s ;g .'IN~:. "~ 'b ~ '~oO r' ~'O e I ~:::~: ,.~. . , . .. -" I 0 f nQ.... _ ~l<< 0-1(1 ;;:"""1f-... ~k
I~:t / """. (.'"~(.p .....:J'~ ~ Q~o~ !:.\ COUNTRY.. n~ 0 (s z...... ()""~ 1\'([ ........... ~~
\:eX ~ ~ ~ ..11 .t"~' . <C.o~ 'w tC)"'''-'' ~. (,...t", '1:
..::;r:r'lrE IE<. /.J..V' UNT. " 0(.. :i,\;'i:;;.''';' '.:i ;~..'..", .., \ to) ~C:I ~ --.. )<-
"n -/~/HeCK I'" . ." L....J \1;.. . ','.,. . \ H/\ .... 1.1 ....
.. of>,\: )!i fi...:~ i _~~~~ now 0/.:' ...:1. \' J~:.8f1~ !~t>~~;~~~~:;'.:'~JON~; J /1" :- ~~ '-~~
. f5r ,\liT~, ;or: ,d ~ J 110 .ll- Sl .' '.'. l ~ :l ~~~...IT'rrf.J. I~ ,"/x.,~,f~--..... 0 .. ~ ~~""":iI.'
CT~I< ;~d5;'l'."t: II: ~ . /,.. Hl h l IAlEl ST 1 :l u ~ .. rfl:. '...., ~ j~
1,', 9~~t~~~~ '~~;~"~ IJAKLAND j-AV f~ . . KLANDO ~ \:~~!: GA~OTN~J I~~~ ~ ~ ,'1 't..} ;l~\"''''~~-(~\ ..
.I~ .. I AV ~~~..' 4 '. AVo J~ ,'. ~f 8/ .., , (',: I
J ~ I'. .. 'f~ :> ~ NOIlTlI VIl.W lJ S I 'If ~ .. s ".,
..... \:'4-n" r <NRY '<( .." :~~ ,- - C "JI \\.\....
'.. \. """" - ok 0 r SL..., cu MING'- IA .Cen '::: .... -J \}~\ tI'~ "'f,,:~
St;. ryp.~, .... 10 II: .... U ~ .~-. 0'" ~ O{Ar> ~
}...Jf~. 1oY1<l..""~ WAl '.)N 0 f~~ll~. t;T~. iCl.l~~)I~ Q.' '~<fl<f.,~ "
. ..- _ _.- I If>. , ?.-. /;J." >;. ~' IVy ~ ""'"'" ::7! ~. ~ < '~G J ~f" ~ !!.n, r:---
P'flN jJ "0: :: I;~ IiI lCA -rlz ~_ > >t3.:-,....~ "';' ,- ~I i fl 'If) '\({,"'"
... , ~!f. ~:r . .. Av <f <11.55 I' ~'l~ :1fi l' CI.I", {n"" v
8RAN~.o ... \t~ rU ~ ~:n \. Mil '!.- '1;; f/2.4'/NfJ'IO "''''... Sr
- RD ~lA~} m~ .'3 '-t-:J -:t OEll~VU . A \ AU"usll1 .... ,; :.:.~ ~ t;~ . ~57 ~ f $~' W A L TO""-
sl t1lrr::::.~" ~~,I< .I:.4T..1,..I>......' .. () ~
U ttEltN'" "" '5 ........;.....',!...' ;':"r. ..J '.. I.. 0 ~ ..I. ...
v .Of! X ::Jc ,..., r - IIElEN'" 1fT:<C J.;-!'.'; .. .<,.:.,H~ <f ~ C .' ,.,~ ,..".: J.. tJ ..'., I <0 .:. 59. -\ 1-
... ., lOMOAn 'r. .:r! lif ..... .,1,', l' .\' ~ .',!ti ".,.. ~ I: t. iiI' V. U)
I _.n..... :! . r-;" II: I, . , .. 'f(, s~ ,. '.. r:.? , ., .\\ .r.. II I
CQ;{<; ~E NEED . i ~CIL "'l r <f. ,.' 1 '" ,.. 't-ING,r ... ~) (t'l t!""il/' . . "'~' .!S' \W It' ""'SII
~ "- ....J.~e() '>j Is> c...... ,.~r ': ~~. "!; ...~;- -:, I, .'""., '" · :J~. t.
".,;C)&!\RD1N~~1 . C.. -:.;;1 <. I\\I_.,:~!>~::..?,.. I'\-f' ::: Yt- '" :>/CrVI'i'q" :Q:J"'.60
{t,o({ ~" , ~ ~. I ~ ~ J Tll/u ~v;:.. {\\J(f~ ~: ~ !,? :;; ~'t"'" :t)IA,MP N
.~.., Ro ~2o~ ID. . ~ .:'..... ./.., ....~J. -1Il: . SlAV of: ~f..-... t; nOI~,.t t ~'\V
...... 1IIIIt.:: NIl ~1~Mo9Am<: 1IlC'1 :l: -1 '- .. ~!j,~1"' ..1 II I ~II 51 I
l.".)..!?'~~):;YT'" ~ '. 'P. s: IAV ~....:x: ~ 0< 0 ~ :;: '" - "g '" ~ 01 '" . (f.!.'o '-1 "'. a:
. , ' r'.\,.. ......~._ ..... .- I ... Z 0 In .. Cl '" 0 t:~u ........... (~ 1 0 ::I ..,
I _...'./jl~~! ~ _.. "..:-::-,~ I u ~ ;! ;:. ~ ~ ;~ "'l!S?'~"'=\"'U '" <, I" I r :1 ., · 1 ~
~r;:..;.:.tl:'T~~Br.~ ~'. :''';. .. J- ~ , JJ - -- -
csra
BO'R\~G \..OCA,\O~ P~^N
G> 0" R A. VI W A "\ E R "^ J>.- \ \..l
~U~\.j5\A. ~E..OR~\A
JOB NO. DESIGNED BY
~"O:Ll'1g
SC"'LE OR.t.'NN BV
N -r "5
TESTING & ENGINEERING CO., P.C.
1005 [MIrIlETT STRUT. SVITE A' AUGUSTA.. GEORGIA 30904' ("04) 733'15960
0'" TE CHECKED BY
3'2.5. c..S
I
I
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
BORING NO.
DATE
VISUAL SOIL
DESCRIPfION
PENETRATION
VALUE (N)
B-1
March 17. 1998
SOIL I PERCENT
PARAMETER MOISTURE
21 @ 21
Very Stiff. Reddish-Brown Silty Clay Clay-l
18 @ 41
5'
16 @ 71
13 @ 9'
10' Firm to Loose. Brown and Tan Slightly Claye Sand-Silt
Sand
IROJECT PrOposed 60" Raw Water Main
Augusta. Georgia
9 @ 14'
Boring Terminated at 15 feet.
20'
25'
30'
35'
40'
N Value is number of blows of 140 pound
Dhammer required to drive 2" split-tube
sampler one foot after seated.
121
-===- WATER TABLE