HomeMy WebLinkAboutBLAIR CONSTRUCTION 6TH STREET EMERGENCY SEWER REPLACEMENT PROJECT NO 80900035
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Technical Specifications
and
Contract Documents
For
6th Street Emergency Sewer Replacement
AUD Project No. 80900035
Drew Goins, Interim Director
Augusta Utilities Department
Frederick L. Russell
Administrator
Augusta Commission
The Honorable Deke S. Copenhaver, Mayor
Betty Beard - District 1
Corey Johnson - District 2
Joe Bowles - District 3
Alvin Mason - District 4
Calvin Holland, Sr. - District 5
Joe Jackson - District 6
Jerry Brigham - District 7
Jimmy Smith - District 8
J. R. Hatney - District 9
Don A. Grantham - District 10
BID SET
March 2009
W.K. Dickson & Co., Inc.
1450 Greene Street
Suite 225
Augusta, Georgia 30901
community infrastructure consultants
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~~.
I I ';
~~J
NOTICE OF A WARD
DATE:
7 J 2./ /260 ~
I I
CONTRACTOR:
Blair Construction, Inc.
ADDRESS: P.O. Box 770
Evans
City
GA
State
30809
Zip Code
PROJECT: 6th Street Emergency Sewer Replacement
PROJECT NO:
:>5'0'1 ()O 0:-<, S
At a meeting of the
you were awarded the Contract for the following Project:
7 /17 /'ZLJO'
( ,
held on (Date)
Enclosed please find 6
copies of the Contract Documents for your execution. Please complete the
pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office
5 days from the date of this letter, excluding Legal Holidays.
The Certificate of Insurance must be complete.
Power of Attorney must be submitted in triplicate; an original and two copies is permissible.
Very truly yours,
Augusta Program Management Team
Reciept of this
7#
ARD is hereby acknowledged this, the ;?8 - day of
-:J c.-/y
f
Pre5/~-;rf-
2009
'34/:..- ~/H-hvc;;ho,.. 11~r< ,~
Contractor By
Please sign and return one copy of this Notice of Award Acknowledgement to:
Augusta Utilities Department
Attn: Sean Barr
Title
360 Bay Street; Suite 180
Augusta, GA 30901
G_NOTICE OF AWARD
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Mark the outside of the envelope as follows:
Bid Item # 09-138
6th Street Emergency Sewer Replacement
Augusta, Georgia
Project #80900035
Bids must be accompanied by a Bid Bond secured by a surety company, certified
check, or cashier's check in an amount equal to at least 10% of the contract amount will
be required of the successful bidder.
The Augusta-Richmond County Commission reserves the right to reject any and all bids
to waive any informalities in the bidding.
Geri Sams, Director of Purchasing
END OF SECTION
Invitation to Bid
Page 2 of 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Alternative bids will not be considered unless specifically called for.
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.
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.
NOTE: A 10% Bid Bond is required in all cases.
5. BASIS OF AWARD
The bids will be compared on the basis of unit prices, as extended, which will include and cover
the furnishing of all material and the performance of all labor requisite or proper, and completing
of all the work called for under the accompanying contract, and in the manner set forth and
described in the specifications.
Where estimated quantities are included in certain items of the proposal, they are for the
purpose of comparing bids. While they are believed to be close approximations, they are not
guaranteed. It is the responsibility of the CONTRACTOR to check all items of construction. In
case of error in extension of prices in a proposal, unit bid prices shall govern.
6. BIDDER'S QUALIFICATIONS
No proposal will be received from any bidder unless he can present satisfactory evidence that
he is skilled in work of a similar nature to that covered by the contract and has sufficient assets
to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal,
sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT,
giving reliable information as to working capital available, plant equipment, and his experience
and general qualifications. The OWNER may 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 or corporations for which the bidder has done similar work.
7. PERFORMANCE BOND
At the time of entering into the contract, the CONTRACTOR shall give 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 terms, for saving the OWNER
harmless from all cost and charges that may accrue on account of the doing of the work
specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount
of the contract satisfactory to the OWNER and authorized by law to do business in the State of
Georgia.
IB-2
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
// ~-
c~/,L-/~~rL. -:~"V,"t.--ft.<J/i!---cti'-
G.I~OrtC1A
/
?-
STATEMENT OF NON-DISCRIMINATION
The undersigned understands that it is the policy of Augusta-Richmond County to promote full and
equal business opportunity for all persons doing business with Augusta-Richmond County. The undersigned
covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity,
with regard to prime contracting, subcontracting or partnering opportunities.
The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable
participation of local small businesses on the bid or contract awarded by Augusta-Richmond County. The
undersigned further covenants that wehave completed truthfully and fully therequired forms regarding good
faith efforts and local small business subcontractor/supplier utilization.
The undersigned further covenants and agrees not to engage in discriminatory conduct of any type
against local small businesses, in conformity with Augusta-Richmond County's Local Small Business
Opportunity Program. Set forth below is the signature of an officer of the bidding/contracting entity with the
authority to bind the entity.
The undersigned acknowledge and warrant that this Company has been made aware of understands
and agrees to take affirmative action to provide such companies with the maxirlium practicable opportunities
to do business with this Company;
That this promise of non-discrimination as made and set forth herein shall be continuing in nature and
shall remain in full force and effect without interruption;
That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed
to be made as part of and incorporated by reference into any contract or portion thereof which this Company
may hereafter obtain and;
That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as
made and set forth herein shall constitutea material breach of contract entitling the City of Augusta to declare
the contract ih default and to exercise any and all applicable rights remedies including but not limited to
cancellation of the contract, term ination of the contract, suspension and debarment fron1 future contracting
opportunities, and withholding and or forfeiture of compensation due and owing on a contract.
'-
Signature of Attesting Party
V~e -----:::Z>h") /c,{.,..-?y::.
Title of Attesting Party
Subscribed and sworn to before me
this /,{,~ day of %j'-j ,20g"
/
?..,.,., "'7/;;<:-
/
I
CPA-S~-vl~
Notary Signature
~-/e. p'F
Notary Public
NOT ARY SEAL
My commission expires:
colT O\LLARO
(.s) P.hIJf~c.~ \~ \'uaLlC
~t51'J coUN,'<
BURKE G~ORG\A . 11
SI AlE Or . . s ~Ugust1. 1Q
In E,)(plre .
MycommlSS 0
This form MUST be submitted with bid pacl<age. NO Exceptio
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BidfRFPfRFQ # 07-/38
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A.13-1 0-91,
, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond
County Board of Commissioners has registered with and is participating in a federal work authorization
program* [any of the electronic verification of work authorizationprogramsoperated by the United States
Department of Homeland Security or any equivalent federal work authorization program operated by the
United States Department of Homeland Security to verify information of newly hired employees, pursuant
to the Immigration Reform and Control Act of 1986 (lRCA), P.L. 99-603], in accordance with the
applicability provisions and deadlines established in O.C.G.A 13-10-91.
The undersigned further agrees that, should it employ or contract with any subcontractor( s) in connection
with the physical performance of services pursuant to this contract with Augusta Richmond County Board
of Commissioners, contractor will secLlre from such subcontractor( s) similarverification of compliance with
O.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar
form. Contractor further agrees to maintain records of such compliance and provide a copy of each sLlch
verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is
retained to perform such service.
2Z{Z-oo rL
E-Verify * User Identification Number
O~d:-- ~_~-r'/G-1-/-="7 / ~/C/
coZ~ ,.tUJd;p~
BY: Authorized Officer or Agent (j
(Contractor Signature)
\/c:e //z:;";J /ck.."< ~
Title of Authorized Officer or Agent of Contractor
/:Lf/t:~V'~1 ';;r, /'/u~,/-;~'Hel'" Y' /
Printed Name of Authorized Officer or A~ent
500 or More
Please Check One
100 or more 100 or less l/
Number of Employees
Date:
].-- /6 ~.() I
-/ Vendor with 1 00 employees or more - must
have an E-Verify * User Identification Number
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE /
/cP ~ DAY OF ~(y ,200 "7
~~;t~
Notary Public
My Commission Expires:
,/ Vendor with less than 100 ernp;oyees -- check
100 or less box, fill out the form and return with
your submittal. (Georgia Law requires you to
have an E-Verify*User Identification Number on or
after July 1,2009.)
NOTARY SEAL
PATRICK SCOTT DILLARD
NOTARY PUBLIC
BURKE COUNTY
STATE OF GEORGIA
My Commission Expires August 7,2012
MUST BE RETURNED WITH YOUR SUBMITTAL
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
/ Z" L,-_
/.-4 ' ' ~ '
" ",', ___~.--[, y-vlf....___-df --- ' ~~
............... ' '" ..J'
G R G I A
l"
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON-COLLUSION AFFIDAVIT OF BIDDER/OFFEROR
I, M#c",v-,~, ~o!4'-'/;"'-'&'1 -y;., certify that this bid or proposal is made without prior understanding,
agreement or connection with any c6rporation, firm or person submitting a bid for the same work, labor or service to
be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or
fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences
and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to
sign this bid or proposal for the bidder.
Affian further states that pursuant to O.C.GA Section 36-91-21 (d) and (e),
", cv/> ~_p.~~".?ho",/", ..::;;:::::40:::-., has not, by itself or with others, directly or indirectly,
prevented or attempted to prevent competition in such bidding or proposals by any meanswhatsoever. Affiant further
states that (s)he has not prevented or endeavored to prevent anyone from making a bidor offer on the project by any
means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work.
Affiant further states that the said offer of ~> 64:JPPC-.h'':;'-/,::Z;-;t. is bona fide, and that no one has gone
to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if
furnished to any other bidder, that the mjial ',hall, be at a higher price.
Ude-----/( . (t/~~V
Signature of Attesting Party . -,
\tie ~C:J;C~'-F+-
Title of Attesting Party
~/;f
Sworn to and subscribed before me this/&>day of
~J~~~
Notary Signature
-;~r:~-7
,200/.
5,4~;~
~? &C3b'7i-~'-
Notary Public:
.-----:7 ,?-
U c-/ /r---e-
County:
Commission Expires:
NOTARY SEAL
Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittal
PATRICK SCOTT DILLARD
NOTARY PUBLIC
BURKE COUNTY
STATE OF GEORGIA
My Commission Expires August 7. 2012
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~
ro
C/)
C/)
(])
u
(])
c
C/)
ro
C/)
-'
~ (])
(])'
~ ..c
C/)
co
(!) c
0 ~
rt: '"0
a.. '"0
ro
~ (])
C/)
::>
Z
:J t5
I- (])
OC2
o 0-
n.. ~.~
Cl. 0:::S
o 0 (J)
u. .~
U) I-- '2
(/) U co
W <t (J)
z I-- ~
- (/) Z '"0
(/)1--0 2
:Jo::u U
r:a 0 c:t E:l
...J u. w c
...J u.::i 8
<(wo.. (])
:::E ~ a.. m
", _:::> 3':
VJ<(C/)
...J u. ~ ro
<( Cl c:t :S
()OO ~
o 0 I-- .92
...J Cl U 0..
~ g ~
z Z 0
:J 0 C/)
o U 0
() ~ 'g
Cl en E
z 0
U
.0
:J
C/)
o
~
J:
()
~
~
l-
(/)
:J
(!)
:J
<(
<oJ ~ i ~
u 4 4
ctl
c ~ dJ
0
U
'0 ) ') ~
2 "'-,
:i ,~ \J \
II> ~
<U \J . ~ ~
n:: ~ ,~
\J ~ \j
~ \l
~ ~
~
'l=l:
<> :E!
a.z (!l
o c
co 0
(j)~
..J I1l
....
u~
n:: .!!!
<l:0l
Ol
n::
'iii ('.
E ~
(f)m
_ c
'" .-
U II>
o ::J
..Joo
~ ')) "
< ~
.... \.\
0 ~
~~ ~ (\ ~
0=5 '" ~.~
m= \l"-.
0.0 ~ \r\ ~ "
oC/)
u '1.J ~\r~ '
(f) K di
tt E
III
<> Z
.....
~u~ ~~O I)
al
t) <llOlZ .- <l>
:;2cc:fJ)\-
Ol ~ .iji ~ 0 \I'>, 0 .....
V'\ .... co
::J 1:: ::J U '" ~\ t ''/\ a.. 0
<l:uco::i<P .~
i2
ro
......
(fJ
:.:J
w....
E m
",.0
:z: E
.... ::J
.21 z
a.0l
a.C
::J 0
(f).c:
~n.
0'0
~ C
g ctl
b II>
C II>
o Ol
u ....
.aD
::J'O
(f)<l:
<..;
c:
<l>
c:
o
Q.
o
....
~
L:
~
'0
en
....
.!!!
a.
a.
::J
~
2
u
~
c
o
u
.n
::J
en
(;
<ll
E
'"
z
.0
..-:::;
C;;
<l>
....
....
<:t
~ r'\
;\ '..l.. f~
~I 'I:" ~ '\1.- ~I
i-~~ I~~
~.\ ~"'~ ,,~
"'~ ~ ~ ~ \
~ 1\\ ~,,\ \' ~
~ ) ~.i\ ~ f'\
\ ~ "l.. ~ ~\
~\ .~ r" "\ ~
~ \"
~
1.:1
~
~
'^-
.\
~
,~
't
~
,J.
~~
"
't.
to'
~...~
.~ ~
~ ~~
~,~
E~
(';l
z
>-
c
ro
0..
E
o
o
')~
~ 0~
~
\' .d
~ ~
I~ L{
-J
~l\..
'-1
<l>
...
:J
.....
ro
c
.2'
(/)
'2
...
:J
....
OJ
...
'0
C
t\l
wCO
tiiC'\l
u~
~ I
c.,....
,EJ~
In <0
~a
::fr--...
Z
<l> .:.<
,~~
Q) ... ....
cn3l:o
~ :;<0
U cu a
ro.....':;t-
Q:JC'\l
u I
:Q<l>~
-Q >< co
-.c:CU""""
~<l><O
$.0.12
"'CJ.....'-
Q) lIJ '.
~:JQ)
'~E .~
-QE~
::::s ... I
(/)0
Q)'l- :::..
-Q (j) J:,'
1-:E:i3
~. lIJ.(!)
"- Q) Q)
~Ec:
E 5 ~
cQt).-.
o
.!2 0.. 0
~. o..~
0.....
O'lu
c:J:!
'';:; c:
u 0
~O
.....
t: '.
o (/)
u c::
.02
:J (/)
lIJ Q)
o :::J
cO
ell
...
co
OJ
...
OJ
..c
.....
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Blair Construction, Inc.
P.o. Box 770
Evans, Georgia 30809
Phone (706) 868-1950 Fax (706) 868-1855
BIDDERS QUALIFICATION STATEMENT
with Proposed Subcontractors/Suppliers
In the early 1950's Blair L. Mutimer began the Augusta located company BlairConstruction. In 1973 the business
was incorporated in the State of Georgia as Blair Construction, Inc.
Blair Construction, Inc. has at some time performed grading, paving and underground utility construction for most
every municipality within a 40 to 50 mileradius of the Cityof Augusta. The mqjority of the work we perform is
either for the City of Augusta or Columbia County. We have an outstanding and well-respected relationship with
both these municipalities.
Our company employs approximately 53 persons and has an average annual revenue of around $12,000,000.
Approximately 80 percent of our work is large diameter underground uti I itieswith the other 20 percent being
earthwork and base & paving.
Blair Construction, Inc. currently holds a "CertiJicate Of Qualification (ft 213L 150)" Ii'om the Georgia Department
of Transportation with a maximum capacity rating of $40,200,000.
As estab I ished in past projects with the Cityof Augusta, we have both the experience and means to perform the
subjectproject towhich we are bidding.
Below are qualified Subcontractors we propose to utilize for this project.
· L&L Utilities
for Bore & Jack
Below are qualitied Suppliers we propose to utilize for this project.
- Reeves Construction
-HD Supply or Ferguson
Augusta Ready Mix
1'01' asphalt & tack
for pvc pipe & titlings
for concretc
Listed on the following page are recent projects of similar size and/or nature to which Blair Construction, Inc. has
successfully completed.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
QUESTIONNAIRE
SECTION Q
The undersigned Warrants the truth and accuracy of all statements and answer herein contained.
Include additional sheets if necessary.
1. years has your organization been in business as a (circle one) General
Subcontractor?
3& /<,,{.,'J' vcoc.-r 5
J I
2. Describe and give the date and ownerof the last five (5) PIojects that you have completed
similar in type, size, and nature as the one proposed?
-:::;;e
I{ .
6",-'l'?~~.Y' ?,-....;>hk
/ /
//
~-?iC'c:/
3. Debarment Status - Has the applicant, or any affiliate, ever been the subject of any of the
following actions:
a. DebarmenL.......................... ...,..... Yes No../
b. Deletion from a Prequalified Bidders List......... Ye;:- No ,,7
c. Other action which resembles debarmenL...... Yes_ No/'
If yes, provide details on a separate sheet for each instance
4. Have you everfailed to complete work awarded to"you? If so, where and Why?
~
5. Name three individuals or corporations for which you have performed work and to which
you refer:
1/'5;)/-1 ;z:;;.pr/- 7";;~rv/~e_
/
~.."r"/a- /2;/ c/,7/C:G<-- L L. G
/
&c->..z,ky ~.Ye~/"'-C,"?'+~, I .::&7C ,;
1//
"
Q - 1
70522.00.AG
6TH Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8.
9.
10.
F.
Name:
Street
City
State
Description or type of work:
//#
(
G.
Name:
Street
City
State
Description or type of work:
'~7d7;?
.-:>d..~.c
~;/;~?e~:-;~
~ cz.
- .' ~ -' / ~~~
/
What equipment do you own that is available for this work?
~C> ey:c-c.!--Y"C-<-~/;5
ue boc=ck,r
~'Y/Od;f ~//J~7/ ~/~'ch~~/7e 'pr/J/~'7'
/ . / I ... ... .. '. .. / /
--:i"h.o.-/~o/ "E/ '-gpJc-/'-~ ~/L//;'''"<-P~.-r-
/ I /.. //
What equipment will you purchase for the work?
#4E
What equipment will YOll rent for the work?
/c0,;, e-
Q.3
Zip
Zip
vl--rvJ
70522.00.AG
6TH Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Blair Construction, Inc.
P.O. Box 770
Evans, Georgia 30809
Phone (706) 868-1950 Fax (706) 868-1855
-
~-
-
-
COMPANY PROFILE
In the early 1950's Blair L. Mutimer began the Augusta located company Blair Construction. In 1973 the
business was incorporated in the State of Georgia as Blair Construction, Inc.
Blair Construction, Inc. has at some time performed grading, paving and/or underground utility
construction for most every municipality within a40 to 50 mile radius of the City of Augusta, GA. The vast
majority of our past contracts have been with the two largest area municipalities (City of Augusta and
Columbia County). Our dedication to quality, fair pricing, and extensive experience and knowledge of
construction practices has rewarded our company with an outstanding and well-respected relationship with
all departments within these two municipalities.
With over 35 years of operation in the field of heavy construction, Blair Construction, Inc. has obtained
vast experience and know-how in all of the following fields:
Underground Utilities (Water, Storm, & Sanitary Sewerage)
Earthwork and Grading
Base Work and Asphalt Paving.
Our Company employs approximately 57 persons and has an average annual revenueof around
$12,000,000.
We currently hold Certificates of Qualifications from both the State of Georgia and the State of South
Carolina Departments of Transportation.
The key personnel involved in this companies operation are:
Name
Title/Pos ition
Years with Company
William R. Mutimer
Blair L. Mutimer
William R. Mutimer, Jr.
Blair L. Mutimer, III
Stephen D. Sims
Patrick S. Dillard
President
Executive Vice President
Vice President/Treasurer
Vice President/Secretary
Comptroller
Estimator
36
36
21
15
12
11
Our Insurance Agent is:
Mr. Mark Jaynes
Sutter, McLellan & Gilbreath, Inc.
1424 North Brown Road, Suite 300
Lawrenceville, GA 30043-8107
Phone: (770) 246-8300
Our Bonding Agent is:
Mr. Buck Leigh
Albus-Leigh Agency, LLC
9725 Dunbarton Drive
Columbia, SC 29223
Phone: (803) 788-4597
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Name:
Owner:
Engineer:
Contract Value:
Project Name:
Owner:
Engineer:
Contract Value:
Project Name:
Owner:
Engineer:
Contract Value:
Project Name:
Owner:
Engineer:
Contract Value:
Project Name:
Owner:
Engineer:
Contract Value:
Project Name:
Owner:
Engineer:
Contract Value:
Project Name:
Owner:
Engineer:
Contract Value:
Project Name:
Owner:
Engineer:
Contract Value:
Project Name:
Owner:
Engineer:
Contract Value:
Project Name:
Owner:
Engineer:
Contract Value:
Fort Gordon 20" DIP Water Line
Augusta Utilities Department (706) 312-4132
ZEL Engineers, Inc. (706) 724-5627
$793,014.75
Mullins Pond & Dam Improvements
Columbia County Water & Sewerage Department (706) 863-6928
WR Toole Engineers (706) 722-4114
$3,050,257.67
Winchester Subdivision Drainage Improvements
Augusta Engineering Department (706) 796-5040
Augusta Engineering Dept. (706) 796-5040
$241,225.41
Disc Golf Course Clubhouse Paving
ColurhbiaCounty Facility Services (706) 312-7444
None
$16,307.70
Second Street Lift Station Repairs
Augusta Utilities Department (706) 312-4132
RTW Engineers (706) 828-8886
$896,192.00
Resurfacing Hephzibah McBean Road
Augusta Engineering Department (706)796-5040
Augusta Engineering Dept. (706) 796-5040
$329,331.31
Merrymant Emergency Roadway Repair
Columbia County Engineering (706) 447-7600
Columbia County Engineering (706) 447-7600
$64,229.80
Fairington Subdivision 12" Water Main
Augusta Utilities Department (706) 312-4132
Southern Partners, Inc. (706) 855-6000
$322,381.36
Bettys Branch Interceptor Sewer
Columbia County Water & Sewerage Department (706) 863-6928
G. Ben Turnipseed Engineers (706) 863-8800
$769,441.38
Lincolnton Sewer Improvements
City of Lincolnton, GA (706) 359-3239
G. Ben Turnipseed Engineers (706) 863-8800
$172,833.26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
COpy
SECTION P
PROPOSAL
DATE:
':J <.-<// 'I /(,0 / 2-- 00"7
I /
Gentlemen:
In compliance withyou invitation for bids, the undersigned hereby proposes to furnish all
labor, equipment and materials, and perform all work for the project referred to herein as:
Renewal and Extension Project
Project No. 80900035
6th Street Sanitary Sewer Repair
In strict accordance with the Contract Documents and in consideration of the amounts shown
on the bid schedule attached hereto and totaling:
&f'rf/k~/c4_c/ r:;;/I;. 7/fQv'f"'-':?cIG9.c7~/-~'7"e/.-~c/ ~/'1 ~=
, . I..' I
and J1~:;/7 /100 dollars (/ B.;?O}Bf?2 ~).
/ ' /
The undersigned hereby agrees that, upon written acceptance of this bid, he will within
10 days of receipt of such notice execute a formal contract agreement with the Owner, and that
he will provide the bond or guarantees required by the contract documents.
The undersigned hereby agrees that, if awarded the contract, he will commence the
work within Ten (10) calendar days after the date of written notice to proceed, and that he will
complete the work withinc?.rt> ;;6.,.Jr,/ {I.c::>q calendar days after the date of such notice.
[Remaining of Page Left Blank Intentionally]
Page 1 of 5
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT - PROJECT
SANITARY SEWER STANDARD BID SCHEDULE
SANITARY SEWER
8" diameter ductile iron sanitary sewer pipe 09 ~4:?
S-9A Class 300, Depth 0' to 6', including Type II 94 LF g~; B2E3c~ ~
No. 67 stone beddin material
16" diameter ductile iron sanitary sewer pipe /C,7~ ~ '7
S-9E Class 300, Depth 0' to 6', including Type II 1201 LF /Z~ 7E3P ~
No. 67 stone) beddin material
Jack and Bore 32" diameter steel casing,
Minimum wall thickness O. 31,2 inch, Carrier ':;",c-" ;z!-- =0
S-17 pipe included, 16" diameter, Ductile iron 240 LF 3$f3 -- '732cb -
sanitary sewer pipe, Class 300, restrained
joint, end seals
Install thru existing 18" Dia. Steel Casing a 12"
S-17 A Dia, Ductile Iron Sanitary Sewer Pipe, (Protecto 38 LF /7 //55"7 Z2-
401 Lined - Ceramic Epoxy), restrained joints, 3o~- -
skids, and ends sealed.
S-18 Select backfill, GADOTType I, Class I & II 1200 CY //?5 ~p .,,0
(Sand/Clay) - Measured by in-place volume. / :;,,,~o-
S-20A Pre-cast sanitary manhole, GA DOTSTD 7 EA = /'/72-0 c::!:
1011 A, Type 1, Depth 0' to 6' (48" Diameter) 2?~o-
S-20B Pre-cast sanitarymanhole, GA DOT STD EA 00 .::.:-0
1 011A, Type 1, Depth 0' to 6'(60" Diameter) 2?~:?o - 2)60 -
S-30 6" sanitary sewer service, complete ~') CA c..>,c.;. ;?-)&,OL_:> <..~o
I L. L/~ Z300 -
S-33 Tie new sanitary sewer to existing manholes, 3 EA r"'::><? ~/~o ,;:00
diameter varies /360 -
~-34 ] AC Waler Main Crossing '--
EA '3795- 00 '<:?
3/"9S- = .
Page 3 of 5
7052200.AG
6'h Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LUMP SUM
LS-1
oJ.:?
7)}/2 -
7)7/2-~
Lump sum construction (includes but is not limited
to the listing continued below)
L..-5
/
· Mobilization, Demobilization
· Bonds, Insurance
· Reconnect sanitary sewer services and mains
· Remove and reset signs, Type varies
· Remove and reset water sprinkler systems, complete
· Remove and reset yard & street lamps, Type varies
· Erosion and sediment control (temporary grassing, construction exits, rip-rap, misc. erosion
control structures)
· Traffic control
· Permanent Grassing
· Raise manholes and valves boxes to grade
· Railroad Insurance
· Add'l Work - Railroad Flagging
· Add'l Work -By Pass Pumping
NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO THE
TECHNICAL SPECIFICATIONS.
~~/:
/ B~~ 8~2
78
-
Page 5 of 5
70522.00.AG
6111 Street Sanitary Sewer Repair
March 2009
I
Thomas M Albus, Buck Leigh, Individually
':
I
Western Surety Company
I"
POWER OF ATTORNEY APPOINTlNG INDIVIDUAL ATTORNEY-IN-FACT
I
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal oftice in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
I
I
of Columbia, SC, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and oU,er obligatory instruments of similar nature
I
- In Unlimited Amounts-
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized of/lcer of the corporal ion and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratilled and conllnned.
I
This Power of Attorney is made and executed pursuant to and by authority orthe By-Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
I
In Witness Whereof, WESTERN SURETY COMPANY has caused U,ese presents to be signed hy its Senior Vice President andits corporate seal 10
be hereto afflxcd on this 7th day of Jnly, 2009.
I
\\I,,",..........
"'~~~~~.~rr?-..
;:;t:t;.'ff""''''' , .... [)~..
f~/~~90qAJ;~~\
.",(j . <"\l>J
g~~. }:c
\. ."l\.s~A""/:-;
. {O(j...--....Q"-...,.'-
-....~.~,e'tY'
WESTERN SURETY COMPANY
I
f2z~";"Vi"pm;d","
I
State of Sonth Dakota
County of Minnehaha
} ss
I
On this 7U, day of July, 2009, before me personally came Paul T. Brullat. to me known, who, bcing by me duly sworn, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; Uwt he is the Senior Vice Prcsident of WESTERN SURETY COMPANY described in and whieh
cxecuted the above instrument; that he knows the seal of said corporation; that Ule seal affixed to the said instrument is such corporate seal; Uwt it was so
afflxcd pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
I
My commission expires
I
November 30, 2012
+~~~~~~~,~~~~~~;~~~~~,~~,+
~ D KRELL ~
r - . _ '_ S'
$~NOTARY PUBLlC~~
s~ SOUTH DAKOTA 1..Ctf<!U s
s s
+""........-..."'...,..........~""............,..."';"" +
~
~I'"bl;o
I
ClmTIFICAn:
I
I, L. Nelson, Assistant Secrctary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove sct forth is still in
force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and afflxed the seal of the said corporation this :16th
day of
July
, 2009
I
+.....\\\~i\IEr~~~
"~".._'h..... ('-'s
!~'?~~901l4>~")_
~~\<.i _ _ ~!:
\\\sE: ","'/li
"'~tiiii,,;lo"}"
II'muN,A~'
WESTERN SURETY COMPANY
I
FornI 1'4280-09-06
q, ~"~s",,,>ry
JUL~13-2009 10:22
ARC PURC:HAS I ~jG
I
Ir
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FAXED
TO:
All Bidders
Phyllis Mills, Quality Assurance Analyst
Drew Goins, Utilities Department
FROM:
Gari Sams.
Procurement Director
DATE:
July 13, 2009
SUBJ:
Correcting the Opening Date for Emergency Bid Item 09-138
Emergency Bid 09-138 - 6tn Street Emergenc;:y Sewer Repair
EMERGENCY BID ITEM;
EMERGENCY BID OPENING: Thursday, July 16, 2009 @ 3:00 p.m.
ADDENDUM NO.2
~I'O(!<<MNMnt {j)f'~mlt
~. ~m(ittU1ld. .Gtf~~
The Emergency Bid Opening for Emergency Bid 09-138 - 6th Street Emergency Sewer Repair:
From:
Thursday, July 15, 2009 @ 3:00 p.m.
Thursday, July 16, 2009 @ 3:00 p.m.
To:
Please acknowledge addendum in your submittal
END ADDENDUM
Room 6~5 - 530 Green Street, Augusta Georgia 3091Addendum 2 Emergency Bid 09-138
(706) 821-2422 ~ Fax (706) 821-2811 Page 1 of 1
www.aul!usta.ga.gov
Oo..no;l'I't4*" ill. ..'....n.. ........_...._..J......._ ___ 1_____1:___ ~_ . ~
P.02/02
TOTAL P.02
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 the OWNER the sum of
five hundred and no/100s ($500.00) Dollars, 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 for each and every portion of this Contract,
and the specifications wherein a definite portion and certain length of time is fixed, if additional
time is allowed for the completion of any work, the new time limit fixed by extension shall be the
essence of this contract.
ARTICLE III - PAYMENT
(A) The Contract Sum
The OWNER shall pay to the CONTRACTOR for the performance of the Contract the
amount as stated in the Proposal and Schedule of Items. No variations shall be made in the
amount except as set forth in the specifications attached hereto.
(8) Proqress Payment
On no later than the fifth day of every month, the Contractor shall submit to the
OWNER's Engineer (hereinafter called, the PROFESSIONAL) an estimate covering the
percentage of the total amount of the Contract which has been completed from the start of the
job up to and including the last working day of the preceding month, together with such
supporting evidence as may be required by the Owner and/or the Professional. This estimate
shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule.
On the vendor run following approval of the invoice for payment, the OWNER shall after
deducting previous payments made, pay to the CONTRACTOR 90% of the amount of the
estimate on units accepted in place. The 10% retained percentage may be held by the OWNER
until the final completion and acceptance of all work under the Contract.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
(A) Upon receipt of written notice that the work is ready for final inspection and
acceptance, the Professional shall within 10 days make such inspection, and when he finds 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 this 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
A-2 70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3)
counterparts, each of which shall be deemed an original, in the year and day first mentioned
above.
~;':~~;:~~~::~;~~-::;';:";;}.
.... .,,,? ,,""~' " t
jIIIf I'"~ ",e I~:~) ,.~c. '.J
".'~ ~<' ~,,:!,I',
*- 0 . A ~
f1.~: ~~:,
~.z t II
(S~ll 1: ! ~; ~
1~.':. ,:"t'~
\ \ .l "':
-I:\u '!i~}.h ",,,r
, ~'3".l'~~\,:,,fS .~) .Ift"iJ.'
. ~~ ORG\f',.4~~~
.ft. TTEST: ~~~..,.,.,;;r,,"
· YJ~ t:J. m<0a.-4,
~/>. Clerk
/f/u:r7 kl 71.. ~
Witness i
(SEAL)
~ [, /YJithUk' I1J
ATTEST:
Secretary
.
~'S"_~..d~
Witness
OWNER:
AUGUSTA, GA
By Lf)..;f4 fr ~ JP
As its Mayor I;(
~\oq
CONTRACTOR:
\ aiut;.
BY:U)..-lM~RI ~
As its
~C'r /~-..,L-
r-::a/e--~ ~-?'f~,.....,c,h'o-1'/::z:;;,c,-
Add ress
P.O. BOX 770
EVANS, GEORGIA 30809
A-4
70522.00,AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
Bond No. 586 62076
I
PERFORMANCE BOND
Conforms with The American Institute of Architects
A.I.A. document No. A-311
I
KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809
(Here insert full name and address or legal title of Contractor)
I
I
as Principal, hereinafter called Contractor, and, Western Surety Company, CNA Plaza, Chicaqo, Illinois 60685
(Here insert full name and address or legal title of Surety)
I
as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St.,
I Room 605, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner)
I
I
as Obligee, hereinafter called Owner, in the amount of Eight Hundred Forty Thousand Eight Hundred Forty Two and 78/100 -
- - - - - - - - - - - - - - -- - - - - -- - - - - - - - - - - - -- - -- - - - - - - - -- - - - - - - - - - - - - - -. Dollars ($ 840,842.78 .).
I
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
I
WHEREAS,
Contractor has by written agreement dated
, entered into a contract
I
with Owner for 8th Street Emergency Sewer Replacment
(Here insert full name, address and description of project)
I
I
in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal title of Architect)
I
I
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
I S-1219/GEEF 10/99
Page 1 of 2
PERFORMANCE BOND
586 62076
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
~xtension oftime 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
1) Complete the Contract in accordance with its terms and
conditions, or
2) Obtain a bid or bids for completing the Contract in accordance
with its terms and conditions, and upon determination by Surety of
the lowest responsible bidder, or, if the Owner elects, upon
determination by the Owner and the Surety jointly of the lowest
responsible bidder, arrange for a contract between such bidder and
Owner, and make available as Work progresses (even though there
should be a default or a succession of defaults under the
Signed and sealed this
Zgti
day of
~
s _ ~~~
(Witness)
/'Y{ ~,-y ~~. '-v
" {I /,
(Witness)
S-1219/GEEF 10/99
Page 2 of 2
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 Contract falls due.
No right of action shall accrue on this bond to or for the use of
any person or corporation other than the Owner named herein or the
heirs, executors, administrators or successors ofthe Owner.
-:r~7
, Zoo '7.
Blair Construction, Inc., PO Box no, Evans,
Georgia 30809
(Seal)
(Principal)
,
uJ~rf.dj.~~
~r/d"@.....~
(Title)
Western Surety Company, CNA Plaza, Chicago,
Illinois 60685
(Seal)
(Surety)
,
8.U-&k / v.{~./-/'
Buck Leigh, Attorn -In-Fact
(Title)
I
I
I LABOR AND MATERIAL PAYMENT BOND
Conforms with The American Institute of Architects
A.I.A. Document No. A-311
Bond No. 586 62076
I
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
I
KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809
(Here insert full name and address or legal title of Contractor)
I
I
as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza, Chicaqo. Illinois 60685
(Here insert full name and address or legal title of Surety)
I
as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St.,
I Room 605, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner)
I
I
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Eight Hundred
Forty Thousand Eight Hundred Forty Two and 78/100 - - - - - - - - - - - - - - - - - - - - - - - Dollars ($ 840,842.78 ).
I
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS,
I
Principal has by written agreement dated
, entered into a contract
I
with Owner for 8th Street Emergency Sewer Replacment
(Here insert full name, address and description of project)
I
I
in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal title of Architect)
I
I
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
I S-1220/GEEF 10/99
Page 1 of 2
I
LABOR AND MATERIAL PAYMENT BOND
586 62076
I NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter
defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall
I remain in full force and effect, subject, however, to the following conditions:
1. A claimant is defined as one having a direct contract with the
Principal or with a Subcontractor of the Principal for labor, material, or
I both, used or reasonably required for use in the performance of the
Contract, labor and material being construed to include that part of water,
gas, power, light, heat, oil, gasoline, telephone service or rental of
I equipment directly applicable to the Contract.
2. The above named Principal and Surety hereby jointly and
I 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
I on this bond for the use of such claimant, prosecute the SU.it to final
judgment 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
I costs or expenses of any such suit.
3. No suit or action shall be commenced hereunder by any claimant:
I a) Unless claimant, other than one having a direct contract with the
Principal, shall have given written notice to any two of the following: the
I Principal, 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
I whom the materials
I Signed and sealed this
28 -eL
day of
I
~-s- ~~
(Witness)
I
I
I
77(~Cf ~J if"; )
(Witness)
I
I
I S-1220/GEEF 10/99
Page 2 of 2
were furnished, or for whom the work or labor was done or performed.
Such notice shall be served by mailing the same by registered mail or
certified mail, postage prepaid, in an envelope addressed to the Principal,
Owner or Surety, at any place where an office is regularly maintained for
the transaction of business, or served in any manner in which legal process
may be served in the state in which the aforesaid project is located, save
that such service need not be made by a public officer.
b) After the expiration of one (1) year following the date on which Principal
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 amended so as to
be equal to the minimum period of limitation permitted by such law.
c) Other than in a state court of competent jurisdiction in and for the county
or other political subdivision of the state in which the Project, or any part
thereof, is situated, or in the United States District Court for the district in
which the Project, or any part thereof, is situated, and not elsewhere.
4. The amount of this bond shall be reduced by and to the extent of
any payment or payments made in good faith hereunder, inclusive of the
payment by Surety of mechanics' liens which may be filed of record against
said improvement, whether or not claim for the amount of such lien be
presented under and against this bond.
J<...._.ly
/
, ?&>C> 7"
Blair Construction, Inc., PO Box 770, Evans,
Georgia 30809
(Seal)
(Principal)
tA~M~~ 4.~
'P~f t'~..,-.,L-
(Title)
Western Surety Company, CNA Plaza, Chicago,
Illinois 60685
(Seal)
(Surety)
13 A.~c-k / o~-^/
Buck Leigh, Attorney -Fact
(Title)
I
Western Surety Company
I
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
I
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
I
Thomas M Albus, Buck Leigh, Individually
I
I
of Columbia, SC, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts-
I
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
I
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
I
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 7th day of July, 2009.
I
WESTERN SURETY COMPANY
I
.;:?.t:if~
Paul . Bruflat, SeDlor Vice President
I
State of South Dakota
County of Minnehaha
} ss
I
On this 7th day of July, 2009. before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
I
I
November 30, 2012
+~~~~~~~~~~~~~~~~~~~~~~~~+
~ D. KRELL :
, ,
:~NOTARV PUBLIC~:
, SOUTH DAKOTA~'
, .. ,
+............................................... +
~
~~bl"
My commission expires
I
CERTIFICATE
I
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 2f!? ~ day of ""J -:..../'1' , z.,e::>o7.
/
WESTERN SURETY COMPANY
Cf
~o-rJ
L. Nelson, Assistant Secretary
I
I
Form F4280-09-06
I
ACORQM
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DDIYYYY)
I
PRODUCER (770)246-8300 FAX (770)246-8301
Sutter, McLellan & Gilbreath, Inc.
1424 North Brown Road
Suite 300
Lawrenceville, GA 30043-8107
INSURED Blair Construction, Inc.and Evans Grading
& Paving, LLC and Southern Asphalt, LLC
P. O. Box 770
Evans, GA 30809
07/24/2009
THIS CERTIFICATE IS ISSUED AS A MA ITER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
I
INSURERS AFFORDING COVERAGE
INSURER A: National Trust Insurance
INSURER B: FCCI Insu rance CO.
INSURERC: Hanover Insurance CO.
INSURER 0:
INSURER E:
NAIC#
I
COVERAGES
I
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ~g~~ TYPE OF INSURANCE POLICY NUMBER 6~-M~~~:;;g~\ ~~~~(M~b~~ LIMITS
LTR
~NERAL LIABILITY CPPOO04476 02/14/2009 02/14/2010 EACH OCCURRENCE $ 1,000,OOC
X COMMERCIAL GENERAL LIABILITY ~~~~~ls (Ea occurrence' $ 100,OOC
- =:J CLAIMS MADE CKJ OCCUR 5,OOC
MED EXP (Anyone person) $
- 1,000,OOC
A PERSONAL & ADV INJURY $
X Explosion excluded GENERAL AGGREGATE $ 2,000,00C
--'-=- 2,000,00C
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COM PlOP AGG $
h POLICY m j~8T n LOC
~TOMOBILE LIABILITY CA 0005458 02/14/2009 02/14/2010 COMBINED SINGLE LIMIT
$
X ANY AUTO (Ea accident) 1,000,00C
>--
ALL OWNED AUTOS BODILY INJURY
>-- $
SCHEDULED AUTOS (Per person)
A >--
~ HIRED AUTOS BODILY INJURY
$
~ NON-OWNED AUTOS (Per accident)
>-- PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
q ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
tKJESS I UMBRELLA LIABILITY UMBOO02841 02/14/2009 02/14/2010 EACH OCCURRENCE $ 5 , 000 , OOC
X OCCUR D CLAIMS MADE AGGREGATE $ 5,000,00C
B $
~ DEDUCTIBLE $
X RETENTION $ 10,OOC $
WORKERS COMPENSA TlaN 010-WC08A-54981 02/14/2009 02/14/2010 X I TORY LIMITS I I()J H-
AND EMPLOYERS' LIABILITY ER
YfN OFFICERS INCLUDED 1,000,000
A ANY PROPRIETOR/PARTNER/EXECUTIVtJ E.L. EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? E. L. DISEASE - EA EMPLOYEE $ 1,000,00C
(Mandatory in NH)
~~~~I~tS~~bc5v~1gNS below E.L DISEASE - POLICY LIMIT $ 1,000! OOC
OTHER IHA4999540 02/14/2009 02/14/2010 $310,OOQ anyone item
Leased & Rented
C quipment $500,000 policy limit
~ESCRIPTION OF OPERATIONS f LOCATIONS f VEHICLES f EXCLUSIONS ADDED BY ENDORSEMENT f SPECIAL PROVISIONS
roj: 6th street Emergency Sewer Replacement - Contract Amount $840,842.78
CERTIFICA TE HOLDER
CANCELLATION
I
I
I
I
I
I
I
I
I
I
I
I
Augusta GA Commission
Room 605, Municipal Building
August, GA 30911
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL .l.L DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
~~C~
I
ACORD 25 (2009/01)
Mark Ja nes CSP/LINDAM
@1988-2009 ACORD CORPORATION.
The ACORD name and logo are r~gistered marks of ACORD
All rights reserved.
I
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2009/01)
I
I
I
I
CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned, the duly authorized and acting
legal representative of
I
do hereby certify as follows:
I
1 have examined the attached Contract and Performance and Payment Bonds and the manner of
execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed
I
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
I
parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations
upon the parties executing the same in accordance with terms, conditions and provisions thereof.
I
I
Date:
I
I
OWNER's Attorney
I
I
I
I
CA-1
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
.1
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
I
I
I
I
I
I
I
I Section
Article 1
I Article 2
Article 3
Article 4
I Article 5
Article 6
I Article 7
Article 8
Article 9
I Article 10
Article 11
Article 12
I Article 13
Article 14
I Article 15
Article 16
Article 17
I
I
I
I
Augusta-Richmond County
Renewal and Extension Project
Project No. 80900035
6th Street Sanitary Sewer Repair
For Augusta Utilities Department
Augusta, GA
WK Dickson #70522.00.AG
General Conditions
Table of Contents
Description
Definitions
Preliminary Matters
Contract, Documents, Intent, Amending, Reuse
Availability of Land, Physical Conditions, Reference
Points
Bonds and Insurance
Contractor's Responsibilities
Other Work
Owner's Responsibilities
Professional's Status During Construction
Changes in the Work
Change of Contract Price
Change of Contract Time
Warranty and Guarantee: Tests and Inspections
Corrections, Removal or Acceptance of Defective Work
Payment to Contractor and Completion
Suspension of Work and Termination
Dispute Resolution
Miscellaneous
Page Number
GC-1 to GC-3
GC-4 to GC-5
GC-6 to GC-7
GC-8 to GC-10
GC-11 to GC-15
GC-16 to GC-23
GC-24
GC-25
GC-26 to GC-28
GC-29
GC-30 to GC-34
GC-35
GC-36 to GC-39
GC-40 to GC-45
GC-46 to GC-48
GC-49
GC-50 to GC-52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection,
reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to
PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been
assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10).
Drawings-The drawings which show the character and scope of the Work to be performed and which have
been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents.
Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no
such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia.
Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which
does not involve a change in the Contract Price or the Contract Time.
General Requirements-Sections of Division I of the Specifications.
Laws or Regulations-Laws, rules, regulations, ordinances, codes andlor orders.
Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL)
fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to
perform CONTRACTOR'S obligations under the Contract Documents.
OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission.
Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a
related purpose) before reaching Substantial Completion for all the Work.
PROFESSIONAL-The ArchitecturallEngineering firm or individual or in-house licensed person designated to
perform the design andlor resident engineer services for the Work.
PROGRAM MANAGER - The professional firm or individual designated as the representative or the OWNER
who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is
part of an OWNER designated program.
Project-The total construction of which the Work to be provided under the Contract Documents may be the
whole, or a part, as indicated elsewhere in the Contract Documents.
Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be
constructed in whole or in part under this Contract.
Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his
successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having
in charge the work embraced in this Contract.
Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM
MANAGER who is assigned to the site or any part thereof.
GC-2
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
Revision Date
August 2001
ARTICLE 2-PRELlMINARY MATTERS
Delivery of Bonds:
2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these
Contract Documents.
CopksofDocumen~:
2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1)
complete set of the Contract Documents for execution of the work. Additional sets of the project manual and
drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY
upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges
for printing and reproduction.
Commencement of Contract Time, Notice to Proceed:
2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed
may be given at any time after the Effective Date of the Contract.
Starting the Project:
2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall
be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR
prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR.
Before Starting Construction:
2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error,
ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or
clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall
be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract
Documents, if CONTRACTOR knew or reasonably should have known thereof.
2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the
General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review:
2.6.1. an estimated progress schedule indicating the starting and completion dates of the various
stages of the Work:
2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and
2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of
items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to
serve as the basis for progress payments during construction. Such prices will include an appropriate amount
of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at
the time of submission.
GC-4
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 3-CONTRACT DOCUMENTS; INTENT,
AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as
if called for by all. The Contract Documents will be construed in accordance with the law of the State of
Georgia.
3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part
thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that
may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being
required to produce the intended result will be supplied whether or not specifically called for. When words or
phrases which have a well-known technical or construction industry or trade meaning are used to describe
Work, materials or equipment, such words shall be interpreted in accordance with that meaning.
3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the
Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between
the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code
or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the
provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an
interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation).
Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided
in paragraph 9.4.
3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or
association, or to the Laws or Regulations of any governmental authority, whether such reference be specific
or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect
at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may
be otherwise specifically stated in the Contract Documents.
3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or
discrepancy within the Contract Documents or between the Contract Documents and any provision of any
such Law or Regulation applicable to the performance of the Work or of any such standard, specification,
manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to
PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a
written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to
OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract
Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof.
Amending and Supplementing Contract Documents:
3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the
Work or to modify the terms and conditions thereof in one or more of the following ways:
3.6.1. a formal Written Amendment,
3.6.2. a Change Order (pursuant to paragraph 10.3), or
GC-6
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 4-AVAILABILlTY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
A vailability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is
to be performed, rights-of-way and easements for access thereto, and such other lands which are designated
for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be
borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or
extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's
furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto
that may be required for temporary construction facilities or storage of materials and equipment.
Physical Conditions:
4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification
of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been
utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have
been utilized in preparing the Contract Documents.
4.2.2. CONTRACTOR may rely upon the general accuracy ofthe "technical data" contained in such
reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such
reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER,
PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to:
4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but
not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to
be employed by CONTRACTOR and safety precautions and programs incident thereto, or
4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any
such data, interpretations, opinions or information.
4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or
otherwise concealed physical conditions which differ materially from those indicated in the Contract
Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those
ordinarily found to exist and generally recognized as inherent in construction activities of the character
provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly
before conditions are disturbed and in no event later than 48 hours after first observance of the conditions.
4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they
differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for,
performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable
adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine
that the conditions at the Site are not materially different from those indicated in the Contract Documents or
are not materially different from those ordinarily found and that no change in the terms of the Contract is
justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be
GC-8
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
Revision Date
August 2001
I
I
I
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or
Specifications or identified in the Contract Documents to be within the scope of the Work and which may
present a substantial danger to persons or property exposed thereto in connection with the Work at the site.
OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor,
Suppliers or anyone else for whom CONTRACTOR is responsible.
4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition
and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and
PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with
PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous
condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection
with such hazardous condition or in any such affected area until after OWNER has obtained any required
permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition
and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special
conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as
to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a
result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be
resumed, either party may make a claim therefor as provided in Articles 11 and 12.
4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such
Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous
conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree
as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a
result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles
11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others
in accordance with Article 7.
4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum,
Hazardous Waste or Radioactive Material uncovered or revealed at the site.
GC-10
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other
than CONTRACTOR's employees;
5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any
person as a result of an offense directly or indirectly related to the employment of such person by
CONTRACTOR, or (b) by any other person for any other reason;
5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible
property wherever located, including loss of use resulting therefrom;
5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or
death of any person or for damage to property; and
5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising
out of the OWNERSHIP, maintenance or use of any motor vehicle.
The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less
than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law,
whichever is greater. The comprehensive general liability insurance shall include completed operations
insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or
other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be
canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to
OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in
effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or
replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain
such completed operations insurance for at least two years after final payment and furnish OWNER with
evidence of continuation of such insurance at final payment and one year thereafter.
Contractual Liability Insurance:
5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual
liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33.
OWNER's Liability Insurance:
5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance,
and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will
protect OWNER against claims which may arise from operations under the Contract Documents.
Property Insurance:
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and
maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such
deductible amounts as may be provided in the Supplementary Conditions or required by Laws and
Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors,
PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall
be listed as insureds or additional insured parties, shall insure against the perils offire and extended coverage
and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious
mischief, collapse and water damage, and such other perils as may be provided in the Supplementary
GC-12
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Receipt and Application of Proceeds:
5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be
adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may
appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall
deposit in a separate account any money so received and shall distribute it in accordance with such
agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work
shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost
thereof covered by an appropriate Change Order or Written Amendment.
Receipt and Application of Insurance Proceeds
5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one
of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's
exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers
in accordance with such agreement as the parties in interest may reach. If required in writing by any party in
interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper
performance of such duties.
Acceptance of Insurance:
5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance
required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on
the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing
thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph
2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of
insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on
the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing
thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with
paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in
respect of insurance provided by each as the other may reasonably request. Failure by OWNER or
CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of
such insurance purchased by the other as complying with the Contract Documents.
Partial Utilization-Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to
Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with
paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the
property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces-
sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or
policies, but the property insurance shall not be canceled or lapse on account of any such partial use or
occupancy.
GC-14
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
Revision Date
August 2001
ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES
6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such
attention thereto and applying such skills and expertise as may be necessary to perform the Work in
accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods,
techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the
negligence of others in the design or specification of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in and expressly required by the Contract Documents.
CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract
Documents.
6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident
superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except
under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and
shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as
binding as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and layout the
Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times
maintain good discipline and order at the site. Except in connection with the safety or protection of persons or
the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract
Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not
permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's
written consent given after prior written notice to PROFESSIONAL.
6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and
assume full responsibility for all materials, equipment, labor, transportation, construction equipment and
machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities
and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing,
initial operation, and completion of the Work as required by the Contract Documents.
6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in
the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with
the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no
provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's
consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of
the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or
9.15.
Adjusting Progress Schedule:
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in
paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these
will conform generally to the progress schedule then in effect and additionally will comply with any provisions
of the General Requirements applicable thereto.
GC-16
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or
other persons or organizations including those who are to furnish the principal items of materials and
equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by
OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the
Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make
written objection thereto by the date indicated for acceptance or objection in the bidding documents or the
Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be
revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall
submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost
occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment
signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person
or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work.
6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and
omissions of the Subcontractors, Suppliers and other persons and organizations performing orfurnishing any
of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual
relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or
organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to payor to see to
the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as
may otherwise be required by Laws and Regulations.
6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not
control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the
applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL
and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a
just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued
pursuant to paragraphs 5.6 and 5.7.
Patent Fees and Royalties:
6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use
in the performance of the Work or the incorporation in the Work of any invention, design, process, product or
device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and
hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them
from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration
costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of
the Work or resulting from the incorporation in the Work of any invention, design, process, product or device
not specified in the Contract Documents, and shall defend all such claims in connection with any alleged
infringement of such rights.
GC-18
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
Revision Date
August 2001
6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner
that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to
stresses or pressures that will endanger them.
Record Documents:
6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents
and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all
changes made during the construction process. These shall be available to PROFESSIONAL and the Project
Manager and shall be submitted with the Application for Final Payment.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored
equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored
equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage, injury or loss to:
6.20.1. all employees on the Work and other persons and organizations who may be affected thereby;
6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or
off the site; and
6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction
for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and
maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of
adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect
them, and shall cooperate with them in the protection, removal, relocation and replacement of their property.
All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or
indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or
PROFESSIONAL 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 CON-
TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall
continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER
and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise
expressly provided in connection with Substantial Completion).
6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the
prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise
designated in writing by CONTRACTOR to the Project Manager.
GC-20
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written
notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract
Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to
PROFESSIONAL for review and approval of each such variation.
6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and
samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of
the Project and for compliance with the information given in the Contract Documents and shall not extend to
means, methods, techniques, sequences or procedures of construction (except where a specific means,
method, technique, sequence or procedure of construction is indicated in or required by the Contract
Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item
as such will not indicate approval of the assembly in which the item functions.
6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from
responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has,
in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the
OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not
relieve CONTRACTOR from responsibility for errors or omissions in the submittals.
6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of
shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work
performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole
expense and responsibility of CONTRACTOR. .
Continuing the Work:
6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes
or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise
agree in writing.
Cleaning Up:
6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and
other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the
work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools,
construction equipment and machinery, and surplus materials and will leave the Site clean and ready for
occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition
to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain
the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original
condition those portions of the site not designated for alteration by the Contract Documents.
GC-22
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
Revision Date
August 2001
ARTICLE 7---0THER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have
other work performed by aided OWNERs or let other direct contracts therefor which shall contain General
Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract
Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if
CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires
additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a
direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper
and safe access to the site and a reasonable opportunity for the introduction and storage of materials and
equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs.
CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several
parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work
of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the
written consent of PROFESSIONAL and the others whose work will be affected. The duties and
responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other
contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct
contracts between OWNER and such utility OWNERs and other contractors.
7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of
any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to
PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or
unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an
acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or
nonapparent defects and deficiencies in the other work.
Coordination:
7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the
person or organization who will have authority and responsibility for coordination of the activities among the
various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be
covered by such authority and responsibility will be itemized, and the extent of such authority and
responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the
Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in
respect of such coordination.
GC-24
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
Revision Date
August 2001
ARTICLE 9---PROFESSIONAL'S STATUS DURING
CONSTRUCTION
OWNER's Representative:
9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and
responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during
construction are set forth in the Contract Documents and shall not be extended without written consent of
OWNER and PROFESSIONAL.
Visits to Site:
9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of
construction to observe the premises and quality of the executed Work and to determine, in general, if the
Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to
make exhaustive or continuous on-site inspections to check the quality or quantity of the Work.
PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that
the completed Work will conform to the Contract Documents. On the basis of such visits and on-site
observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER
informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in
the Work.
Project Representation:
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project
Representative to assist PROFESSIONAL in observing the performance of the Work. The duties,
responsibilities and limitations of authority of any such Resident Project Representative and assistants will be
as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at
the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of
authority of such other person will be as provided in the Supplementary Conditions.
Clarifications and Interpretations:
9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract
Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably
requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of
the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to
an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in
Articles 11 or 12.
Authorized Variations in Work:
9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are
consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If
CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the
Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may
make a claim therefor as provided in Article 11 or 12.
GC-26
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL
will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation
or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant
to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have
been waived by the making or acceptance offinal payment as provided in paragraph 14.16)will be a condition
precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise
have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other
matter.
Limitations on PROFESSIONAL's Responsibilities:
9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract
Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or
responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees.
9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques,
sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be
responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents.
9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any
Subcontractors, any agents or employees, or any other persons performing any of the Work.
GC-28
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 11-CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total compensation (subject to written authorized
adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations
assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the
Contract Price.
11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any
claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party
making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days)
after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of
the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless
PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim)
and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts
(direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event.
All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for
an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2.
11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the
Contract Price will be determined by the following procedures:
11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and
acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are
approximations prepared by OWNER for bid purposes and that the actual compensation payable to
CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual
quantities of items involved as measured in the field and required to complete the Work as originally defined in
the Contract Documents.
11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as
defined in these Contract Documents, is required and affects the quantities required for items designed in the
Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to
CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the
application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item
required to complete the Work as defined in the Contract Documents.
11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and
CONTRACTOR may establish unit prices as agreed on by Change Order.
11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work
is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount
of increase or decrease in the lump sum price shall be established by mutual agreement of the parties.
11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on
a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance
with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable
price, in accordance with 11.4 through 11 .6. CONTRACTOR shall perform the Work as directed in the
Change Order.
GC-30
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
Revision Date
August 2001
I
I
I
machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers,
which are consumed in the performance of the Work, and cost less market value of such items used but not
consumed which remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented
from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of
PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal
thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery
or parts shall cease when the use thereof is no longer necessary for the Work.
I
I
I
I
I
11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is
liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or
anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty
payments and fees for permits and licenses.
11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise,
to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of
the Work (except losses and damages within the deductible amounts of property insurance established by
OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the
negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or
for whose acts any of them may be liable. Such losses shall include settlements made with the written consent
and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work
for the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires
reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a
fee proportionate to that stated in paragraph 11.6.2.
I
I
I
I
I
I
I
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site.
11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the
site, expressage and similar petty cash items in connection with the Work.
11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the
Work and premiums of property insurance coverage within the limits of the deductible amounts established by
OWNER in accordance with paragraph 5.6.
11.5. The term Cost of the Work shall not include any of the following:
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of
partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors,
accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel
employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general
administration of the Work and not specifically included in the agreed upon schedule of job classifications
referred to in paragraph 11 .4.1 or specifically covered by paragraph 11 .4.4-all of which are to be considered
administrative costs covered by CONTRACTOR's Fee.
I
I
GC-32
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
Revision Date
August 2001
I
I
I
I
I
I
11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with
supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the
amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net
decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project
Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved
in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether
an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by
discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate
for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized,
plus the overhead and profit markup.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so
named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or
Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL
CONTRACTOR agrees that:
I
I
11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of
materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs,
overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price
and not in the allowances. No demand for additional payment on account of any thereof will be valid.
I
I
I
I
I
I
I
I
Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to
reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price
shall be correspondingly adjusted.
Unit Price Work:
11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified item of Unit Price Work times the estimated quantity of
each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not
guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price.
Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will
be made by PROFESSIONAL in accordance with Paragraph 9.10.
11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be
adequate to cover CONTRACTOR's overhead and profit for each separately identified item.
11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs
materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no
corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that
CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an
increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount
of any such increase.
GC-34
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
Warranty and Guarantee:
13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be
new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner,
free from faults or defects, and in accordance with the requirements of the Contract Documents and any
inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work
not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all
applicable building, construction and safety requirements shall be considered defective. Notice of all defects
shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be
rejected, corrected, or accepted as provided in this Article.
Access to Work:
13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated
representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be
given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of
the Work and also for any inspection or testing by others.
Tests and Inspections:
13.3. 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
CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore.
13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or
approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All
other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for
inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours
per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled
away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection,
testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society
for Testing and Materials or such other applicable organizations as may be required by law or the Contract
Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of
PROFESSIONAL and at CONTRACTOR's expense.
13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any
public body having jurisdiction shall be performed by organizations acceptable to OWNER and
CONTRACTOR (or by PROFESSIONAL if so specified).
13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered
without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for
observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given
PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not
acted with reasonable promptness in response to such notice.
GC-36
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
Revision Date
August 2001
One Year Correction Period:
13.12. If, after approval of final payment and prior to the expiration of one year after the date of
substantial completion or such longer period of time as may be prescribed by law or by the terms of any
applicable special guarantee required by the Contract Documents, any Work or materials are found to be
defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall
promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such
defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non-defective
Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the
defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal
and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other
professionals) will be paid by CONTRACTOR
Acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and,
prior to PROFESSIONAL's recommendation offinal payment, PROFESSIONAL) prefers to accept it, OWNER
may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's
evaluation of and determination to accept such defective Work (such costs to be approved by
PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers,
architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's
recommendation offinal payment, a Change Order will be issued incorporating the necessary revisions in the
Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim
therefor as provided in Article 11 . If the acceptance occurs after such recommendation, an appropriate amount
will be paid by CONTRACTOR to OWNER
OWNER May Correct Defective Work:
13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to
proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in
accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the
Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents,
OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In
exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent
necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part
of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto,
take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and
incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's
representatives, agents and employees such access to the site as may be necessary to enable OWNER to
exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER
in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to
reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary
revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate
decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may
make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but
not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs
and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or
GC-38
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION
Schedule of Values:
14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress
payments and will be incorporated into a form of application for Payment acceptable to Project Manager.
Progress payments on account of Unit Price Work will be based on the number of units completed.
Application for Progress Payment:
14.2. At least twenty (20) calendar days before the date established for each progress payment (but
not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application
for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the
application and accompanied by such supporting documentation as is required by the Contract Documents. If
payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and
suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be
accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the
materials and equipment free and clear of all liens and evidence that the materials and equipment are covered
by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which
will be satisfactory to OWNER Payment is subject to a ten percent (10%) retainage that will be held until the
final payment or acceptance by OWNER The amount of retainage with respect to progress payments will be
as stipulated in the Agreement.
CONTRACTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered
by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than
the time of payment free and clear of all Liens.
Review of Applications for Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for
Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or
return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit
the application. OWNER shall, within thirty-one calendar days of presentation to him of the application for
payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount
recommended.
14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment
will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site
observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on
PROFESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the
Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and
belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the
Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests
called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price
GC-40
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes
that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the
tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after
consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete,
PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a
definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or
corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after
consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial
Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to
division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to
security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing
the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be
binding on OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct
items on the tentative list.
Partial Utilization:
14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i)
has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and
CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by
OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the
remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the
following:
14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any
such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If
CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the
Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion
for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that
CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and
request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a
reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an
inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider
that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR,
in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially
complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial
Completion of that part of the Work and the division of responsibility in respect thereof and access thereto.
14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over
operation of any such part of the Work although it is not substantially complete. A copy of such request will be
sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and
PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and
PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final
payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the
GC-42
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER
and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider,
Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of
them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of
nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors,
indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or
supplier or material men or laborer services in connection with this project.
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any
damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the
work required by these contract documents.
Final Payment and Acceptance:
14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final
inspection and PROFESSIONAL's review of the final Application for Payment and accompanying
documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been
completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled,
PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in
writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment.
At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work
is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to
CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to
OWNER of the application and accompanying documentation, in appropriate form and substance and with
PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by
PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR.
14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and
if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment
and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the
balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by
OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if
bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the
balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to
PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and
conditions governing final payment, except that it shall not constitute a waiver of claims.
CONTRACTOR's Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the
Contract Documents shall be absolute. Neither recommendation of any progress or final
payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor
any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or
occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER
nor any failure to do so, nor any review and approval of a Shop Drawing or sample
submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to
paragraph 14.13, nor any correction of defective Work by OWNER will constitute an
acceptance of Work not in accordance with the Contract Documents or a release of
GC-44
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
Revision Date
August 2001
ARTICLE 15--SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work:
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a
period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix
the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed.
CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or
both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided
in Articles 11 and 12.
Termination For Cause:
15.2. Upon the occurrence of anyone or more of the following events:
15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code
(Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or
similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating
to the bankruptcy or insolvency;
15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now
or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief
against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or
insolvency;
15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law
or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the
purpose of enforcing a Lien against such property or for the purpose of general administration of such property
for the benefit of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due;
15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time);
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction;
15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract
Documents,
GC-46
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
Revision Date
August 2001
CONTRACTOR May Stop Work or Terminate:
15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than
ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails
to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days
to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working
days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not
remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER
payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to
any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days
after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay
CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to
OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due
CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude
CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time
or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by
this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under
paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during
disputes and disagreements with OWNER.
GC-48
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
Revision Date
August 2001
ARTICLE 17 -MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to
an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail,
postage prepaid, to the last business address known to the giver of the notice.
I
I
I
I
I
I
I
I
I
I
I
I
Computation of Time:
17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed
to exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be
omitted from the computation.
17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall
constitute a day.
General:
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of
any error, omission or act of the other party or of any of the other party's employees or agents or others for
whose acts the other party is legally liable, claim should be made in writing to the other party within a
reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall
not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or
repose.
17.4. The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees
and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all
of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are
not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which
are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to
which they apply. All representations, warranties and guarantees made in the Contract Documents will survive
final payment and termination or completion of the Agreement.
17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this
Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of
five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to
audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the
period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be
conducted only during normal business hours. OWNER, during this period of time, shall also have the right to
obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the
aforesaid records and supporting documentation.
I
I
GC-50
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia
Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if
appropriate.
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the
CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities
Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be
the responsibility of the CONTRACTOR.
17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by
the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR.
PROGRAM MANAGER:
17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta,
GA 30901.
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 the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM
MANAGER's own personnel.
The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to
OWNER a greater degree of confidence that the completed construction work will conform generally to the
construction documents and that the integrity of the design concept as reflected in the construction documents
has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither
guarantees the performance of the construction contractor(s) nor assumes responsibility for construction
contractor's failure to perform work in accordance with the construction documents.
For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into
the construction work, and construction contractors include manufacturers of materials incorporated into the
construction work
GC-52
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SUPPLEMENTAL GENERAL CONDITIONS
I. PROJECT LOCATION
The 6th Street Sanity Sewer Repair is located in Augusta, Richmond County,
Georgia. The project will begin at the intersection of Walton Way and will travel
along the right-of-way of 6th Street in a northerly direction. The project will end by
tying to an existing sewer main on the south right-of-way of Telfair Street.
II. SCOPE OF WORK
1. Abandon and grout 1,470 linear feet (LF) of 36" brick arch pipe and install
approximately 1,201 linear feet of 16" ductile iron pipe (01 P), approximately 38
linear feet of 12" ductile iron pi~e (DIP), and approximately 94 linear feet of 8"
ductile iron pipe (DIP) along 6t Street. Located twelve feet (12') east of the
existing railroad tracks running down 6th Street, the sewer repair project starts at
the intersection of Walton Way and ends on the south right-of-way of Telfair
Street.
2. Connections to existing sewer mains and existing services
3. Jack and Bore under 6th Street and railroad
4. Sanitary Sewer Manholes
5. Pavement Repair
Time allotted for this work is
consecutive calendar days.
II: DRAWING LIST
CS.1 COVER SHEET
C1.1 GENERAL NOTES & LEGEND
C1.2 AERIAL MAP - WALTON WAY TO GREENE ST.
C1.3 AERIAL MAP - GREENE ST. TO RIVER
C1.4 DEMOLITION PLAN WALTON WAY TO WATKINS ST.
C1.5 DEMOLITION PLAN WATKINS ST. TO TELFAIR ST.
C2.1 PLAN & PROFILE - WALTON WAY TO FENWICK ST.
C2.2 PLAN & PROFILE - FENWICK ST. TO WATKINS ST.
C2.3 PLAN & PROFILE - WATKINS ST. WALKER ST
C2.4 PLAN & PROFILE - WALKER ST. TO TELFAIR ST.
C4.1 UTILITY DETAILS
SG-1
70522.00.AG
6th Street Sanitary Sewer Repair
March 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section
01090
01150
01151
01400
02110
02210
02222
02270
02271
02274
02275
02277
02513
02527
02575
02580
02601
02665
02721
02730
02933
Augusta-Richmond County
Renewal and Extension Project
6th Street Sanitary Sewer Repair
Project # 80900035
For Augusta Utilities Department
Augusta, Georgia
WKD # 70522.00.AG
Technical Specifications
TABLE OF CONTENTS
Description Paqe Number
Reference Standards .................................... ......................... 01090-1
Payment.................................................................................. 01150-1
Method of Measurement.......................................................... 01151-1 to 01151-5
Quality Control......................................................................... 01400-1 to 01400-2
Clearing Excavation & Grading................................................ 02110-1 to 02110-2
Unclassified Excavation & Grading.......................................... 02210-1 to 02210-6
Excavating, Backfilling & Compacting for Utilities.................... 02222-1 to 02222-7
Erosion & Sediment Control.................................................... 02270-1 to 02270-2
Engineering Fabric .................................................................. 02271-1 to 02271-3
Plain Rip Rap..... ............ ...... .... ............ ..... ........... ................. ... 02274-1
Stone for Erosion Control........................................................ 02275-1
Temporary Silt Fence.............................................................. 02277-1 to 02277-2
Portland Cement Concrete Pavement..................................... 02513-1 to 02513-8
Concrete Curb & Gutter........................................................... 02527-1 to 02527-2
Paving Repair & Resurfacing................................................... 02575-1 to 02575-3
Paving Marking ........................................................................ 02580-1 to 02580-3
Manholes, Drop Connections & Conflict Manholes.................. 02601-1 to 02601-3
Water Lines, Valves, and Appurtenances................................ 02665-1 to 02665-10
Drainage Structures & Inlets.................................................... 02721-1 to 02721-3
Force Mains & Gravity Sewers ................................................ 02730-1 to 02730-10
Seeding & Mulching................................................................. 02993-1 to 02993-5
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01150
PAYMENT
1. GENERAL
1 .1 Scope
This section covers methods of payment for items of Work under this contract.
1.2. Related Work
The general provisions of the Contract, including the General Conditions and Division 1
Specifications sections apply to work of this section.
1 .3. General
The total Bid Price for each part of the Project shall cover all Work required by the Contract
Documents. All costs in connection with the proper and successful completion of the Work,
including furnishing all materials, equipment, supplies, and appurtenances; providing all
construction plant, equipment and tools, and performing all necessary labor and supervision to
fully complete the Work shall be included in the unit and lump sum prices bid. All work not
specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of
the CONTRACTOR and all costs in connection therewith shall be included in the prices bid.
1.4. Estimated Quantities
All estimated quantities stipulated in the Bid Form or other Contract documents are approximate
and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the
purpose of comparing the bids submitted for the work. The actual amounts of work done and
materials furnished under unit prices may differ from the estimated quantities. The basis of
payment for work and materials will be the actual amount of work done and materials furnished.
CONTRACTOR agrees that he will make no claim for damages, anticipated profits or otherwise
on account of any difference between the amounts of work actually performed and materials
actually furnished and the estimated amounts therefor. Payment will be made or lump sum prices
adjusted according to unit prices bid and as described in other section of these Specifications.
END OF SECTION
011 50-1
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
If initial tests performed by OWNER fail to meet the requirements of the specifications,
CONTRACTOR shall reimburse OWNER for all costs associated with retesting.
CONTRACTOR shall reimburse OWNER for all testing services which are not properly
scheduled.
1.3 Transmittal of Test Reports
Written reports of tests and engineering data furnished by CONTRACTOR for OWNER's review
of materials and equipment proposed to be used in the Work shall be submitted as specified for
Shop Drawings.
END OF SECTION
01400-2
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
ITEMS S-20A through S-20F and S-23_ - Pre-cast manholes shall be measured individually
(each) and shall include costs for manholes, excavation, dewatering, asphalt cutting, collars and
boots, grouting and/or other connections, installation, normal backfill, and vacuum testing as
specified. Manhole vacuum testing shall include all costs for testing equipment, testing labor,
mobilization, demobilization, and reporting. Manholes failing testing shall be re-tested at
Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing
a method approved by the Augusta Utilities Department. No additional payment shall be made
for these items.
I
I
I
ITEMS S-21A through S-21 F, S-22A through S-22F, S-24 through S-25 - Additional sanitary
manhole depth line items shall be measured by vertical foot and shall include costs for
excavation, dewatering, and backfill as specified by type and class. No additional payment shall
be made for these items.
I
ITEMS S-26A through S-26F - Sanitary sewer exterior manhole joint wrapping shall be measured
individually and shall include the costs for wrapping material and installation. No additional
payment shall be made for these items.
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEMS S-27 A through S-27F - Sanitary sewer interior protective coating shall be measured by
the vertical foot of manhole and shall include the costs for coating material and installation. No
additional payment shall be made for these items.
ITEM S-28 - Outside drop piping shall be measured individually (each) and shall include the
costs for all items associated with the drop manhole detail, exclusive of the manhole or manhole
extensions. No additional payment shall be made for these items.
ITEM S-29 - Dog house/connector manholes shall be measured individually (each) and shall
include the costs for excavation, dewatering, asphalt cutting, pipe cutting, collars and boots,
grouting and / or other connections, installation, and normal backfill. The costs for the base
section, first riser, cone section, and ring and cover shall be included within this line item.
Additional depth manhole sections shall be included within the appropriate manhole line item. No
additional payment shall be made for these items.
ITEM S-30 - Sanitary sewer connections shall be measured individually (each) and shall include
costs for 6-inch PVC piping, precast concrete valve ring with rebar, PVC twist-off plug, mainline
tee, fitting, c1eanout, excavation, dewatering, asphalt/concrete cutting (including service
markings), installation, normal backfill, aggregate base and asphalt pavement repair, and
property restoration. No additional payment shall be made for these items.
ITEM S-31 - Cut and plug sewers shall be measured individually (each) and shall include costs
for cutting of existing pipelines, plugging of existing pipelines, excavation, dewatering,
asphalt/concrete cutting, and normal backfill. No additional payment shall be made for these
items.
ITEM S-32 - Cut and plug manholes shall be measured individually (each) and shall include costs
for cutting of existing manholes, plugging of existing manholes, excavation, dewatering,
asphalt/concrete cutting, and normal backfill. No additional payment shall be made for these
items.
ITEM S-33 - Sanitary sewer manhole tie-ins shall be measured individually (each) and shall
include costs for cutting/coring of existing manholes, collars, rubber boots, any required gaskets,
excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. No additional
payment shall be made for these items.
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
01151-2
I
I
ITEM P-9A - Granite curb and gutter removal and replacement shall be measured in linear feet
and shall include costs for removal and cleanup of granite, concrete for base footing, installation,
site preparation, formwork, and finishing. Payment shall include all removal and disposal costs of
materials not used. No additional payment shall be made for these items.
I
I
ITEM P-10 - Raised edge asphalt curb shall be measured in linear feet and shall include costs for
removal and disposal of existing asphalt curb, site preparation and installation. Payment shall
included all removal and disposal costs. No additional payment shall be made for these items.
I
2.3 Miscellaneous
ITEM M-1 - Flowable fill shall be measured in cubic yards and shall include costs for all materials,
labor, equipment, and excess materials. No additional payment shall be made for these items.
I
I
I
I
I
ITEM M-2 - Sheet Pile installation shall be measured in linear feet and shall include all costs
associated with the materials, installation, and removal of the sheet piling as shown on the
drawings. It shall also include the preparation of the sheet pile design calculations signed and
sealed by a Professional Engineer in the State of Georgia. No additional payment shall be made
for these items.
ITEM M-3 - Class A Concrete shall be measured in cubic yards and shall include costs for
excavation, labor, equipment, and concrete material placement. No additional payment shall be
made for these items.
ITEM M-4 - Rock excavation shall be measured in cubic yards and shall include costs for
blasting, labor, equipment, and material removal and disposal. No additional payment shall be
made for these items.
I
I
I
I
ITEM M-5 - Foundation backfill shall be measured in cubic yards and shall include costs for the
backfill and installation as well as all transportation and stockpiling charges. Quantities shall be
verified by trench volume calculation. No additional payment shall be made for these items.
ITEM M-6 - Clearing and grubbing shall be measured in acres and shall include costs for
vegetation removal, stockpiling, disposal and any required permitting. No additional payment shall
be made for these items.
ITEM M-7 - Fence removal and replacement shall be measured in linear feet and shall include all
costs associated with removal and replacement of the existing fence with new materials of like
quality as necessary for sanitary sewer installation. No additional payment shall be made for
these items.
I
I
I
I
I
01151-4
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02110
CLEARING AND GRUBBING
1. DESCRIPTION
1.1 The clearing work covered by this section consists of cutting, removing and properly disposing of
vegetation and debris. Trees specifically identified on the plans to be preserved shall be adequately
delineated and flagged by the CONTRACTOR, such that the balance of the work may be performed in a
safe and harmless manner in the vicinity of preserved trees. Such tree preservation will be considered
part of the work and shall be in conformance with applicable local codes and regulations. Clearing and
grubbing shall be performed in areas as called for on the plans, the limits of which shall coincide with the
construction limits and in general shall extend five (5) feet beyond top of cut and toe of fill, not to exceed
the limits of the Owner's property.
1.2 Related Work
Any reference to standard specifications refers to the most current published date of the following
specification unless otherwise noted.
1.2.1 Reference the following specifications for related work:
02210 Unclassified Excavation and Grading
1.2.2 Clearing and grubbing activities shall conform to Section 201 of the "Standard Specifications
Construction of Transportation Systems" 2001 edition, published by the Georgia Department of
Transportation, except that grubbing shall be performed on all cleared excavation and embankment areas
and shall include the complete removal of all stumps, roots and embedded debris.
1.2.3 The grubbing work covered by this section consists of removing and properly disposing of all
surface vegetation and debris. Where the material being removed is high in organic matter content, such
as root mat and other vegetative matter, it shall be considered vegetation and removed as part of the
work of grubbing. Where material being removed consists predominantly of soils, such removal will be
considered part of the work covered by Section 02210 of these specifications, entitled Unclassified
Excavation and Grading.
1.2.4 The work of clearing and grubbing shall also include the removal and satisfactory disposal of
crops, weeds and other annual growth, fences, steps, walls, chimneys, column footings, other footings,
foundation slabs, basements, other foundation components, signs, junked vehicles, and other rubble and
debris, and the filling of holes and depressions. This work shall also be performed in all non-wooded
areas within the construction limits, shown on the project plans upon which seeding and mulching,
sprigging or sodding is to be performed.
As a part of the work of clearing and grubbing, the CONTRACTOR will be required to cut off and plug at
the right of way or construction limits, as directed by the ENGINEER, any private water or sewer line
intercepted during the construction of the project, as well as cut off and remove from the construction
area any septic tank or portion thereof during the construction of the project.
1.2.5 Clearing and grubbing operations shall be completed sufficiently in advance of grading
operations as may be necessary to prevent any of the debris from the clearing and grubbing operations
from interfering with the excavation or embankment operations.
02110-1
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
be subject to abnormal erosion and loss, and so that it does not impede the flow of drainage runoff. The
directed locations of topsoil stockpiles will, when construction sequence permits, be located in areas that
have previously been graded to design rough grade.
3.3.4 Any excess topsoil shall be hauled off the OWNER'S property by the CONTRACTOR at his
expense.
END OF SECTION
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
02110-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.1.1. In the event a subsurface investigation report has been prepared for this project, all excavation,
filling and grading shall be performed in accordance with the recommendations of the subsurface report,
and under the direction of the project geotechnical ENGINEER.
3.1.2. Construction stakeout will be by a licensed survey firm provided by the CONTRACTOR. Exact
locations and grade points are to be staked or fixed by the surveying firm before construction.
The CONTRACTOR shall not disturb any benchmarks,' reference stakes or property line
monuments. In the event it becomes necessary to remove any benchmark, reference stake or
property line monument in the performance of the work, the CONTRACTOR shall reference such
points in preparation for replacement. If any such points are disturbed or damaged, they shall be
replaced by a Registered Land Surveyor in the state where the work is located at the expense of
the CONTRACTOR.
3.1.3. Existing utility lines (either overhead or underground), sidewalks, fencing, pavement or other
structures shown on the drawings, shown to the CONTRACTOR or mentioned in the plans and
specifications shall be kept free of damage by the CONTRACTOR'S operations. It shall be the
responsibility of the CONTRACTOR to verify the existence and location of all underground utilities
within the Project Site. The omission from or the inclusion of utility locations on the plans is not to
be considered as the non-existence of or a definite location of existing underground utilities. Any
existing construction damaged by the CONTRACTOR shall be restored to an equal condition as
that existing at the time prior to damage, at the CONTRACTOR'S expense. If any existing utility
is inadvertently damaged during construction, the CONTRACTOR shall notify the utility, the
ENGINEER and the OWNER of said damaged utility at once so that emergency repairs may be
made at the CONTRACTOR'S expense and to the satisfaction of the party having jurisdiction of
the utility.
3.2. Unclassified Excavation
3.2.1. Upon completion of the stripping operations, and after all excavation of the site has been
completed to the lines and grades shown on the drawings, the exposed subgrade in cut areas
should be proofrolled as specified herein for areas to receive fill. Any areas which deflect, rut or
pump excessively during the proofrolling or fail to "tighten up" after successive passes should be
undercut to suitable soils and replaced with compacted fill.
3.2.2. All site excavation shall be unclassified regardless of the nature of the materials encountered with
the exception of rock excavation. Only that material which in the opinion of the ENGINEER
cannot be removed with a caterpillar 0-9 or equal, equipped with a properly fitted single tooth
ripper, or removed by a caterpillar 225 backhoe or equal, equipped with rock teeth, will be
regarded as rock. The ENGINEER should be notified immediately if rock is encountered. All
excavation materials which are not required for fills shall be considered as waste and shall be
disposed of off the OWNER'S property unless directed otherwise by the OWNER in writing.
3.2.3. All site excavation of previously stockpiled or buried construction, clearing or demolition debris or
any other refuge shall be properly disposed of offsite at the CONTRACTOR'S expense. The
CONTRACTOR shall obtain all necessary Federal, State or Local permits for transporting and
disposing of such material, at his expense.
3.2.4. Rock in the bottom of roadway cuts shall be excavated to a depth of 1 foot below the roadbed
and ditches. Rock in building pad areas shall be excavated to a depth of 1 foot below finished
grade or as indicated on the grading plans.
02210-2
March 2009
6th Street Sanitary Sewer Repair
WKO#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.5.3. Embankment and fill compaction shall be accomplished by thoroughly compacting each layer with
sheep foot rollers, pneumatic rollers, and mechanical tampers in places inaccessible to rollers, or
other equipment. When material has too much moisture, grading operations shall be limited to
drying soil by spreading and turning for drying by the sun and aeration. When material is dry,
moisture shall be added by sprinkling by approved means.
3.5.4. All embankments and fills shall be compacted to the following percentages of the maximum dry
density as determined by the Standard Proctor Density Test, ASTM D-698, Method C.
3.5.5. The following table shall be used unless otherwise specified:
TABLE OF COMPACTION
Type Fill or Minimum
Embankment Zone Density %
Structure
Roadway and
Parking
All Depths
Top 12 Inches
Remainder
100
100
95
Embankment types are defined as follows:
Structure - beneath concrete slabs of buildings, floors, foundations, etc.
Roadway and Parking - beneath all roads, streets, truck operations, and automobile
parking lots
3.5.6. Where backfilling is required after the completion of drainage structures, all forms, trash, and
construction debris shall be removed from excavation before backfilling begins. Backfill shall be
placed in horizontal layers of 6 inches in loose depth. Compaction shall conform to requirements
in the above table. Heavy rollers, crawler equipment, trucks or other heavy equipment shall not
be used for compacting backfill within 5 feet of structure walls or other facilities which may be
damaged by their weight or operation. No backfilling shall begin until concrete and masonry walls
are properly cured.
3.5.7. The CONTRACTOR shall carry the top of embankments, fills, or backfills to the surrounding
grade so that upon compaction and subsequent settlement, the grade will be at proper elevation.
Should settlement occur during the guarantee period of the contract, the CONTRACTOR shall
provide sufficient fill to bring area up to finished grade and shall reseed as required.
3.6. Proofrolling Schedule
3.6.1. Proofrolling under the observation of the geotechnical ENGINEER will be performed using a
loaded dumptruck or similar pneumatic-tired vehicle with a minimum loaded weight of 25 tons as
specified herein and as follows.
3.6.2. Immediately following stripping, all areas to receive fill shall be proofrolled as specified herein.
3.6.3. Immediately following the completion of excavation to proposed grades in cut areas, proofrolling
shall be performed as specified herein.
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
02210-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.8.2. Waste
Excavated materials not suited for backfill and excavated material in excess of that needed to
complete the work shall be wasted on the project site where directed by the ENGINEER or
hauled off the OWNER'S property at the CONTRACTOR'S expense. Waste areas shall be left in
a graded and sloped condition to allow natural drainage of surrounding area.
3.9. Residual Soil Areas
If proofrolling indicates that on-site virgin soils supporting any roadway, parking, building or other
structural areas are not adequate as determined by the Soils ENGINEER, then these unsuitable areas
shall be repaired by the CONTRACTOR. The necessary repair procedure shall be determined by the
Soils ENGINEER and may include scarifying, drying and recompaction procedures or undercutting and
replacement procedures.
3.10. Final Gradinq
3.10.1. On completion of all grading, all graded areas (except building pads and pavement areas in rough
grading contracts and all cut slopes steeper than 4:1 slope) shall be provided with 4 inches of
topsoil and brought to the finished grades shown on the drawings. Areas disturbed by operations
of the CONTRACTOR shall be properly returned to their original condition with a topsoil covering
of 4 inches.
3.10.2. After the entire graded area has been brought to the finished grades shown on drawings, all
areas shall be left smooth and free from erosion, ridges, ditches and evidence of ponding. Final
grades shall be free from all roots, debris, rock and soil lumps and left in readiness for seeding.
3.10.3. Prior to acceptance of the entire project, the CONTRACTOR shall correct all embankments and
graded areas of all damages due to washes, settlement, erosion, equipment ruts or any other
cause at his expense.
3.10.4. Prior to final acceptance, the CONTRACTOR shall provide certification as specified in paragraph
3.7.6 that all grades are + .1 foot of the finished grades shown on project drawings.
3.10.5. The CONTRACTOR shall stabilize all disturbed areas, unless otherwise directed, by seeding and
mulching per section 02933 of these specifications or other means of stabilization called for by
the contract drawings.
3.11. Clean-Up
Upon completion or termination of the work, and before final payment is made, the CONTRACTOR shall
remove from site all equipment, waste materials and rubbish resulting from his operations. In the event of
his failure to do so, the same may be done by the OWNER at the expense of the CONTRACTOR.
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
END OF SECTION
02210-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.2 Washed Stone
Stone material where indicated shall be crushed stone or gravel of strong, durable nature and shall
conform to standard size passing:
1 W' 100%
1" 95-100%
W' 25-60%
#4 0-10%
#8 0-5%
2.3 Class C Concrete
Minimum 28-day compressive strength shall be 2000 psi.
3. CONSTRUCTION
3.1 Existing Facilities
3.1.1 Existing Utilities Shown on the Drawings
It shall be the CONTRACTOR'S responsibility to conduct the work in such a manner as to avoid damage
to or interference with any utilities services shown on the drawings. If such damage, interference, or
interruption of service shall occur as a result of his work, then it shall be the CONTRACTOR'S
responsibility to promptly notify the ENGINEER of the occurrence and to repair or correct it immediately,
at his own expense, and to the satisfaction of the ENGINEER and the OWNER of the Utility.
3.1.2 Existing Utilities Not Shown on the Drawings
It shall be the CONTRACTOR'S responsibility to exercise all reasonable precaution in the performance of
the work to avoid damage to or interference with any utilities services, even though not shown on the
drawings. If such damage, interference, or interruption of service shall occur as the result of this work,
then the CONTRACTOR'S responsibility will be the same as stipulated in Paragraph 3.1.1 above.
3.2 Excavation and Backfill - General Reauirements
3.2.1 Pavement, gutters, sidewalks, aprons and curbs which will be disturbed by excavation shall be
removed and disposed of as a part of ordinary excavation. That which is to be removed shall be cut or
sawn along clean straight lines from that which is to remain. Remove enough such that a minimum of
twelve inches of undisturbed earth remain between the excavation and that which is to remain.
3.2.2 Where required, and as approved by the ENGINEER, sheeting and bracing shall be used to
prevent injury to persons, caving of trench walls and to conform with all governing laws and ordinances.
Sheeting and bracing shall be left in place until the trench is refilled to a safe limit. The top portion may
then be removed, but the lower portion shall remain undisturbed.
3.2.3 It is the responsibility of the CONTRACTOR to provide an adequate dewatering system where
required. The system shall be capable of removing any water that accumulates in the excavation and
maintaining the excavation in a dry condition while construction is in progress. The surface of the ground
shall be sloped away from the excavation or piping provided to prevent surface water from entering the
excavation. Disposal of water resulting from the dewatering operation shall be done in a manner that
does not interfere with normal drainage, and does not cause damage to any portion of the work or
adjacent property. All drains, culverts, storm sewers and inlets subject to the dewatering operation shall
be kept clean and open for normal surface drainage. The dewatering system shall be maintained until
backfilling is completed or as otherwise directed by the ENGINEER All damage resulting from the
dewatering operation shall be repaired by the CONTRACTOR to the satisfaction of the ENGINEER and
at no cost to the OWNER
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
02222-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
accordance with their respective requirements (as exceeded herein). The CONTRACTOR shall be held
responsible for any and all injury to persons or damage to public or private property.
3.5.3 The CONTRACTOR shall not use excavated rock as backfill material. Dispose of rock which is
surplus or not suitable for use as rip rap.
3.5.4 Monitoring
The CONTRACTOR shall notify the ENGINEER prior to any blasting. Additionally, the CONTRACTOR
shall notify the ENGINEER before any charge is set. Following review by the ENGINEER regarding the
proximity of permanent structures to the blasting site, the ENGINEER may direct the CONTRACTOR to
employ an independent, qualified specialty sub-contractor, approved by the ENGINEER, to monitor the
blasting by use of seismograph, identify the areas where light charges must be used, conduct pre-blast
and post-blast inspections of structures, including photographs or videos, and maintain a detailed written
log.
3.6. Structure Excavation and Backfill
3.6.1 Structure Excavation shall be made at the locations shown on the plans and to the exact
subgrade required. Bottom of excavations shall be level and in firm, solid material, with soft material or
voids treated as specified. Excavated areas shall be kept free of water during the construction period.
Where earth will stand, footing trenches may be cut to the exact size of the footings; otherwise, forms
shall be used. Where necessary, sides of excavations shall be shored and sheathed, or cofferdams built,
as required for protection of the work and personnel.
3.6.1.1 Wherever excavation for a foundation extends below the water table or where specifically
indicated on the plans, washed stone shall be placed to a minimum thickness of 12 inches, unless
otherwise shown, prior to placing the foundation. The washed stone shall be compacted to 90% of
maximum as determined by the Standard Proctor test (ASTM D698).
3.6.1.2 If the specified depth for foundations proves insufficient to reach firm ground, the ENGINEER
shall be notified for furnishing instructions and proceeding with the work.
3.6.1.3 An adequate dewatering system shall be provided at all structure excavations and elsewhere as
directed by the ENGINEER. If a well-point system is used, the CONTRACTOR shall submit plans to the
ENGINEER for approval. The system shall be capable of removing any water that accumulates in the
excavation and maintaining the excavation in a dry condition while construction is in progress. The
surface of the ground shall be sloped away from the excavation or piping provided to prevent surface
water from entering the excavation. Disposal of water resulting from the dewatering operation shall be
done in a manner that does not interfere with normal drainage, and does not cause damage to any
portion of the work or adjacent property. All drains, culverts, storm sewers and inlets subject to the
dewatering operation shall be kept clean and open for normal surface drainage. The dewatering system
shall be maintained until backfilling is complete or as otherwise directed by the ENGINEER. All damage
resulting from the dewatering operation shall be repaired by the CONTRACTOR to the satisfaction of the
ENGINEER and at no cost to the OWNER.
3.7. Structure Backfill shall be done with material free from large clods, frozen earth, organic material
or any foreign matter, and shall evenly and carefully be placed and tamped in horizontal layers.
Compaction equipment specifically designed for these purposes must be present and operational at the
job site and shall be utilized throughout to obtain uniform compaction. The degree of compaction and the
02222-4
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.9.2.2 After clearing existing vegetation, at the ENGINEER'S discretion, the site may require proof
rolling to insure that all unstable material has been removed. Proof rolling shall be done in the
ENGINEER'S presence, utilizing a loaded dumptruck or similar pneumatic-tired vehicle with a minimum
loaded weight of 25 tons.
3.9.2.3 Fill shall be placed in successive compacted layers not to exceed 6 inches compacted thickness.
Each layer shall be spread evenly and compacted as specified below before the next layer is placed.
3.9.2.4 Rock shall not be incorporated in fill sections supporting pavement or structures.
3.9.2.5 Where natural slopes exceed 3:1, horizontal benches shall be cut to receive fill material. Slopes
of less than 3: 1 and other areas shall be scarified prior to placing fill material.
3.9.2.6 Borrow material, as required, shall be provided by the CONTRACTOR at his own expense.
Borrow material on site may be utilized provided it complies with these specifications.
3.10. Comoaction
Unless otherwise noted, each layer of fill and backfill and the top 12 inches of existing subgrade material
in cuts shall be compacted by approved equipment as specified below. The degree of compaction and
the density shall be determined by the Standard Proctor Test (ASTM D698).
Percent of
Max. Dry Density at
Optimum Moisture Content
Top 12 inches of fill under
pavement or surface 98%
Fill under roads and structures 95%
Fill and backfill in other areas 90%
Material too dry for proper compaction shall be moistened by suitable watering devices, turned and
harrowed to distribute moisture, and then properly compacted. When material is too wet for proper
compaction, operations shall cease until such material has sufficiently dried.
3.11. Comoaction Tests
The CONTRACTOR shall provide compaction tests by an independent testing agency selected by the
CONTRACTOR and approved by the ENGINEER. The compaction tests shall be taken at appropriate
locations and frequency to demonstrate that the backfill (or fill) has been placed to meet the minimum
compaction density required. The testing agency shall submit written test records to the ENGINEER for
all compaction tests performed. Minimum testing shall be one test per 500 CY of material placed at the
ENGINEER'S option and one test per 10,000 square feet of fill placed for every foot of fill thickness.
In the event that the soil compaction is not in compliance with these specifications, then the
CONTRACTOR shall take corrective action, at no cost to the OWNER, to compact the soils within the
limits of the specifications. The ENGINEER shall be notified within 24 hours of any failing compaction
tests. Any retesting of failed areas shall be performed only after corrective measures have been made by
the CONTRACTOR to bring the compacted soils into compliance. All retesting shall be performed with
the ENGINEER present.
3.12. Site Restoration
3.12.1 General
All surfaces disturbed by the CONTRACTOR in the work shall be restored to a condition equal to or
better than that which existed prior to commencement of the work, except as otherwise specified herein.
02222-6
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02270
EROSION AND SEDIMENT CONTROL
1 . DESCRIPTION
1.1. Erosion and sedimentation control shall be provided by the CONTRACTOR for all areas of the
site denuded or otherwise disturbed during construction. The CONTRACTOR shall be responsible for all
installation, materials, labor, and maintenance of erosion and sediment control devices, as well as
removal of temporary erosion and sediment control devices shown on the plans or required to protect all
downstream properties, natural waterways, streams, lakes, ponds, catch basins, drainage ditches, roads,
gutters, natural buffer zones, and man made structures.
1.2. Erosion and sediment control procedures and facilities shall conform to all legally regulated
procedures for the control of erosion and sedimentation.
1.3. Related Work
See the following sections for related work.
02274 Plain Rip Rap
02275 Stone for Erosion Control
02933 Seeding and Mulching
02277 Silt Fence
02271 Engineering Fabrics
1.3.1 Erosion and sediment control procedures and facilities shall conform to Section 1670f the
"Standard Specifications Construction of Transportation Systems", 2001 edition, published by the Georgia
Department of Transportation.
2. MATERIALS
2.1. Washed stone to be used in temporary sediment basins shall be of strong, durable nature,
resistant to weathering and shall be graded to conform to local and state Department of Transportation
requirements.
2.2. Refer to other sections within these specifications as listed in Item 1.3 above for other material
specification required in the installation of erosion and sediment control facilities.
3. INSTALLATION
3.1 General Reauirements
3.1.1 The CONTRACTOR shall follow the erosion control construction sequence schedule as shown
on the contract drawings, except that should circumstances dictate that extra precaution be taken to
prohibit erosion and sedimentation on the project, the CONTRACTOR will, at his own expense, take
preventative measures as needed.
3.1.2 The CONTRACTOR is required to maintain all erosion and sediment control facilities to insure
proper performance throughout the construction phase and until such time all disturbed areas are
permanently stabilized.
02270-1
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02271
ENGINEERING FABRICS
1. DESCRIPTION
The work covered by this Section consists of the installation of an acceptable engineering fabric (filter fabric)
appropriate for the application(s) called for on the plans or as required by field conditions. Placement of the fabric
shall be an integral function of the construction of shoulder drains, subsurface drainage systems, temporary silt
fences and placement of erosion control stone or rip rap facilities. The CONTRACTOR shall furnish all
equipment, tools, labor and materials necessary to complete the work in accordance with the plans and
specifications.
1 .1 . Related Work
Any reference to standard specifications refers to the most current published date of the following specification
unless otherwise noted.
1.1 .1 Reference the following specifications for related work:
02270 Erosion and Sediment Control
02274 Plain Rip Rap
02275 Stone for Erosion Control
02277 Temporary Silt Fence
1.1.2. The filter fabric shall conform to Section 455 of the "Standard Specifications Construction of
Transportation Systems", 2001 edition, published by the Georgia Department of Transportation.
2. MATERIALS
Engineering fabric shall have material properties strictly conforming to those specified in Sections of the standard
State Department of Transportation specifications. The CONTRACTOR shall provide engineering fabric(s) for
various applications which meet or exceed the corresponding criteria for each different fabric utilized per the
subject specification.
3. INSTALLATION
3.1 General Requirements
3.1.1 Engineering fabric installed under erosion control stone or rip rap shall be placed at locations, to the
dimensions as shown on the plans or as directed by the ENGINEER.
3.1.2 Surfaces to receive filter fabric shall be graded to the lines and grades as shown on the plans, unless
otherwise directed by the ENGINEER. The surface shall be free of obstructions, debris and pockets of soft or
low-density material.
3.1.3 At the time of installation, the fabric shall be free of defects, rips, holes, flaws, deterioration or damage
incurred during manufacture, transportation or storage.
3.1.4 The filter fabric shall be laid smooth and free from tension, stress, folds, wrinkles, or creases. Horizontal
overlaps shall be a minimum of 12 inches with the upper fabric overlapping the lower fabric. Vertical overlaps
shall be a minimum of 18 inches with the upstream fabric overlapping the downstream fabric. In the event that
02271-1
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Min. Puncture StrenQth 4 45 lb. 80 lb. 30 lb. 60 lb.
Apparent Opening
Opel1ing Size - MaxiMin 5 60/100 30/130 20/50 20/50
(U.S. Std. Sieve)
Min. Ultra-Violet 6 80 lb. 140 lb. 40 lb. 80 lb.
Exposure
Strenqth Retention
No No No No
Funqus Resistance 7 Growth Growth Growth Growth
Min. Permeability
(Thickness x Permitivity) 8 0.2 em/sec. --- --- ---
Min. Flow Rate 8 --- --- 10 qal/min/ft2 10 aal/min/ft2
Typical Application -- Shoulder Drain Under Riprap Temporary
Silt Fence
END OF SECTION
02271-3
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02275
STONE FOR EROSION CONTROL
1. DESCRIPTION
The work covered by this section consists of the furnishing, stockpiling if directed, placing and
maintaining an approved stone liner placed in or at ditches, swales, pipe inlets, pipe outlets, and at other
locations designated on the plans or directed by the ENGINEER. The CONTRACTOR shall furnish all
equipment, tools, labor and materials necessary to complete the work in accordance with the plans and
specifications.
1.1 . Related Work
Any reference to standard specifications refers to the most current published date of the following
specification unless otherwise noted.
1 .1.1 . Reference the following specifications for related work:
02270 Erosion control
02274 Plain Rip Rap
1.1.2. The stone for erosion control shall conform to Section 603 of the "Standard Specifications
Construction of Transportation Systems", 2001 edition, published by the Georgia Department of
Transportation.
2. MATERIALS
2.1 Stone for erosion control shall conform to local and state Department of Transportation
requirements.
2.2 Stone for erosion control shall be resistant to the action of air and water, be of a hard, durable
nature and shall range in size as follows:
Class
A
B
Size
2" - 6"
5" -15"
2.3 All stone shall meet the approval of the ENGINEER. While no specific gradation is required, the
various sizes of stone shall be equally distributed within the required size range. The size of an individual
stone particle will be determined by measuring along its long dimension.
3. INSTALLATION
3.1 Unless otherwise directed by the ENGINEER, the stone shall be placed on slopes less than the
angle of repose of the material and to the line, grade and slope as indicated on the plans. The stone
shall be placed so that the smaller stones are uniformly distributed throughout the mass. All stone shall
be placed in a neat, uniform layer with an even surface meeting the approval of the ENGINEER.
3.2 At locations where stone is required for channel changes and drainage ditches, the stone shall be
placed prior to diverting the water into the channel changes and drainage ditches.
3.3 At locations where stone is required at the outlet of pipe culverts, the stone shall be placed
immediately after completion of the pipe culvert installation.
END OF SECTION
02275-1
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Silt fence which incorporates filter fabric meeting the requirements of these State Specifications but which
fail to perform in an acceptable manner shall be replaced with silt fences which are capable of acceptable
performance. All silt fences shall meet the local governmental requirements as well as the State's
requirements.
2.5. Wire Staples
Wire staples shall be a NO.9 staple and shall be at least 1 Y2 inches long.
3. INSTALLATION
3.1. General Reauirements
3.1.1. The CONTRACTOR shall install temporary silt fence as shown on the plans or as required by
field conditions. The silt fence shall be constructed at the locations shown on the plans and at all other
locations necessary to prevent sediment transport, as directed by the ENGINEER.
3.1.2. Class A synthetic filter fabric may be used only in conjunction with woven wire fence fabric
backing. Filter fabric shall be attached to the wire fence fabric by wire or other acceptable means.
3.1.3. Class B synthetic filter fabric may be used without the woven wire fence fabric backing, subject to
the following conditions:
· Post spacing is reduced to a maximum of 6 feet.
· The proposed fabric has been approved by the ENGINEER as being suitable for use without the
woven wire fence fabric backing.
· Fence posts shall be inclined toward the runoff source at an angle of not more than 200 from vertical.
· Posts shall be installed so that no more than 3 feet of the post shall protrude above the ground.
Where possible, the filter fabric from a continuous roll cut to the length of the barrier shall be used to
avoid joints. When joints are necessary, securely fasten the filter cloth only at a support post with
overlap to the next post. At the time of installation, the fabric will be rejected if it has defects, rips,
holes, flaws, deterioration, or damage incurred during manufacture, transportation, or storage.
3.2. Maintenance and Removal
3.2.1. The CONTRACTOR shall inspect temporary silt fences at least once a week and after each
rainfall and shall make any required repairs and remove and dispose of silt accumulation immediately.
Should the fabric of the silt fence collapse, tear, decompose or become ineffective, the CONTRACTOR
will replace it promptly at his own expense. The CONTRACTOR shall remove sediment deposits as
necessary to provide adequate storage volume for the next rain and to reduce pressure on the fence.
3.2.2 The CONTRACTOR shall remove all temporary silt fence and associated appurtenances once all
disturbed areas upland of the fence are properly and satisfactorily stabilized as called for on the plans.
END OF SECTION
02277 -2
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.1.4. The CONTRACTOR may adjust the proportions of the fine and coarse aggregates and water as
desired provided the cement content is not decreased, the water cement ratio is not increased, and such
adjustments produce concrete in accordance with these specifications.
2.1.5. Where it is necessary to provide concrete with a higher slump for hand method of placing and
finishing, the mix proportions shall be adjusted by the CONTRACTOR to provide the necessary slump
and to maintain the water cement ratio established by the original mix design.
2.2. Cement
Portland cement shall be ASTM C150, Type I.
2.2.1. Only one brand and type of cement shall be used throughout the project unless otherwise
specified.
2.3. Water
Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other
substances injurious to the finished product. Water will be tested in accordance with the requirements of
AASHTO T26. Water known to be of potable quality may be used without testing.
2.4. Admixtures
2.4.1. Air Entraining Agent shall meet the requirements of AASHTD M154.
2.4.2. Set Retarding Admixtures shall meet the requirements of AASHTO M194 for Type B - retarding
admixtures, or Type D - water reducing and retarding admixtures.
2.4.3. Water Reducing Admixtures shall meet the requirements of AASHTO M194 for Type A
admixtures.
2.4.4. Calcium Chloride shall meet the requirements of AASHTO M144 for Type 2, concentrated flake,
pellet, or other granular calcium chloride. The ENGINEER may waive the gradation requirement.
Calcium chloride shall not be used when the pavement section includes steel reinforcement.
2.5. Fly Ash shall meet the requirements of ASTM C618 for Class F or Class C except that the loss on
ignition shall not exceed 4%. Fly ash shall also meet the optional physical requirements for uniformity as
shown in Table 2A of ASTM C618.
2.6. Aaaregate
2.6.1. Fine Aggregate
2.6.1.1. General: Fine aggregate shall consist of natural sand or manufactured sand having clean,
durable, hard, uncoated particles, or other inert materials having similar characteristics. Manufactured
sand shall be produced from fractured stone material. Fine aggregate shall be free from dirt, wood,
paper, burlap, and all other foreign material.
2.6.1.2. Soundness: When subjected to 5 cycles of the soundness test the weighted average loss shall
be not more than 15 percent.
2.6.1.3. Deleterious Substances: The amount of deleterious substances shall not exceed the following.
02513-2
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.1.3. Hauling over the base course will not be allowed except where absolutely necessary to place the
concrete.
3.2. Placinq Concrete
3.2.1. Concrete shall be handled in such a manner as to prevent segregation and kept free from mud,
soil or any other foreign matter.
3.2.2. Paving operations shall not be undertaken or shall be discontinued when any of the following
conditions exist.
· When a descending air temperature in the shade and away from artificial heat reaches 400 F and
not resumed until an ascending air temperature in the shade and away from artificial heat reaches
350F
· When the subgrade or base course is frozen
· When aggregates to be used in the mix contain frozen particles
3.2.3. Construction equipment or hauling equipment will not be allowed over the pavement until
representative test beams of the concrete have attained a flexural strength of 550 psi and 14 curing days
have elapsed since placing the concrete.
3.3. Forms
· Metal and of such section and design that they will adequately support the concrete and the
construction equipment
· Have a depth not less than the edge thickness of the pavement to be constructed and not more than
1 inch greater than the edge thickness of the pavement to be constructed. Base width shall be at
least equal to the height of the form.
· Top face of the form shall not vary from a true plane more than 1/8 inch in 10 feet, and upstanding leg
shall not vary more than 1/4 inch.
· Straight forms 10 feet in length shall have at least 3 pin pockets. Straight forms 5 feet in length shall
have at least 2 pin pockets.
· Form pins shall be metal and shall be capable of holding the forms rigidly in place during construction
operations. The ENGINEER may require pin holes in the base to be sealed prior to placing
subsequent pavement.
o Form sections shall be connected by a locking joint that shall keep the forms free from
vertical and horizontal movement.
o Straight forms 10 feet in length shall be used on tangents and on curves having a radius of
200 feet or more. Forms for curves having a radius of between 200 feet and 50 feet may be
either straight forms 5 feet in length or flexible forms. Forms for curves having a radius of
less than 50 feet shall be flexible forms.
o Thoroughly cleaned before being set and shall be thoroughly oiled before any concrete is
placed. The bearing of the forms shall be checked and all areas of inadequate bearing shall
be corrected.
o All rejected forms that are not satisfactorily corrected immediately shall be removed from the
project by the CONTRACTOR.
o Set a sufficient distance in advance of the point where the concrete is being placed to
provide for a continuous operation in placing the concrete and for proper inspection of line
and grade.
3.4. Acceptance Tests for Concrete
02513-4
I
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.6. Protection From Cold Weather and Rain
3.6.1 . Concrete pavement less than 72 hours old that may be subject to damage by freezing shall be
adequately protected until the concrete reaches an age of 72 hours. Concrete damaged as a result of
freezing shall be removed and replaced by the CONTRACTOR at no cost to the OWNER.
3.6.2. Protective coverings that will protect the surface of the freshly placed pavement from rain shall be
readily available daily at the location of each proposed day's operations prior to beginning work. An
adequate quantity of these materials shall be stored at the job site. Concrete damaged as a result of
failure on the part of the CONTRACTOR to adequately protect the concrete from rain shall be repaired or
removed and replaced by the CONTRACTOR as directed by the ENGINEER at no cost to the OWNER.
3.7. Curing
3.7.1 . General
3.7.1.1. Immediately after finishing operations have been completed and surface water has disappeared,
all exposed surfaces of the pavement shall be cured.
3.7.1.2. Curing shall be applied to the edges of the pavement immediately after the forms are removed.
3.7.1.3. The total curing period required shall be 3 curing days for all methods.
3.7.1.4. A curing day will be considered as any consecutive 24-hour period, beginning when the
manipulation of each separate mass has been completed, during which the air temperature adjacent to
the mass does not fall below 400F.
3.7.2. Membrane Curing Compound
The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound
immediately after the finishing of the surface and before the set of the concrete has taken place. The
curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical
sprayers under pressure at the rate of 1 gallon (4 liters) to not more than 150 square feet (14 square
meters). The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the
time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed
throughout the vehicle. During application the compound shall be stirred continuously by effective
mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the
removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to
be sealed, but approved means shall be used to insure proper curing for 72 hours. The curing compound
shall be of such character that the film will harden within 30 minutes after application. Should the film
become damaged from any cause within the required curing period, the damaged portions shall be
repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed
slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface.
3.7.3. Polyethylene Film
The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The
units shall be lapped at least 18 inches (45 cm). The sheeting shall be placed and weighted to cause it to
remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least
twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the
sheeting shall be maintained in place for 72 hours after the concrete has been placed.
02513-6
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.8.3.2. Sawing to the full depth required by the plans shall be done as soon as the concrete has
hardened sufficiently to be sawed without spalling and raveling but not more than 24 hours after the
concrete is placed.
3.8.4. Transverse Construction Joints
3.8.4.1. General: Transverse construction joints shall be constructed by use of an approved form at the
end of each day's operations (planned joint) or whenever the placing of concrete is suspended for more
than 30 minutes (emergency joint). All transverse construction joints shall be sawed to the dimensions
shown on the plans.
3.8.4.2. Planned Transverse Construction Joints: This type joint shall be located at the same spacing
required for contraction joints. Dowel bars of the size and spacing shown on the plans shall be used.
3.8.4.3. Emergency Transverse Construction Joints: This type joint shall be used when the placing of
concrete is suspended for more than 30 minutes. Tie bars of the size and spacing shown on the plans
shall be used. The spacing of contraction joints shall not be changed due to emergency construction
joints and the emergency construction joints shall not be located less than 6 feet from any contraction
joint or planned construction joint. Emergency transverse construction joints shall be sawed and sealed
in the same manner as required by the plans for planned transverse construction joints.
3.8.5. Longitudinal Construction Joints
Longitudinal construction joints shall be constructed by the use of tie bars in accordance with the details
shown on the plans. The joints shall be sawed to the dimensions shown on the plans.
3.8.6. Transverse Expansion Joints
Transverse expansion joints shall be constructed in accordance with the details shown on the plans
utilizing an approved joint assembly.
3.8.7. Sealing Joints
· General: All joints shall be sealed with low modulus silicone sealant.
· Age of Pavement: The concrete shall be at least 14 calendar days old before the joints are sealed.
END OF SECTION
02513-8
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.4 Finishing
The concrete shall be given a light broom finish with the brush marks parallel to the curb line or gutter
line.
3.5 Joints
3.5.1 Joints shall be located as shown on the plans except as otherwise provided herein. Joint spacing
shall not be less than 10 feet. Where concrete is placed adjacent to Portland cement concrete pavement,
the joints shall be located so as to line up with the joints in the concrete pavement.
3.5.2 Grooved contraction joints shall be formed by the use of templates or by other approved
methods. Where such joints are not formed by templates, the move shall be of the depth shown on the
plans.
3.5.3 Grooved butt joints shall be placed between the work and adjacent pavement except where
expansion joints are required by the plans.
3.5.4 All joints shall be sealed except for joints in curb sections not having an integral gutter. In curb
and gutter the joint sealer shall not be poured above the top surface of the gutter. Joints in gutter shall be
filled with joint sealer to the top surface of the gutter. Joints shall be sealed before backfilling or other
adjacent operations are performed.
END OF SECTION
02527 -2
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. CONSTRUCTION
3.1 Pavement Cutting: Where the existing pavement is to be cut for installation of pipe or other
utilities, the CONTRACTOR shall cut the pavement neatly in advance of trenching. All pavement shall be
cut to a straight edge with the method of cutting subject to approval of the ENGINEER Pavement shall
be cut 12 inches wider on each side of the excavated area. Raqqed or irreqular edqes will be redone.
Concrete pavement shall be cut with a suitable concrete saw cutting equipment.
3.2 Trench Backfillinq: Shall be in accordance to plans or as specified elsewhere herein.
3.3 Aggregate Base Course shall be placed and compacted in accordance with GDOT Section 310
The base course shall be placed at the same time with the trench backfilling.
3.3.1 If the base course is designed to be used as a temporary travel surface, the additional thickness
shall be placed, compacted and maintained until the permanent surface is placed. When preparing the
base course for the final surface course, the base course material shall be undercut to the thickness to
accommodate the surface course(s) and removed from the site, unless otherwise directed by the
ENGINEER The final thickness of the base shall be within a tolerance of plus or minus 1/2 inch of the
base thickness required on the plans.
3.3.2 Backfilling with soil above an elevation to accommodate the final base thickness, to be cut-out
and replaced with base material at a later date, will not be allowed.
3.4 Prime Coat
Shall be applied to non-bituminous base course beneath bituminous plant mixed pavements unless
otherwise shown in the plans. The prime coat shall be applied only when the surface to be treated is dry
and the atmosphere temperature in the shade is 400 F or above. Prime coat shall not be applied when
the weather is foggy or rainy. The base shall be clear of debris, dirt, clay or other deleterious material
prior to placing the prime coat.
3.4.1 Application of the prime coat shall consist of asphalt grade AASHTO 81 for Grade RC-70 except
Kinematic viscosity at 1400 F, centistokes shall be a minimum of 30 and a maximum of 60; the distillate,
percentage of volume of total distillate to 6800F, shall be as follows:
To 3740F 15 minimum
To 4370F 55 minimum
To 5000F 75 minimum
To 6000F 90 minimum
and the residue from the distillate to 6800F volume percentage of sample difference shall be a minimum
of 50 or of shall be of asphalt grade AASHTO 82. The prime coat shall be applied at a rate of 0.18 to
0.45 gallons per square yard at an application temperature of 900 to 1300F.
3.5 Hot Mix Asphaltic Concrete
02575-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02580
PAVEMENT MARKING
1. DESCRIPTION
1 .1. The pavement marking work covered by this section consists of preparing the pavement surface,
developing layout patterns and applying the pavement markings as called for on the plans or as directed
by the ENGINEER. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary
to complete the work in accordance with the plans and specifications.
1.2. When applicable to the project and required by the OWNER, the CONTRACTOR shall analyze
each roadway section prior to application of pavement markings to determine the exact location of
centerline markings and no-passing zones by electronic methods, as approved by the OWNER's
Representative. Unless otherwise approved, the CONTRACTOR's analysis method for establishment of
pavement markings and layout patterns shall be in accordance with the Manual of Uniform Traffic Control
Devices. The CONTRACTOR shall also submit to the OWNER's Representative and ENGINEER three
straight line diagrams of the approved centerline recommendations with distances and centerline pattern
change points clearly marked thereon. Maps shall be to scale in the range of 1" - 100'. The
CONTRACTOR shall establish the necessary tack points at appropriate intervals for setting the alignment
of all markings in accordance with the approved recommendations.
1.3. Related Work
Any reference to standard specifications refers to the most current published date published of the
following specification unless otherwise noted.
1.3.1. Reference the Manual of Uniform Traffic Control Devices, latest revision, as published by the
U.S. Department of Transportation, Federal Highway Administration (U.S. Government Printing Office,
original date 1988) and ASTM Specifications as noted for related work:
All concrete curb, curb and gutter, and gutter installation shall conform to Section 441 of the "Standard
Specifications Construction of Transportation Systems", 2001 edition, published by the Georgia
Department of Transportation.
2. MATERIALS
2.1. Paint Tvpe
The type paint to be used shall be submitted to the ENGINEER for approval.
2.2. Material Requirements
Materials for painting Traffic Striping, Words and Symbols shall meet the following requirements.
2.2.1. Finished Paint
2.2.1.1. Flexibility: The paint shall be applied to a 30 gauge, clean plate panel, to a wet film thickness of
approximately 0.002 inches, with a doctor blade or other suitable means. The panel shall be dried in a
horizontal position for 18 hours, and shall then be baked for 5 hours at 1050 to 1100 C. The panel shall
be cooled to approximately 250 C and bent double over a Yz-inch rod. The film shall show no cracking or
flaking on bending or straightening.
02580-1
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.3.1. No paints shall be applied to areas of pavement when any moisture or foreign matter is present
on the surface, the air temperature in the shade is below 50oF, or wind conditions are such as might
cause dust to be deposited on the prepared areas or to prevent satisfactory application of the paint.
3.3.2. Painting shall be done only during daylight hours and all painted areas shall be dry enough,
before sunset, to permit crossing by traffic. All protective devices shall be removed no later than sunset
to allow free movement of traffic at night.
3.3.3. Traffic Stripe paint shall be thoroughly mixed in the shipping container before placing in the
machine tank. The paint machine tanks, connections and spray nozzles shall be thoroughly cleaned with
thinner before starting each day's work.
3.3.4. The minimum wet film thickness for all painted areas shall be 15 mils. The minimum dry film
thickness for all painted areas shall be 13 mils.
3.3.5. The minimum rate of application for 4" wide traffic stripe shall be as follows.
· Solid Traffic Stripe Paint
· Rate of Application - 20 gallons per mile, minimum
· Skip Traffic Stripe Paint
· Rate of Application - 7.5 gallons per mile, minimum
(Note: Change minimum rate proportionately for varying width of stripe.)
3.4. Protective Measures
The CONTRACTOR shall furnish and place all warning and directional signs necessary to direct, control
and protect the traffic during the striping operations. The freshly painted stripe shall be protected by
cones or other satisfactory devices. All stripes damaged by traffic, or pavement marked by traffic
crossing wet paint, shall be repaired or corrected as specified in paragraph 3.6 below.
3.5. Tolerance and Appearance
No stripe shall be less than the specified width. No stripe shall exceed the specified width by more than
% inch. The alignment of the stripe shall not deviate from the intended alignment by more than 1 inch.
All stripes and segments of stripes shall present a clean-cut, uniform and workmanlike appearance. All
markings that fail to have a uniform, satisfactory appearance, either by day or night, shall be corrected by
the CONTRACTOR at his expense.
3.6. Corrective Measures
All work shall be subject to application rate checks for paint. All traffic stripes which fail to meet the
specifications, permissible tolerances and appearance requirements, or is marred or damaged by traffic
or from other causes, shall be corrected at the CONTRACTOR's expense. All misted areas, drip and
spattered paint shall be removed to the satisfaction of the ENGINEER. In an instance, when it is
necessary to remove paint, it shall be done by means satisfactory to the ENGINEER, which will not
damage the underlying surface of the pavement.
END OF SECTION
02580-3
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
aluminum steps to be embedded in concrete or masonry shall be coated with bituminous paint or zinc
chromate primer.
2.3.1. Steps shall be uniformly spaced not more than sixteen inches (16") on center, including the
spacing between the top step and the manhole cover. Steps shall be embedded in the wall a minimum
distance of 4 inches in either cast or drilled holes. Steps shall not be driven or vibrated into fresh
concrete and shall withstand a pullout resistance of 2000 Ibs. when tested in accordance with ASTM C
497. Each step shall project a minimum of 5 inches from the wall measured from the point of
embedment.
2.4. Concrete (poured in place)
Air entrained Portland Cement Concrete having minimum twenty-eight (28) day compressive strength of
3000 psi.
2.5. Joint Sealant
Butyl Rubber based conforming to MSHTO M-198, type B - butyl rubber, suitable for application
temperatures between 10 and 100 degrees F
2.6. O-Rinq or Gasket (CONTRACTORs Option)
ASTM C-443
2.7. Sand Cement
· Portland Cement: ASTM C50, Type I
· Sand: Clear, sharp, graded from fine to coarse, ASTM C-144
· Water: Clean and potable
· Mixture: One (1) part cement, two (2) parts sand
2.8. Pipe and Fittings: Same as sewer pipe
2.9. Precast Grade Rings shall be no less than 4" in height and conform to ASTM C 478.
2.10. Washed Stone
Stone material, crushed stone or gravel shall be strong, durable and conform to standard size No. 57 per
Georgia's equivalent.
3. CONSTRUCTION
3.1. Excavation for all sanitary manholes shall be carried to a depth such as to provide a minimum of
6 inches of washed stone bedding material below the bottom of structures and extend to a minimum
width of 8 inches beyond each side of structures.
3.2. Should unstable soil, organic soil, or soil types classified as fine-grained soils (silts and clays) by
ASTM 0-2487 be encountered at the bottom of excavations, such soils shall be removed to a depth and
width determined by the ENGINEER and properly disposed of. The resulting undercut shall be backfilled
with washed stone. Placement and compaction shall conform to applicable earthwork specifications.
3.3. Manholes shall be constructed of precast reinforced concrete with cast iron frames and covers in
accordance with details shown on the Plans.
3.4. Invert channels shall be smooth and accurately shaped to semi-circular bottom conforming to the
inside of the adjacent sewer sections. Inverts shall be formed of concrete, and no laying pipe through
manholes will be permitted. Changes in size and grade shall be made gradually and evenly. The
minimum bending radius of the trough centerline shall be 1.5 times the pipe 1.0. A minimum %" radius
shall be provided at the intersection of 2 or more channels. Depressions, high spots, voids, chips or
02601-2
MS/7-01
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02665
WATER LINES, VALVES, AND APPURTENANCES
1. DESCRIPTION
The CONTRACTOR shall furnish all labor, materials, equipment and supplies and shall perform all work
necessary for the construction of water lines, valves and appurtenances; complete, disinfected, tested
and ready for use. The water lines and valves shall be constructed of the size and at the locations shown
on the plans.
1.1. Related Work
See the following Sections for related specifications
02222, Excavating, Backfilling & Compacting for Utilities
02933, Seeding & Mulching
1.2. References
Any reference to standard specifications refers to the most current published date of the following
specifications unless noted:
AVVWA Specifications as listed.
ASTM Specifications as listed.
CSX Transportation Design & Construction Standard Specifications - Pipeline Occupancies.
2. MATERIALS
1. All materials for water lines shall be new and shall be furnished by the CONTRACTOR in
accordance with the following requirements unless shown otherwise on the plans. All project
materials that will come into contact with public drinking water shall be ANSI/NSF Standard 61
certified. All metal pipe and fittings shall contain less than 8.0% lead content, in accordance with
Section 7.2.0i of the Minimum Standards for Public Water Systems.
2.1. Water Lines. 2 Inch Throuah 16 Inch
2.1.1 Ductile Iron Pipe
· Pipe: Latest revision ANSI/AVVWA C150 "Thickness Design of Ductile Iron Pipe", 3" through 12"
pressure class 350 psi, 14" through 16" pressure class 250 psi and latest revision AVVWA C151
"Ductile Iron Pipe, Centrifugally Cast for Water and Other liquids, unless shown otherwise on the
drawings.
· Fittings: AVVWA C11 0, grey or ductile iron; or AVVWA C153 ductile iron compact fittings
· Joints: AVVWA C111 push-on or mechanical for general buried service; AVVWA C115 flanged for
exposed service unless shown otherwise. Flange material shall match pipe material
· Linings: AVVWA C104 cement lining, standard thickness, bituminous seal coat
2.1.2. INTENTIONALLY OMITTED
2.1.3. PVC Pipe, 2 Inch and 3 Inch
· Pipe: ASTM D-2241 "Polyvinyl Chloride (PVC) Pressure Water Pipe". Pipe provided shall be iron
pipe size. Pipe shall be pressure rating 200 (SDR 21) unless otherwise shown on the drawings.
All PVC pipe shall bear the National Sanitation Foundation (NSF) potable water logo.
· Fittings: Cement lined, gray-iron or ductile iron conforming to AVVWA C1 04 and C11 0 or compact
ductile iron fittings conforming to AVVWA C153 for fittings size 4-inch through 12-inch. Fittings
02665-1
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.2.5.3. Each valve box shall be provided with a concrete valve marker/protector as detailed on the plan.
2.2.5.4. Each valve box shall be fitted with an extension stem for use with the buried service non-rising
stem valves. The stem shall be of metal and used to extend the position of the 2" operating nut within 6
inches of grade. Each stem shall be fitted with a self-centering disk below the operating nut to keep the
stem aligned in the valve box and minimize the amount of grit that can enter the valve box.
2.2.6. Air Valves for water lines shall be designed for a minimum of 200 psi pressure, comply with the
latest version of AVVWA Standard C512, and sized as shown on the plans
2.2.7. Air Valve Manholes shall be 4 feet in diameter precast concrete sections conforming to ASTM C-
478. Tops shall be eccentric cone where cover permits unless otherwise shown. Frame and cover shall
be good quality domestic manufacture conforming to ASTM A48, Class 30 or better. Cover shall be a
solid heavy duty casting with the word "Water" cast in the lid.
2.3. Fire Hydrants
2.3.1. Accepted models are Mueller # A-24018, M&H Figure 129T, AVVWA Compression-Type Dry-Top
Traffic Model, of 150 psi working pressure and 300 psi testing pressure. Kennedy K-81 D will also be
accepted. All fire hydrants shall be ordered all yellow.
2.3.2. Fire hydrants shall be of the dry barrel break-away type conforming to AVVWA C502 latest
version, with two 2 % inch threaded hose nozzles and one 4 % inch threaded pumper nozzle. Hose and
pumper nozzle threading shall be national standard.
2.3.3. Hydrants shall be restrained from hydrant to tee at the main and have a concrete thrust block
poured behind them.
2.3.4 Fire hydrant branches (from main to hydrant) shall be a minimum of 6 inches ID. Each branch
shall be provided with a resilient seat gate valve located as close as possible to the main.
Hydrants shall be located at or near the road right-of-way line with pumper nozzle pointing toward
the road.
2.4 Boring and Jacking Water Mains
2.4.1. Where boring is required under highways or city/county roads, the material and workmanship will
be in accordance with the standards of the Georgia Department of Transportation or local
authority. Boring and jacking under railroads will be governed by the American Railway
Engineering and Maintenance-of-Way Association (AREMA) "Manual for Railway Engineering",
Chapter 1, Part 5 - "Pipelines" and the standards of the railroad involved.
2.4.2. The casing pipe shall conform to the materials standard of ASTM Designation A252, with
minimum wall thickness of 0.219 inches. Steel pipe will have minimum yield strength of 35,000
psi. Casing pipe shall be joined with welded joints, and work shall be performed by a certified
welder.
2.4.3 The carrier pipe shall be ductile iron as specified herein.
2.5 Carrier Pipe Supports Within Steel Casing
2.5.1 The carrier pipe shall be supported with a minimum of two casing spacers per twenty (20) feet of
pipe, with one spacer approximately one foot from the bell of the pipe.
02665-3
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Where no excavated material is suitable for backfill, furnish suitable material from borrow sites at no
additional cost to the OWNER.
3.1.7. Backfilling shall be free of boulders and debris, and shall conform to Georgia Department of
Transportation. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until
visually inspected and approved by the Augusta Utilities Department (AUD) INSPECTOR.
3.1.7.1. Around the pipe and to a depth of 12 inches above the pipe the backfill shall be carefully placed
and compacted in layers not to exceed 6-inches compacted thickness. The backfill material shall be
select and free of rock. Do not place backfill material on either side of the water main that is finer than
the material upon it is placed. Backfill with coarser material to the top of the pipe.
3.1.7.2. Twelve (12) inches above the crown of the pipe the backfill may contain rock but less than 6
inches in diameter. Backfill layers shall be horizontal and not exceed 12 inches loose thickness or 8
inches compacted.
3.1.7.3 Compaction shall be performed with suitable pneumatic compactors or approved equal.
Compaction equipment specifically designed for trench compaction shall be present and operational at
the jobsite and shall be utilized throughout the length and depth of the trench to achieve uniform
compaction density.
3.1.7.4. Compaction Density shall be determined by the Standard Proctor Test (ASTM D698) and shall
meet the minimum standards in Section 02222, Excavating, Backfilling & Compacting for Utilities.
3.1.7.5. Surplus material shall be disposed of by the CONTRACTOR at his expense.
3.1.7.6. Clean shoulders and pavement of excess material immediately after backfilling is complete.
3.2. Layina Water Mains. Hydrants And Specials
Proper and suitable tools for the safe and convenient handling and laying of pipe shall be used, and great
care shall be taken to prevent the pipe coating from being damaged, particularly on the inside of the
pipes.
3.2.1. All pipe shall be carefully examined for cracks and other defects and no pipe or castings shall be
laid which is known to be defective. If any pipe or other casting is discovered to be cracked, broken or
defective, after being laid, it shall be removed and replaced by sound pipe, without further charge.
3.2.2. Before laying the inside of the bell, the outside of the spigot of the pipe shall be thoroughly
cleaned.
3.2.3. Pipe shall be laid to conform accurately to the lines and grades established by the ENGINEER.
The pipe shall be properly bedded as shown on the plans and per manufacturer recommendations.
3.2.4. Lateral Separation of Sewers and Water Mains
Water mains shall be laid at least 10 feet laterally from existing or proposed sewers, unless local
conditions or barriers prevent a 10-foot lateral separation--in which case the water main is laid in a
separate trench, with the elevation of the bottom of the water main at least 18 inches above the top of the
sewer, or the water main is laid in the same trench as the sewer with the water main located at one side
on a bench of undisturbed earth, and with the elevation of the bottom of the water main at least 18 inches
above the top of the sewer.
3.2.5. Crossina a Water Main Over a Sewer
02665-5
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.2.12.1. Unacceptable bores are those with excessive deflection or deflections in the bore resulting in
less than 30 inches of soil cover above the casing, where upon the direction of the ENGINEER, shall
require the bore to be abandoned. The abandonment procedure will be at the CONTRACTOR'S expense
and will consist of cutting off the excess pipe, capping the remaining pipe in place, then filling the
abandoned pipe with Portland cement grout (1:3 parts cement to sand) at sufficient pressure to fill all
voids before moving to a new location.
3.2.12.2. The carrier pipe shall be fully supported along its entire length within the casing pipe. Support
may be accomplished by securely fastening pressure treated lumber to the carrier pipe or by using
"spiders." Either method shall be first submitted to the ENGINEER for approval, detailing the means of
fastening the support devices and spacing of supports.
3.2.12.3. Length of encasements shall be determined as follows
· Cut sections - Ditch line to ditch line
· Fill sections - 5 feet beyond toe of slope
· Curb sections - 3 feet beyond curb
· Future highway or railroad R/W - Extend full width of R/W or unless otherwise advised
3.2.12.4. Materials and workmanship shall also be governed by the requirements set for by the agency
issuing the encroachment (Railroad, Department of Transportation, Pipeline Co., etc.). Any specific
conditions other than listed herein pertaining to the encroachment are listed in the General Conditions.
3.2.13 Work Conducted Within a City/County Rights-of-Way
Where a traffic control plan is required it shall be in accordance with the Augusta Public Works Rights-of-
Way Encroachment Guidelines.
3.2.14. Utility Line Markinq Tape
Utility Line Marking Tape shall be placed above all PVC pipe used. The marking tape shall be laid
continuously in the trench backfill approximately 12" above the pipe.
3.2.15. TESTS
3.2.15.1. The CONTRACTOR shall provide all equipment, materials and labor necessary for pressure
and leak testing.
3.2.15.2 Hydrostatic Pressure Test for Ductile Iron Pipe must be conducted in accordance with AVWVA
C600-05
3.2.15.2.1 The test pressure shall not be less than 1.25 times the stated working pressure of the pipeline
measured at the highest elevation along the test section and not less than 1.5 times the stated working
pressure at the lowest elevation of the test section.
3.2.15.2.2 The test pressure shall not exceed the thrust restraint design pressures or 1.5 times the
pressure rating of the pipe or joint, whichever is less (as specified by the manufacturer).
3.2.15.2.3 Valves shall not be operated in either direction at a differential pressure exceeding the rated
valve working pressure. A test pressure greater than the rated valve working pressure can result in
trapped test pressure between the gates of a double-disc gate valve. For tests exceeding the rated valve
working pressure, the test setup should include a provision, independent of the valve, to reduce the line
pressure to the rated valve working pressure on completion of the test. The valve can then be opened
enough to equalize the trapped pressure with the line pressure, or the valve can be fully opened if
desired.
02665-7
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Following the 24 hour retention period, the system shall have a minimum residual free chlorine
concentration of at least 25 milligrams per liter (or PPM).
3.3.1. Preliminarv Flushinq
Before being chlorinated, the main shall be filled to eliminate air pockets and shall be flushed to remove
particulates. The flushing velocity in the main shall not be less than 2.5 ftls unless the OWNER'S
ENGINEER or job superintendent determines that conditions do not permit the required flow to be
discharged to waste. Table 1 shows the rates of flow required to produce a velocity of 2.5 ftls in pipes of
various sizes. Note that flushing is no substitute for preventive measures during construction. Certain
contaminants, such as caked deposits, resist flushing at any feasible velocity.
Table 1. Required Flow and Openings to Flush Pipelines (40 psi Residual Pressure in Water Main)
Pipe
Diameter
In.
4
6
8
10
12
16
Flow Required to Produce
2.5 ftls (approx.)
Velocity in Main
gpm
100
200
400
600
900
1600
3.3.1.1. Water from the existing distribution system or other approved source of supply shall be made to
flow at a constant, measured rate into the newly laid water main. In the absence of a meter, the rate may
be approximated by methods such as placing a Pitot gauge in the discharge or measuring the time to fill a
container of known volume.
3.3.1.2. At a point not more than 10ft downstream from the beginning of the new main, water entering the
new main shall receive a dose of chlorine fed at a constant rate such that the water will have not less
than 3.30 mg/L chlorine residual. To assure that this concentration is provided, measure the chlorine
concentration at regular intervals using appropriate chlorine test kits.
3.3.1.3. During the application of chlorine, valves shall be positioned so that the strong chlorine solution in
the main being treated will not flow into water mains in active service. Chlorine application shall not
cease until the entire main is filled with heavily chlorinated water. The chlorinated water shall be retained
in the main for at least 24 hours, during which time all valves and hydrants in the treated section shall be
operated to ensure disinfection of the appurtenances.
3.3.1.4. Direct-feed chlorinators, which operate solely from gas pressure in the chlorine cylinder, shall not
be used for application of liquid chlorine. The preferred equipment for applying liquid chlorine is a
solution-feed, vacuum-operated chlorinator and a booster pump. The vacuum-operated chlorinator mixes
the chlorine gas in solution water; the booster pump injects the chlorine-gas solution into the main to be
disinfected. Hypochlorite solutions may be applied to the water main with a gasoline or electrically
powered chemical-feed pump designed for feeding chlorine solutions. Feed lines shall be of such
material and strength as to safely withstand the corrosion caused by the concentrated chlorine solutions
and the maximum pressures that may be created by the pumps. All connections shall be checked for
tightness before the solution is applied to the main.
3.3.1.5. Highly chlorinated water shall not be released into the distribution system. The chlorinated water
shall remain in the line until the chlorine residual drops below 5 PPM or dissipated by other prior
approved method. After this period, the water will be wasted by pumping into the air to dissipate the
remaining chlorine residual. Pumping shall be at a rate not to exceed 25 GPM. Pressure and nozzle size
02665-9 March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02721
DRAINAGE STRUCTURES AND INLETS
1. DESCRIPTION
The work covered by this section consists of the construction of cast-in-place or precast concrete, brick
masonry or block masonry, catch basins, inlets, junction boxes, spring boxes, manholes or other minor
drainage structures, excluding endwalls together with all necessary metal grates, covers, frames, steps
and other hardware. The CONTRACTOR shall furnish all equipment, tools, labor, and materials
necessary to complete the work in accordance with the plans and specifications.
1.1. Related Work
Any reference to standard specifications refers to the most current published date of the following
specifications unless otherwise noted.
1.1.1 . Reference the following specifications for related work:
· AASHTO - T99 Foundation Compaction
· ASTM A48 Grey iron Casting
All drainage structures and inlets shall conform to Section 668 of the "Standard Specifications
Construction of Transportation Systems", 2001 edition, published by the Georgia Department of
Transportation.
2. MATERIALS
2.1. The CONTRACTOR may, at his option, use either cast-in-place concrete, brick masonry, block
masonry, or precast concrete construction, provided that the type of construction he wishes to use is
permitted by the plans, and is constructed in conformance with the local and state Department of
Transportation requirements.
2.2. Shop drawings consisting of catalog cuts or fabricator drawings showing the structure, reinforcing
alignment of all wall penetrations and frames, grates, or covers shall be submitted by the CONTRACTOR
to the ENGINEER for approval.
2.3 . Iron Castings
2.3.1. Iron castings shall be boldly filleted at angles, and the arrises shall be sharp and perfect. No
sharp, unfilleted angles or corners will be permitted. They shall be true to pattern in form and
dimensions, free from pouring faults, sponginess, cracks, blow holes, and other defects affecting their
strength and value for the service intended. All castings shall be sand blasted or otherwise effectively
cleaned of scale and sand so as to present a smooth, clean, and uniform surface.
2.3.2. Gray iron castings shall meet the requirements of ASTM A48 for Class 30 iron.
2.3.3. Steps for minor drainage structures shall be fabricated from deformed reinforcing bars, or shall
be gray iron castings or shall be of composite plastic-steel construction as shown on the plans, or as
referenced above.
2.4. Precast Drainaqe Structures
2.4.1. Precast drainage structures shall have no more than 4 holes cast or drilled in each unit for the
purpose of handling or placing unless otherwise approved by the ENGINEER. All lift holes and handling
devices shall be located in accordance with plan and design requirements. Units damaged while being
handled or transported will be rejected or shall be repaired in a manner approved by the ENGINEER.
02721-1
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
02721-3
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.7. Backfilling around all drainage structures and inlets shall be done in such a manner so as not to
damage either the structure or pipes connecting to the structure. Compaction of backfilled material shall
be accomplished in 6 inch lifts (loose) to 98% maximum density in accordance with AASHTO T99.
END OF SECTION
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.1.2. PVC Pipe
· Pipe: ASTM D3034; "Type PSM Polyvinyl Chloride (PVC) Sewer Pipe and Fittings." SDR 35
with a minimum cell classification of 12454-B
· Fittings: ASTM D3034. Fittings in sizes through 8" shall be molded in one piece with
elastomeric joints and minimum socket depths as specified in Sections 6.2 and 7.3.2.
Fittings 10" and larger shall be molded or fabricated in accordance with Section 7.11 with
manufacturer's standard pipe bells and gaskets
· Joints: ASTM D3212, Elastomeric gaskets conforming to ASTM F477
2.1.3. PVC Ribbed Sewer Pipe
· Pipe: ASTM F794; "Polyvinyl Chloride (PVC) Ribbed Gravity Sewer Pipe and Fittings Based
on Controlled Inside Diameter". PVC plastic with a minimum cell classification of 12454-C as
defined in ASTM D-1784
· Fittings: ASTM D3034 lateral hubs
· Joints: ASTM D-3212, elastomeric seal gaskets conforming to ASTM F-477
2.1.4. High Strength Steel Pipe
2.1.4.1. Pipe: Welded or seamless, manufactured in accordance with ASTM A-53 for welded and
seamless pipe and/or ASTM 139 for welded straight-seam steel pipe. All steel shall be grade B, 35,000
psi yield strength with wall thickness one-quarter (0.250") inch unless otherwise specified on plans.
2.1.4.2. Linings: One of the following shop applied linings shall be applied on the inside of the pipe
barrel.
· Coal tar lining 3/32-inch minimum thickness in accordance with AWWA 203
· Coal tar epoxy lining 20 mils (dry) minimum thickness conforming to Mil-P-23236 Type I,
Class II
2.1.4.3. Couplings: Shall be a reducing steel coupling when making a reduction in pipe size, changing
class of pipe, or for making connections between any two (2) kinds of pipe. The coupling shall consist of
one (1) cylindrical steel middle ring, two (2) steel follower rings, two (2) resilient gaskets and a set of steel
trackhead bolts. The middle ring shall have a conical flare at each end to receive the wedge portion of
the gaskets. The follower rings shall confine the outer ends of the gaskets. Tightening the bolt shall draw
the follower rings toward each other, compressing the gaskets in the spaces formed by follower rings,
middle ring flares and pipe surface. This shall make a flexible leak-proof seal. Bolts and nuts shall be of
high grade, high strength steel. Center ring, glands, bolts and nuts shall receive one coat of primer.
2.1.4.4. Protective Coating: The outside of steel pipe, nuts, bolts and couplings shall receive one (1) coat
coal tar epoxy to 10 mils minimum thickness. Coatings shall be shop applied to pipe and field applied to
couplings.
2.2. Force Mains
2.2.1. Ductile Iron Pipe (3-lnch Through 12-lnch)
· Pipe: AWWA C151 "Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand Lined
Molds, for Water and Other Liquids." Thickness Class 51 for push-on and MJ pipe and Class
53 for flanged pipe, unless shown otherwise on the drawings
· Fittings: AWWA C11 0, grey or ductile iron
· Joints: AWWA C111 push-on or mechanical for general buried service; flanged for exposed
service unless shown otherwise on the drawings
OR
02730-2
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
I
I
I
I
I
I
I
I
I
I
I
I
I
I
J
J
CARRIER PIPE Casing Pipe Thickness Recommended* Min.
D.OT RR Tunnel
6-lnch Ductile Iron 14" .250" .281" 48"
8-lnch Ductile Iron 18" .250" .281" 48"
10-lnch Ductile Iron 20" .250" .344" 48"
12-lnch Ductile Iron 22" .250" .375" 48"
16-lnch Ductile Iron 28" .312" .469" 48"
18-lnch Ductile Iron 30" .312" .469" 48"
20-lnch Ductile Iron 32" .375" .501" 48"
24-lnch Ductile Iron 36" .375" .532" 48"
2.6. Carrier Pipe Supports Within Steel Casing shall be steel plate, cold formed structural collar with
flanges and a minimum of four support legs welded to the collar. Each support leg shall have a foot or
skid welded on the end extending beyond the front and back edge of the collar. The front and rear of
each foot shall be angled inwardly towards the collar to serve as a stable, effective skid during installation
of the carrier pipe. The carrier support shall be securely fastened to the carrier pipe with a heavy duty
one-half (X") inch grade five (5) bolt and locking nut passing between the flanges, compressing the collar
against the carrier pipe. The support device shall be a Spider or approved equal.
2.7. Utility Line Marking Tape shall be acid and alkali resistant polyethylene film two (2") inches wide
and four (4) mil thick. The tape shall be manufactured with integral wires, foil backing or other means to
enable detection by a metal detector when the tape is buried up to three feet. The metallic core of the
tape shall be encased in a protective jacket or by other means to prevent corrosion. The tape shall bear
a continuous printed marking describing the specific utility, i.e. "SEWER"
2.8. Trench Excavation and Backfill
2.8.1. Excavation shall conform to the lines and grades shown on the drawings. No trench shall be
opened more than two hundred (200') feet in advance of the completed pipe Work without the written
permission of the ENGINEER The lines of excavation of trenches shall be made so there will be a
clearance of at least eight (8") inches on each side of the barrel of the pipe. Excavation shall not be
carried below the established grades and any excavation below the required level shall be backfilled and
thoroughly tamped as directed by the ENGINEER, at the CONTRACTOR's expense. Bell holes shall be
excavated accurately by hand.
2.8.2. During excavation, CONTRACTOR shall separate materials suitable for backfill from those
defined unsuitable. Do not use the following materials for pipe foundation or trench backfill within the
zones indicated below:
· All zones: material classified as peat (PT), organic soil (OL)(OH) under the Unified Soil
Classification (USC) System, ASTM 02487 and all materials too wet or too dry to achieve
minimum compacted density requirements
02730-4
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
t
I
I
I
I
r
I
I
I
I
I
I
I
I
I
!
2.9.1.1. All gravity sewer shall be bedded in accordance with Section D, Pipe Bedding and Backfilling
Chapter 9 Section D Page 183 in WPCF (WEF) manual of Practice NO. FD-5 (ASCE Manual No. 60),
ASTM D2321 for Flexible Pipe (PVC) and Section F2.9 page 202 in WPCF (WEF) Manual No. FD-5 for
Rigid Pipe (Ductile Iron) Chapter 9, Section F2.9 for the proposed depth of sewer, and as detailed in the
contract drawings.
2.9.1.2. The exposed end of all pipes shall be closed by means of an approved plug to prevent earth or
other substances from entering the pipe. The interior of the sewer shall be kept free from all dirt, cement
or superfluous materials of every description as the work progresses.
2.9.2. Force Mains
All pipe for force main sewers shall be laid and jointed in accordance to approved manufacturer's
recommendations, contract drawings and as specified herein.
2.9.2.1. Each pipe shall be inspected for defects before lowering pipe into the trench. Any defective pipe
shall be immediately removed from the site.
2.9.2.2. Water shall not be allowed to rise around the joints until they have been made tight. The
exposed end of all pipes shall be closed by means of an approved plug to prevent earth or other foreign
substances from entering the pipe. The interior of the pipe shall be kept clean and free of all dirt, stone or
foreign material as work progresses.
2.9.2.3. The force mains shall be properly bedded according to the manufacturer's recommendations,
contract drawings and the minimum standards defined below.
· All Pipe IN ROCK OR WET TRENCHES: Washed stone bedding from 4-inches below
pipe to spring line of pipe.
· ALL OTHER CONDITIONS: Hand carve trench to shape of lower quadrant of barrel
2.9.2.4. Concrete Blocking
All bends, tees and plugs shall be blocked with 3000 psi concrete from the pipe to undisturbed ground to
the dimensions shown on the plans. Plant mix concrete is preferred although field mix concrete
(Sacrete or equal) may be used as long as it is properly mixed outside of the trench in clean containers
with potable water. The concrete mix shall be placed and rodded or consolidated by suitable means to
minimize voids and shall receive a twenty-four (24) hour cure before being backfilled. If the ground is
soft, restrained joint fittings shall be used as directed by the ENGINEER.
2.9.2.5. Utility Line Marking Tape shall be placed above all PVC pipe used in the force main construction.
It shall be placed between lifts of backfill approximately twelve (12") inches above the top of the pipe.
2.9.3. Boring and Jacking
Where required, smooth wall or spiral weld steel pipe shall be jacked through dry bores slightly larger
than the pipe, bored progressively ahead of the leading edge of the advancing pipe. As the boring and
jacking operation progresses, each new section of the encasement pipe shall be butt-welded to the
section previously jacked in place.
2.9.3.1. Obstructions encountered during the boring and jacking operation or deflections in the bore
resulting in less than thirty (30") inches of soil cover above the casing, shall require the bore to be
abandoned. The abandonment procedure consists of cutting off the excess pipe, capped then filled with
Portland cement grout (1:3 parts cement to sand) at sufficient pressure to fill all voids before moving to a
new location.
2.9.3.2. The carrier pipe shall be fully supported along its entire length within the casing pipe. Support
may be accomplished by securely fastening pressure treated lumber to the carrier pipe or by using
"spiders." Either method shall be first submitted to the ENGINEER for approval, detailing the means of
fastening the support devices and spacing of supports.
02730-6
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
3.5.1.1.3. For pipe within test sections above the ground water table, add air slowly to the portion of the
pipe installation under test until the internal air pressure is raised to the starting pressure of 4 psig. After
the starting pressure is obtained, allow at least two minutes for air temperature to stabilize, adding only
the amount of air required to maintain pressure. When pressure decreases to 3.5 psig, start stopwatch.
Determine the time that is required for the internal air pressure to reach 2.5 psig.
3.5.1.1.4. For pipe with test sections below the ground water table, determine the starting pressure for the
test section, in psig, as follows.
· Determine the maximum depth of pipe within the test section in feet.
· Multiply this depth by 0.67 and add 9.3 feet.
· Multiply the result in part 2 by 0.43 and round to the nearest 0.5 psig. After this starting pressure
is obtained, continue the test in accordance with the procedure in the paragraph above.
3.5.1.2. Requirement
The test section shall be acceptable if the elapsed time for pressure drop of 1.0 psig is greater than the
sum of the times shown below for all pipe sizes within the test section.
PIPE DIAMETER (INCHES)
LENGTH 4 6 8 10 12 15 18 21 24
25 0:04 0:10 0:18 0:28 0:40 1:02 1:29 2:01 2:38
50 0:09 0:20 0:35 0:55 1: 19 2:04 2:58 4:03 5:17
75 0:13 0:30 0:53 1:23 1:59 3:06 4:27 6:04 7:55
100 0:18 0:40 1 :10 1 :50 2:38 4:08 5:56 8:05 10:34
125 0:22 0:50 1:28 2:18 3:18 5:09 7:26 9:55 11:20
150 0:26 0:59 1:46 2:45 3:58 6:11 8:30
175 0:31 1 :09 2:03 3:13 4:37 7:05
200 0:35 1 :19 2:21 3:40 5:17 12:06
225 0:40 1:29 2:38 4:08 5:40 10:25 13:36
250 0:44 1:39 2:56 4:35 8:31 11 :35 15:07
275 0:48 1:49 3:14 4:43 9:21 12 :44 16:38
300 0:53 1 :59 3:31 10:12 13:53 18:09
350 1:02 2:19 3:47 8:16 11:54 16:12 21:10
400 1 :10 2:38 6:03 9:27 13:36 18:31 24:12
450 1 :19 2:50 6:48 10:38 15:19 20:50 27:13
500 1 :28 5:14 7:34 11 :49 17:01 23:09 30:14
3.5.1.3. Corrective Measures
If elapsed time is less than the specified amount, CONTRACTOR shall locate and repair leaks
and repeat the test until elapsed time exceeds the specified amount.
3.5.2. Infiltration/Exfiltration Test (Use All Manholes)
3.5.2.1. The use of this method for sewer pipe, in lieu of air tests may be used as an alternate test
method.
3.5.2.2. Procedure
02730-8
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
ASTM D3034
NOM. DIA SDR 35 ASTM D2680
L D D
8" 8" 7.28" 7.40"
10" 10" 9.09" 9.31"
12" 12" 10.79" 11.22"
15" 15" 13.20" 14.09"
L = Mandrel Contact Length
D = I.D. of Proving Ring
3.5.3.4. Corrective Measures
All pipe that fails the deflection test shall be removed, replaced and retested at no additional expense to
the OWNER.
3.5.4. Force Main Pressure Test
3.5.4.1 The pressure/leakage test of water mains shall be in accordance with Standard AWWA C600,
latest revision. The allowable leakage shall not exceed that determined by the following formula:
L = SD ~P
133,200
L = Allowable leakage in gallons per hour
S = Length of line tested in feet
D = Nominal diameter of pipe, in inches
P = Average test pressure, in psi - 1.50 average system pressure in the area,
but not less than 100 psi.
3.5.4.2. Where practicable, pipe lines shall be tested in lengths of no more than two thousand (2000')
feet.
3.5.4.3. Duration of test shall be not less than two (2) hours where joints are exposed, and not less than
twenty-four (24) hours where joints are covered, unless directed by the ENGINEER.
3.5.4.4. All visible leaks at exposed joints, and all leaks evident on the surface where joints are covered,
shall be repaired and leakage minimized, regardless of total leakage as shown by test.
3.5.4.5. All pipe, fittings, and other material found to be defective under test shall be removed and
replaced at the CONTRACTOR's expense.
3.5.4.6. Lines which fail to meet tests shall be repaired and retested as necessary, until test requirements
are complied with.
END OF SECTION
02730-10
March 2009
6th Street Sanitary Sewer Repair
WKO#70522.00.AG
2.4. Mulch
Mulch shall be straw from wheat or oats. Materials for securing mulch may be one of the following.
· Mulch Netting: Lightweight plastic, cotton, jute, wire orpaper nets shall be used.
· Peg and Twine: Sling twine and soft wood pegs 12"x 1 ''x 12:'
· Liquid Mulch IBlder: RC-2 cut back asphalt conforming to the requirements of Federal
Specifications SS-A67IA, and asphalt emulsion shall conform to the requirements of Federal
Specification SS-A-674, Type Y
· Seed: Seed used shall conform to GOOT Specifications Section 80 Seed &3od. Seed that
has become wet, moldy, or otherwise damaged in transit or storage will not be acceptable.
The seed used shall be that shown in seeding schedule specified herein or on the plans.
3. INSTALLATION
3.1 . Seedbed Preparation
3.1.1. Clearing
Prior to or during grading and tillage operations, the ground surface shall be well drained, cleared of all
brush, roots, stones larger than 2 inches in diameter, or any other material which may hinder proper
grading, tillage, or subsequent maintenance operations.
3.1.2. Fine Grading
Areas to be seeded shall be graded as shown on the drawings or as directed and all surfaces shall be left
in an even and properly compacted condition so as to prevent the formation of depressions where water
will stand. Areas to be topsoiled shall be graded to a smooth surface and to a grade that will allow
topsoiling to finished grade.
3.1.3. Topsoiling
Immediately prior to placing topsoil, the subgrade, where excessively compacted by traffic or other
causes, shall be loosened by scarifying to a depth of at least 2 inches to permit bonding of the topsoil to
the subgrade. Topsoil shall be uniformly spread by approved equipment in sufficient quantity to provide a
compacted layer of 4 inches in thickness over the designated areas and in such manner that planting can
proceed with little additional soil preparation or tillage. Topsoil shall not be placed when the subgrade is
froen, excessively wet, extremely dry, or in a condi tion otherwise detrimental to the proposed planting or
to proper grading. Topsoil shall be graded to the lines indicated or as directed and any irregularities in
the surface resulting from topsoiling or other operations shall be corrected to prevent formations of
depressions where water will stand.
3.1.4. Tillage
After topsoiled areas required to be seeded have been brought to the grades shown on the plans and as
specified, they shall be thoroughly tilled to a depth of 3 inches by approved methods, until the condition of
the soil is acceptable to the ENGINEER. Any objectionable undulations or irregularities in the surface
resulting from tillage or other operations shall be removed before planting operations are begun. The
work shall be performed only during periods when satisfactory results are likely to be obtained. When
conditions are such, by reason of drought, excessive moisture or other factors, that results are not likely
to be satisfactory, the ENGINEER will stop the work and it shall be resumed only when, in his opinion, the
desired results are likely to be obtained.
02933-2
March 2009
6th Street Sanitary Sewer Repair
WKD#70522.00.AG
3.4.3. Immediately after seed has been properly covered, the seedbed shall be compacted in the
manner and degree approved by the ENGINEER.
3.5. Modifications
When adverse seeding conditions are encountered due to steepness of slope, height of slope, or soil
conditions, the ENGINEER may direct or permit that modifications be made in the above requirements
which pertain to incorporating limestone into the seedbed; covering limestone, seed, and fertilier; and
compaction of the seedbed.
3.5.1. Such modifications may include but not be limited to the following.
3.5.1.1. The incorporation of limestone into the seedbed may be omitted on (a) cut slopes steeper than
2:1 (b) on 2:1 cut slopes when a seedbed has been prepared during the excavation of the cut and is still
in an acceptable condition;or (c) on areas of slopes w here the surface of the area is too rocky to permit
the incorporation of the limestone.
3.5.1.2. The rates of application of limestone, fertilier, and seed on slopes 2:1 or steeper or on rocky
surfaces may be reduced or eliminated.
3.5.1.3. Compaction after seeding may be reduced or eliminated on slopes 2: 1 or steeper, on rocky
surfaces, or on other areas where soil conditions would make compaction undesirable.
3.6. Mulch
3.6.1. General
All seeded areas shall be mulched unless otherwise indicated on the plans or directed by the
ENGINEER. Application rate of mulch shall be indicated in seeding schedule.
3.6.2. Mulching
Mulch shall be applied within 36 hours after the completion of seeding unless otherwise permitted by the
ENGINEER. Care shall be exercised to prevent displacement of soil or seed or other damage to the
seeded area during the mulching operations.
3.6.3. Mulch shall be uniformly spread by hand or by approved mechanical spreaders or blowers that
will provide an acceptable application. An acceptable application will be that which will allow some
sunlight to penetrate and air to circulate but also partially shade the ground, reduce erosion, and
conserve soil moisture.
3.6.4. Mulch !BIding
Mulch shall be held in place using devices approved by the ENGINEER as per manufacturers
recommendations. During application, the CONTRACTOR shall take adequate precautions to prevent
damage to structures or appurtenances.
3.7. Maintenance
3.7.1 . General
The CONTRACTOR shall be responsible for the proper care and maintenance of the seeded areas until
the work under the entire contract has been completed and accepted by the ENGINEER. Maintenance
shall consist of repair and replacement of eroded areas, watering, refertiliirlg, reliming, reseeding, and
remulching as necessary to provide an even, fixed growth of grass. In addition, the CONTRACTOR shall
02933-4